Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
10-19-04 Item 12
TO: South Miami CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM ``'a 20®1 Honorable Mayor, Vice Mayor DATE: October 19, 2004 & City Commission FROM: Maria V. Davis AGENDA ITEM No. City Manager RE: Open P,O's in excess of the $5000 limit imposed by the City Charter RESOLUTION A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE OPEN PURCHASE ORDERS TO VENDORS WITH WHOM EXPENDITURES EXCEED THE $5,000 LIMIT FOR THE CURRENT FISCAL YEAR AS OUTLINED IN THE CITY CHARTER; CHARGING THE DISBURSEMENTS TO THE CORRESPONDING DEPARTMENT EXPENSE ACCOUNTS AS APPROVED ON THE 2004/2005 ADOPTED BUDGET; AND PROVIDING FOR AN EFFECTIVE DATE BACKGROUND AND ANALYSIS Proper procedures were previously outlined to Central Services and all department heads to insure that any future spending is done according to accepted procedure and the City Charter. The attached, proposed resolution is, in the spirit of fffl disclosure and keeping the Commission as informed as possible. Any vendors with whom expenditures are expected to exceed the $5,000.00 threshold, as well as those that are utilized by more than one department, whose individual expenses may not have reached the spending threshold of $5,000.00, but collectively .exceeded the amounts allowed under provisions of the Charter are listed on the attached resolution. The list was compiled from the individual department's estimated annual purchases for the vendor during the current fiscal year. The requested vendor amounts will be monitored to insure that expenditures will not exceed approved resolution amounts. If that should happen, any such expenditures will be brought before the City Commission for additional approval. RECOMMENDATIONS Commission approval of the resolution is recommended. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE OPEN PURCHASE ORDERS TO VENDORS WITH WHOM EXPENDITURES EXCEED THE $5,000 LIMIT FOR THE CURRENT FISCAL YEAR AS OUTLINED IN THE CITY CHARTER; CHARGING THE DISBURSEMENTS TO THE CORRESPONDING DEPARTMENT EXPENSE ACCOUNTS AS APPROVED IN THE 2004/2005 ADOPTED BUDGET; AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the city administration wishes to comply with applicable purchasing procedures as stated in City Charter and/or City Ordinances; and WHEREAS, during the current fiscal year, some city -wide purchases will exceed $5,000.00 to the same vendor; and WHEREAS, these expenditures were previously approved in the 2004/2005 adopted budget; and WHEREAS, we will ( "piggy back ") on Miami Dade County awarded Fuel Bids which change prices on a weekly basis; and WHEREAS, in accordance with the city's competitive bidding procedures the list of vendors below have been approved by either "piggy backing" from state, county, municipal Bids or quotes; and NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA: Section 1. That the City Manager has notified the City Commission of purchases that are estimated to exceed $5,000 by the end of the fiscal year to the following vendors: 1 -Ace Lawnmower 2 -Alfa Electronics 3- Aether Systems 4- American Genuine 5- American Truck Crane 6- Amerilumber 7 -ATP Petroleum 8 -Auto Miami Paint & Body 9 -BV Oil 10- Benson Electric 11- Branching Out 12 -CDW -G Computing 13 -Coral Gables L/M 14- Cosgrove Enterprises 15 -Daily Business Review 16 -Dell 17- Display Sales 18- Envirowaste 19- General Welding $14,000.00 $14,500.00 $ 6,000.00 $ 7,000.00 $ 6,000.00 $12,500.00 $ 8,000.00 $15,000.00 175,000.00 $ 7,000.00 $27,000.00 $10,000.00 $12,000.00 $14,000.00 $10,000.00 $80,000.00 $15,000.00 $25,000.00 $ 7,000.00 20- Global Industrial 21- Graphic Design Intl 22- Harrison Uniforms 23- Hewlet Packard 24 -HTE 25- Kilowatts Electric 26 -Law Enf Supply 27 -Mac Paper 28- Martino Tire 29 -Miami Dade ITD Radio 30 -Miami Herald 31 -Office Depot 32 -Omar & Sons A/C 33- Palmetto Ford Truck 34 -Pride of Florida 35 -Sopus 36- Tropical Intl 37 -South Fl Maint 38 -US Lawns $ 7,000.00 $ 6,000.00 $ 8,000.00 $15,000.00 $50,000.00 $ 8,000.00 $25,000.00 $20,000.00 $10,000.00 $20,000.00 $55,000.00 $35,000.00 $17,000.00 $ 8,000.00 $ 8,000.00 $ 6,000.00 $ 6,000.00 $20,000.00 $15,000.00 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 Section 2. That we will "piggy back" on Miami Dade County Fuel Bids which change prices on a weekly basis. Section 3. That these budget disbursements be charged to each department's expense account as approved in the 2004 /2005 adopted budget. Section 4. That this resolution shall take effect immediately upon approval. PASSED AND ADOPTED this 19th day of October 2004. ATTEST: APPROVED: CITY CLERK MAYOR READ AND APPROVED AS TO FORM: COMMISSION VOTE-. Mayor Russell: Vice Mayor Palmer: Commissioner Wiscombe: CITY ATTORNEY Commissioner Birts- Cooper: Commissioner Sherar: Resolution/Blanket Purchase Orders 10/19/2004 07/2:/2604 04:03 3052625215 ;4CE L_HWNt-40WEP SERVIC PAGE 01 AWARD SHEET DUAKMWOF rRWMEME s "440CWr ADDENDUM NCB. 3 TO: ALL USER DEPARTMENTS DATE: 6/2210 OM: Jose A. Sanchez, CF'FE BID Nth.: 6879 - 3/05 -2 <- Senior Procurement Agent TITLE: Lawn Equipment Reptacement "arts & Repair Service Effective today, please add the lnllow.n2 vendor to this contract: UA�RT #1: VENDORS AWARDED F.E.I.N.: 591792145 VENDOR: :ice Lawn Mower Service STREET: 6620 S.W. 8h. Street CITY/STATE/ZIP: Miami, Florida 33144 F.O.B. TERIMS: Destination PAYMENT TEEMS: Net 30 Days DELIVERY: As required TOLL FREE PRONE # N/A PHONE: 305/261 -6912 )FAX- 3051262 -5215 E- YL4dL: acelawamowerQmsn.com CONTACT PERSON John Fogg AWAt- 11S REkT ADDER -30M R". 1 t129,kl f Ace _ 07/2'/2004 04:03 3052625215 ACE LA1,.1h MOWER SERVIC PAGE B2 I�PART #2: ITEMS AWARDED � r d � A. I.,ANt'N'AIOWF -R REPLACEMENT PARTS: % Discount Z Bunton'Goodall Groms Mower 2 Bush Rog Mowers 3 Echo Mowers -Z Roll Mowers 15% 5 F lymo Mowers Net 6 ord P'laif Mower 7 Cxazat VAC Mower Net e:es Lawn and Ttd ui ztteo.t Net Gravely 1v.Mowers 15% 111 dro Mowers 11 Hardee Mowers 12 Dixie Mowers Net 13 Jacobson Reel Unim 2% 14 Kazz Mower 15 Kawasaki Mowers 16 to -Kwick Mowers 17 Lawn : Boy Mowers IS LockeTriplex Mowers 5% 19 Manco Mowers -- 20 McLane Mowers _ Z Mott Flail Mowers 2% L2 22 Pro mow€:rs 5% �'?3 Hof Mowers 5% 24 Rcseanan Mowers 5% 25 JSarlo bowers - 26 Sauls Mowers 10% 7 Srta er Mowers 8 Ransome Mowers 29 Toro Mowers Groun& Master :10 Tru -Cut Mowers 5% 31 The Green Machine 5% 2 Wood [to Mows 33 Wor&in ton Mowers 34 and -Mao Mowers 35 lYazoo Mowers 5% 07112: 12004 04: 03 3352625215 ACE LAWNMOWER SEr;VIC PAGE 03, A%vAB.D SHEET ADDENDUM Rev. I l nin i � � s B. EDGER AND TRU*MIER PARTS: % Discount 36 Botag Ed em 5% 37 E by Sand Lrg Edger 511/0 38 Echo Ed gm 39 Goodall Ed er5s Net t> John Deere Edgers A Little Tiger er L= 10% 2 Power Tmia Ed e 3 Tanaka f i et 4 Toro Ed ers & Trimmers 5 TMC Edgers & Trimmers 10% C. CHAIN AND TABLE SAW P.ARTst % Discount Echo Chain Save 7 Kalamazoo Horizontal Cutting Saw (wet & S Makita Table Saw s McCulloMh Chaff Saw 50 Partner Chain Saw 1 Poulan Cham Savi 52 Skfl Chain Sates° 53 Dayton k3ezd Sava 5% 54 Billy Goat 'Vacuums: 55 Qlathe -Chia Sweepers 2% 56 E Vac Vacuums 57 Giant Vac Vacuums S Parker Vacuums Turf Vac Vacuums 6Q _ El pant Vacuums E. ENGINE P OR UNIT'S PAR't's : % Discount 61 Kawasaki Units 62 Kawasaki feats 63 Kiortz ER &—c Twa Units 64 IK iOM Ezz ine cle Put is 5 kjb7ota Units 66 Kubota Paris jslTw Units 68 Isuzu Parts 169 Lawson UmtS 7 Lawson Parts 71 Sna er Unit A%vAB.D SHEET ADDENDUM Rev. I l nin i 07/2:`2004 04:03 3052625215 i ACE LAM-IMOWER SERVIC PAGE 04 a J� 2 Snapper Parts 73 Twhumsm Units 74 Techumsen Parts F. WEED EATER PARTS: % Discount 75 Echo Weed .Hater 76 Grem Machine Weed Eater 10 °io 77 MaLuMa Weed Machine 78 eedie Weed Eater 10% . NUSCELLANEOUS PARTS: % Discount 79 Fairmont Hy kaulic Tools 80 Starsle Hydraulic Tools 81 Ransome Powered Blower 82 TMC Knapsack Power Blower Folley Belsaw 10% 83 FG11ey Blade Grinder 84 Follcy Reel & Bed ife Grinder 85 Mataway (&an Power Train 86 cedy Stri ff Machine 87 Weed Eater Nylon 88 ViconFertilizergEeader 89 Lely Fertilizer Spreader 90 ravh Il S yers 91 jMigh 7]Aac_Sprayer 10% 92 . x�rdee Sprayer 93 shlaud Stump Master 94 -It A,11 Pressure Cleaner 95 ilwaukee Grinders disc 96 Man Turf Care Uguipment 1. REPAIR HOURLY LABOR RATES Per Hr. 97 In Shop 1ft airs $39.50 98 It In Field airs $69.5 (1 1-4rct?NOkrno �S U !Z\ City of South Miami Police Department INTER-OFFICE MEMORANDUM TO: Kathy Vazquez FROM: Brian Edney DATE: October 11, 2004 SUBJECT: Open Purchase Orders DELL COMPUTER CORPORATION Dell Computer Corporation provides the Police Department with computer equipment and maintenance and support. This purchase order will be used to acquire an additional server and a replacement server; desktop computers, printers, monitors, handheld devices, and laptops. Total purchase order $30,000 AETHER SYSTEMS INC. Aether Systems Inc is a current vendor which provides the Police Department with mobile software that access Florida Crime Information Center (FCIC) and National Crime Information Center (NCIC). This PO will be used to purchase software for two handheld devices. Total purchase order $6,000. AT &T Wireless The Police Department is currently in the final year of its contract with AT &T Wireless. This purchase order will be used for payment wireless service from October through the end of the contract. Total on purchase order $12,000. Brian Edney MIS Specialist South Miami Police Department to I li.•- 4 JG:JO34711 i� 1 tLEGIKrviU� INN PACE 01 ALFIELEd"frD . 1 -n ONICS NC CF_iRT IMF-D EEECTJUC,,U COI"JUCTOIR.S' L,[CMaE NO. EC4WO972 OVOTMON Y NOVEMBER 12, 2003 ' I M. t. TO: Crff OF SOUTH MIAM i 6130 SUNSET DRI4E BOUT$ bUAJKL FLORIDA 33143 ATTN: ]MRS. LISA CORBIIIT TEANS'TOV Fo1L PRO'V"tDINO US WITZ "M OPPORTUNTPY TO PRESENT THIS PROPOSAL FOR THE FOLLOWING: INSTALLS,TION OF ACCESS CONTROL SYSTEMS IN ADDITION TO TIM EXISTING SYSTEM. INSTALIILTION OF RELEASE BvwoN FROM DOOR TO DISPATCHER. I LIST OF- SOV`NT: 1 POINT GUARD 2 - READER SYSTEM PROCESSORS 1 H.TD PROXPOINT PRORIIMTY CARD READER (111-3" REED RMC;E) . 1 ELECTRIC DOOR STRME (24V - DC) . 1 REQUEST TO E=T MOTION SENSOR . 1 BPHONE INTERCOM DOOR STATION . 1 RE ZA xE BUTTON TOTAL PRICE FOR TEE ABOVE INCLUDING 11Mi NECE'8SERY KARDWA]tE,CABLES, P!p'T11T(G, LEBOR AND MSTEitlALE WILL BE...S 3,200.00 PLUS TAX. IF YOU SHOULD YOU HAVE ANY QUESTIONS OR REQUIRE ADDITIONAL INFORMATION, PLEASE DO NOT MITATE TO CONTACT OUR OMCE. TSENK lrou, BELINA ESQUENAZI; ADPMUTRATM ASSUTENT TO: SAM HEN -Ommy; ;IDENT OF ALFi ELECTRONICS, INC. 50% DEPORT IS REQUIRED Cor4x NGE INSTALLATION. TO SHOW TOUR APPROVAL, PLEASE: VGN * DATE AND FAZ IT BACK TO (305)654 -8789. THE BALANCE WILL, BE DUE UPON COMPLE?ION. TSE PRICE OF THIS PROPOSAL n BESED QN TSE INSTALLATION OF: j V 28S NE I-IS ST., SUITE *23 MZ",[ FL, 33179 OFF.: 305- 65d-U8/ FAX.- 3113 -654 9799E`MAa. a�� sl�,PlserreJi.�t /_: ` _ %r7AA& ir 11/7/2003 2:57 PH FROM: Fax Florida State Fire _Security TO: +1 (305) 663. -.6353 PAGE: 002 OF 002 FLORIDA STATEFIRE & SECURITY, INC. PROTECTING PEOPLE - PROTECTING PROPERTY PROPOSAL Submitted To: LISA CORBIN Date: November 7, 20D3' South Miami Police Department Estimate Number: FSFS -1709 5130 Sunset Drive South Miami, FL 33143 We are pleased to submit the following cost estimate: Job Description: Installation of additonal Access Control Equipment Police and City Hall Building- 2nd_ Floor MATERIALS DESCRIPTION QUANTITY DESCRIPTION PRICE TOTAL 1 PointGuard 2- Readers stem Processors 1,697.00 € I €s a> 9- <l Q 1 HID ProxPoint Proximity Card Readers 1 " -3" Read Range) 118.00'l8 3t] 1 Electric Door Strike 24VDC 128.00 1 Request to Exit Motion Sensor 102.00 .1 fl lf; -1 Ai one Intercom Door Station 34;00 kl ALL Labor to Install ALL Cable and Miscellaneous Materials Needed for a t;g 04 Complete Installation as per Sco a of Work Estimate Total OPTIONS :3''sQ': QUANTITY DESCRIPTION PRICE TOTAL Totet estimate ontinns rotor SCOPE OF WORK: e Florida State Fire & Security will install an additional card reader to control the City Hall door to the Police Department offices on the 2nd floor of the building. There will be a card reader on the City Hall side with free eqress on the Police Department side. The PD side will also be equipped with a Request to Exit motion sensor to tell the system someone is leaving through the door and not forcing the door open from the City Hall side. Additionally, there will be an intercom door station on the City Hall side connected to the existing master intercom at dispatch that will allow for someone at dispatch to unlock the door from the front desk The electric door lock on this door willl be tied to the fire alarm system to automatically unlock the door whenever the fire alarm is activated as per Life Saftey Code. As your current access contort panel is full, it will be necessary to add a scond control panel to the system to accommodate this new reader. 3921 S.W. 47TH AVENUE, SUITE 1004 - DAVIE, FLORIDA 33314 - STATE LICENSED & INSURED - EF0001063 DADE (305) 651 -6122 BROWARD (954) 791 -1313 • BOCAI PALM BEACH (561) 852 -1330 - FAX (954) 791 -0688 . d 1 IVpv -18 -03 02:258 fs Slate Livense Systems 1, t Phil Ctrber Dne PRi1.Cgtbcr(a=s�curityane drm 8200 Eat. 290 �1 Suite.104 _ ,Y !'`1; Miami, FL 33122 SYMMS- O "Un/rnrb the RAwer gf'Une" - 12M RW. 21" Suwt. Suite 1W, Miami. FL 33122 lid: M621.792 Fax:7WA31 -7911 To: to ca� k4 Prom: PhU Cerber F> 3vs- Coca 33 5 :'� p t 3 phoew. Da1w. t i Re: CC: ❑ UgWnt ❑ For Revitsw O Plea" Conunent d piano* Repty p Ploase Recycle s Comments: Select this text and delete it or replace it with your own. To save chmiyes to this template for future use, choose Save As from the File. menu. In fhe Save As Type box, choose Document Template. Next time you want to use IL moose New from the He menu, and then double- dick your template from the Start Working work pane. jk 130's)-7cil, -o Cq I . �1SAt P j ; i BID NO.: 1070 - 31107 -OT (Previous Bid No. 1070 - 3/02 -3) AUTOMOTIVE AND TRUCK PARTS & ACCESSORIES, CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS CONTRACT PERIOD: December 1, 2002 through November 30, 2004 COMMODITY CODE: 60 -00 OTR YEARS: Three (3) PART 91: VENDORS AWARDED F.E.I.N.: 59- 2028023 59- 2462297 VENDOR: PAPCO Auto Parts South, Inca Elio's Auto Electric STREET: 80 West Mowry Drive 3251 NW 28'h Street CITY /STATE /ZIP: Homestead; Florida 33030 Miami, Florida 33142 F.O.B. TERMS: DESTINATION DESTINATION PAYMENT TERMS NET 30 DAYS NET 30 DAYS DELIVERY: AS NEEDED AS NEEDED PHONE: (305) 24r% 9666 (305) 633 -3004 FAX: (305) 248 -9089 (305) 634 -8520 CONTACT PERSO Buford Moore F.E.I.N.: 65- 0118452 VENDOR: Automotive Parts & Machine, Inc. STREET: 13517 S.W. 136th Street CITY /STATE /ZIP: Miami, Florida 33186 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DAYS DELIVERY: AS NEEDED .P HO :: (305) 238 -2i "vv FAX: (305) 232 -2570 CONTACT PERSON: 'ferry Perrin F.E.I.N. 59- 1820682 59- 3337687 VENDOR: ( Tropical International National Truck Parts of Florida STREET: \ 3510 N. w. 60th Street 3061 NW 75th Avenue CITY /STATE/ZIP: Miami, Florida 33142 Miami, Florida 33122 F.O.B. TERMS: DESTINATION DESTINATION PAYMENT TERMS: NET 30 DAYS NET 30 DAYS DELIVERY: AS NEEDED AS NEEDED PHONE: (305) 633 -7575 (305) 591 -3200' FAX: (305) 638 -0849 (305) 591 -9239 CONTACT PERSON: Jose Garcia Cam' /C�iLI CONTACT PERSON: George. M. DeJac€ mio BID NO. 1070-3-42-31 PAGE, 2 OF 5 E. E. I.I .. 58 -02-5 X 51.0 ��- 0232J40 JEIDI�: genuine Parts Co., DBk NAPA Ruto P ar) is S a e lcI 1eef� �l s emu: STREET: 9250 N.W. °rth Street ` � 1340 1340 I� Fr ,stn ;�: ee M -iar i, F Ior*.da 317 iarn , F I u r da- 3 32 8 H.O.B. TEAMS- DES t INN TION DESTINATION PAYrAENT TERMS: NET 30 DAYS NET 30 DAYS DE.LWEI Y : AS NEEDED A.S NEB aED PINE: (305) 599 -262 (305) 754 -5646 FAX: (305) 5901 -4876 (305) 754 -6398 CONTACT PERSON Cliff Christopher Ray Ibberson F. E.I.N. • 59- 2517314 VENDOR: S xr H Distributors, Inc. STREET: 7754 N.W. 54t-h Street CITY /S a-ATE / —ZIP: rAiaml, Florida 33166 F.O.B. TERMS: DES'TIN A T ION PAYI°AFNT'TERMS: NTE'T30 DELIVERY: AS NEEDED PHONE: (305) 5942 -11747 F f� X: (A- S) 47 i -6-033 CONTACT PERSON: Paul E. Sost E.E..I.N.: tTEl4OR• 5 - 2G27v67 (American Genuine Auto Trues STREET: 2777 N.W. 54th Street CITY/STATE/2'A P', Miami, Florida 33142 H.0.B.'TEI<MIS: DESTINATION ?AYIE:I.ENT TERMS: NET 30 DAYS -EI✓I °,CRY: AS NEE -DED :HONE: (305) 638 -50 j0 FAX: (305) 638 -2652 CONTACT PERSON: JUsto L. Diaz f .E,I.N.: SR- 00041470 VEINTDOR: Arrow 1`y!nfffIer Co., Inc. STREET: 14SA15 I ' 1. 7th Avenue CIT et /S r A T—F',/unP• ik iami, Flor -da 33`68 F.O.B. TERrAS: DESTINATION PAYMENT TERMS: NET -3 0 TRAYS DEUVERY: AS NE.EDE€ PHONE: (305)6(8 -0574 FAX: (305)608 -0545 CONTACT PERSON: George. M. DeJac€ mio 3 SID NO. 1070 - 3/02 -3 PAGE 3 OF S F.E.I.N.: VENDOR: Atlantic Truck Center STREET: 256-5) West State Road C014 CI °'R /` `A E E /ZE -P: Mxanii Ff'orida 33 =$2 F.O.I B. TE€ J% IS: DESTINATION PAYMENT TERMS: NET 30 DAYS DELIV ER s': AS NEEDED PHONE: (954) 587 --8220 FAX: (954) 797-97210 CONTACT PERSON: Jay Loci: F.E.I.N. 59-110a97294 VENDOR: Jack Lyois Truck Pais, h1c.) STREET: 8482 N.W. 96th Street C1T V /S'rATF!'ZW: Medley, Florida 33166 F.G.B. TERMS: DES"I"IN A T ION PAYMENT PE=RMS: NET 30 DAYS DELIVERY: AS NEEDED PHONE: (305) 9841 -=1222 FAX: ("AS) 885 -61.6 CONTACT PERSON: SON: Patrick Lyons F_ E.I.N.: 39- 1346°99 VENDOR: Power Bralc_e & Exchange STREET: 2050 N,Y,7 23rd Street CIT F' /J ATE /ZIP: Miami, Florida 33142 F.0.B. TERMS: DESTMU1 ION PAYMENT TERMS- NET 30 DAYS DELIVERY: AS NEEDED PHONE: (305) 635 -1120 EA-, : (105) 638 -8351 CONTACT PERSON; John Kennedy F.E.I.N.: 59- 215068S VENDOR: Renm Tim Sup—rhy,11ic. STREET: 5570 N. W. 84th Avenue CITY/ST ATE/ZIP: Miami, Florida 33E66 F.O.B. TERMS: DESTINATION PAYMENT TERMS- NE T 30 DAYS DELIVERY: AS NE EDED PHONE: (305) 51.2-0023 F Ax: (305) 513 -0054 CONTACT PERSON, GEuillerio Garcia F.E.I.N.: 36-1150290 VENDOR: W W Grainger, inc STREET: 2255 N,W. 89t1€ Mac C'IT'E' /STATE /ZIP. Nfia - €, Florida 331-172 F.O.B. TERMS: DEST INA F ION PAYMENT MEN'T TE MS: KET 30 OA:'9 DELIVER : AS NEEDED PHONE: (305) 594 -3036 F AX: (305) 592 -5611 CONTACT PERSON: .roe Marty 1 @/12f2004 13:46 9192690257 aXLNT MARKETIN3 Iti.OYH P&GE 02/02 PONAMM a. . r, UK t.�IMt+�I1�liI� 1"VIS461i S35 MACK MW IIW O XONINJAM me 27w, 9119 mooYA" FIkX 4T'P :I6t 4287' October 12, 20th RLWAK T mck and Groo SWcs Cmpmtion d.b.e. Am=ican. Thr-k Cane, lac. 10415'N.W. 87 Avg Medloy, FL 3317$ To wham it m e'y Comm: This is to stags than fmarican Track Cram, Inc. is sit aud*Azed dw4tw for the MIC au2d tt*rs of Frmtica Intduabig Lows, SiaoareiYr Tick Ilemtna4p= Vide Fresi+len"ales l TO 39vd 3NV60 >lOnHi IVO1I2t3WY E069LBBSOET tl zz 96611W710 - qT /PT. qL"A 7 I.JFI T LJ Ir)r'IC ... ___._.... . 4 o rur� i. itnrn W0.3b� f. � VENDOR: Marvond Dodge of Miami STP -EgT: 21151 NW 2 '6 Avenue CITWSTATEZIP, Miami, Florida 33165 F.O.S. TE14MS: aESTINAYION PAYMENT TERMS: NET 30 DELIVERY' AS NEEDED PHONE: (005) 653-63451 FAX: (305) 655.141A CONTACT PERSON: Mark Moadges PART #2 ITEMS AWARDED Repair Parts all vehicles bare unla;oded Manufacturer to dealer Cost *25% Repair and/or Labor at 1590 Fleet Discount from Dealo is Rate in its current Manufacturer to Dealer Warranty Repair Labor Rate Relmbursement Agreement. (See Below for vendors labor rate.) DES R 6 WoR RATE 1 Maroone Ghow'olet of Miami $64.65 Palmetto Ford - $55.25 3) monarch Dodge $56.18 4 Bull Motor$ aroona Ford of M, $54.49 5 marome Dodge $0.80 6 Maroon, Chevrolet LLG R*.45 7) Gus-Machado Ford $57.84 5) Blake Chevrolet $68.81 EARS: Q: AWARa 1lVEORMAT) N (X) BCC OPME) AWARD DATE: 12/101 AGENDA ITEMS M 5NiC 81427.01 BIUS & CONTRACTS RELEASE DATE: 01122/02 OTR YrAR, None ADDITIONAL ITEMS ALLOWED- YES SPECIAL CONDITIONS; Insurance Type Ill TOTAL CONTRACT VALUE: $10,964,126.00 MODIFIED CONTRACT VALUE: $N /A WL{sAR AMOUNT USER DEPARTMENT ALL.12�E17 GSA $7,500,000.00 Aviation $1,635,625.00 Seaport $21,000.00 MDTA $260,000.05 WA5AD $1,125,DOO,D4 Public Works $82,500.00 Parks $350,008.00 SENIOR PROCUREMENT AGENT: J. CARLOS PLASEMCtA, CPPR JCP /ms 01/31102 orV.t 7. IU141 NO. 368 P.' 6 CONTRACT AWARD SHEET BIq NO.: $357-010Q (Previous Sid No. 5387.4 /01 -4) OEM PAR'S AND REPAIRS FOR DOMESTIC PASSENGER CARS, STATION WAGONS, 'VANS, PICK-UP TRUCKS, UTILITY VEHICLES. SUSURBANS, WALK -IN STEP VANS, AND MOTORCYCLES. CONTRACT PERIOD•, FEBRUARY 1, 2002 THROUGH JANUARY 31, 200T COMMODITY CODE; 60.001828.00 OTR YEARS: NONE RA BT #1: VENDORI A RD912: F.E.I.N.: 65. 0802622 VENDOR: Abraham- Chevrolet dlbla Marvone Chevrolet of Miami STREET, 4101 SW 811' Street CIMSTATEI ; Miami, Florida 33134 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DELIVERY: AS NEEDED PHONE: (305) "2.1000 FAX: (305) 448.2105 C014TACT PERSON: Lea Lemonis F.E.I.N.: 85*0944614 VI NDOk* Bull Motors dfbta Maroons Ford of Miami STREET, 16800 NW $70 Avenue CIrYI8TATG21P: Miami, FL 33016 F.O.S. TERMS. t)ESTINAT1ON PAYMENT TERMS; NET 30 DAYS � DEUVERY: AS NEEDEI? PHONE: (304) 557 -5560 FAX: ' (305) ,5564310 CONTACT PERSON: Chris Patterson f F.E.I.N.; W1496412 VENDOR: Monarch Dodge STREET: 2000 N state Road 7 CITYIS+TATI -013: Lauderdale Lakes, Florida 33313 F.Q.B. TERMS: DESTINATION PAYMENTTERMS: NET 30 DAYS DELIVERY: AS NEE051) , PHONE, (954) 484.2300 FAX: (954) 484 -277Q CONTACT PERSON: Ed Proffitt r�n1f+1�U. F.E.i.N: 58- 23S61ra1 . Vi:NDOR: Gus Machado Ford, Inc. STREET: 4200 West 49th street CiTY1STATM(P: Hialeah, FL 33012 F.Q.S. TI =RMS; DESTINATION PAYMENTTERMS: Nat 30 Days aEUWRY: AS WSEDED PHONE: (305) 822.3211 PAX, (305) 827 -2446 CONTACT PERSON: Ed Machado FXXN.: 59.4733653 VENDOR: Slake Chevrolet Cadillac & Oldsmobile, Inc. STREET: 30404 Satoh Qixie Highway CITY /STATEIZIP: Homestead, Florida 33030 F.O.S. TERMS: DESTIKATION PAYMENT URMS: Not 30 hays DE=LIVERY: AS NEEDED PHONE: (300) 247.2421 FAX: (303) 246 -9062 CONTACT PERSON: Craig Pearce U14736564 VENDOR., Palmetto Ford Trucks STREET: 7245 N.W. 36T" STREET CIMSTAT ZIP: Miaral, Florida 33158 F.O.S. TERM &.% DESTINAT PAYMENT TERMS: NOT 30 U UVERY: AS NEERi;p ANONE: (305) 5922 -3673 FAX: (30f�) 470 -1389; CONTACT PERSON: R. Iglesias F.E.I.N.: 39 22 @271 VENDOR! atlantic Truck Center ,r STREET: 2565 Wost State Road 84 CiTY15TATEMP, Ft. Lauderdale, Florida 33312 i*,O.d. TERMS., OESTINATION PAYMENT TERMS: NET 30 DELIVERY: AS 14990617 PHONE., (954) 587 -8220 FAX: (954) 797.9720 CONTACT PERSON, Jay Luck 65- 0944181 12/11/2003 15:28 3056621474 AMERILUMBER PAGE 01 • FI► xrFMX• F�LF�X. FA ,X.['.tX- FAX.F�Fi4lC��c.td,TAX FA���► X- FJIX- irhX- F�7fi- M�C- fAk.F.k�L.l�- �'A,�- l�tDr*� CEN rRAL SERVICES DMSION f oo SUNSET DR= SOU. H b M 331 (343j 6 1- 9 FAA (3W) 6� ' 7O: FROM" - LMSTRAL sMVICES JFAX No.' .. (Im '6 4.1iyiw RATE: •f_�f / VIII M+,�- FOLLOWLNG rtE MS. AS A-P. II #i5r MC IS (EACH) r i J r� Q _ ..fir ■ e CONSMXKT$: ,PLEASE ADVISE tF YOU HOLD ANY COUNTY, VAT -t-OR $CIO oce DOARI) BIBS, AO ITAV.G ANY Q V fir 7 Toro 3 PLEME CALL, 11'i�r i HA31K YOU / lom a r, e 10/10 —49veA TWVTW FlirCR 4n AIM aa7l eent^ac cr. • «T crW27 ITT !. 12/12/2003 10:07 FAX 0 001 12/11/2003 14:58 3056687208 CITY OF SOUTH MIAMI PAGE. 01/01 f - ' F,taG.F,4�C -FAx•. FAX - SAX •FJLX.RA7(- F.1.)t'�'d&FA,X -FA1� •FAX - FAX- PnX.�'.�X- RA.X -F,tiX ���wk.F.kSC.�wat,FUC• FAX FROai CITY OF Sound MhA► 1 .CENTRAL SEP -VICES DMSIO 613:4 SUNSET DRWE SOUTU hiMMO FL. 33143 PHONE: (305) 663 -6339 FAX: (305) 66 S ?d Oft TO: FROM: CENTRAL sER.vicES ATTErrixOili: Gs.,�naeT S /P„ rATArrVAZQflV FAX NO 1 - ,(3os ) DATE.- P1QCx1YE Nt3_; (3v s s - d f 1"AGES: X PLEASE PROVIDE Mg MT19 A dUa-'E vjA FAX OM THE . F0LL0W1No 1TEMS. AS.A_P. ' mms. PRICE (EACED e� � � � S r ems- • s s ,PLEASE ADVISE iT YOU ROLL ANY COUNTY, STATE- OR SCIROOL BOARD BIDS. ' "IF YOU HAVE ANNY QUESTIONS PLEASE CALL ME. ***" --- _.._n.... - _ THANK YOU Ace Mr�ll� 2733 SW 27TH 1 /Z 8 GROVE, FL 33133 COCONUT OCK NTH O V S � CORAL war sw ACE -SMLL ZT AVE �j �9`p5� 1 OAD COCONtn C,RO �n�.Rrifi -601 (P�)� Qt 856 -4752 O 12/16/2003 14:13 3056677806 CITY OF SS MIA PURCN PAGE 02 !1k t.' is. &VLO'S pp qE a i �!aa!! t; {..tilU!'tr, LFi;•�b+ t. ;ia��t�t'!1Ll{ QUOTE4 LGN I f.Rh N-'I- F TERNS SI-114 f1Lf FJf T' GfSLF'..�'T j, jrj :rtt> t �x3 P1:h�l�!V I.@ Q) 1-41 '-'TLI ,;.�� "x+3' r�:a0. Serfs �'tK FIL!t- -;. z"1.41 3.t 3 37 �..:310 PC .3 =0:AER ;7* � --.2 +(s EJt . 0112 Pty DRYWALL '10YO, 1 /F-"x47 xes° S_ 5-4 VtK i . �.5�t ss !,01.1 F'iL" URVWQLL FVVE—y, - 'i,..rd Lih'.'Y :58 411x '.. ofe EA JOINT C0114,10UNT) 5&RL f,, t. ._05 FCC C UX �r11s ^x.p+ uB' i 4'�►t](3:u i.y. 5Sfa WER z9- 9,14' l:Cuzb� It i tie i L+. &I FRtIUHi PRII-E RkE 'z`VU4''E;f -:T TO CHf NL -E +,iT' HI.k)l lutiTIL _ . THAitlK YUU l• bp t rx K PA Y'R011W. •"sm tV 639 FROM; To.0056687me P.r PF.TROLEUM 3930 S.W. I M HALLANDALE FL. June 15, 2004 CITY OF SOUTH MIAMI 4795 VVV 7e AVE SOUTH MIAMI FL. 33155 PROJECT: GARAGE RE: APT-* 10145 PROJECT PROPOSAUAGREEMENT WS Ore Pie-190d to submit this prappsal to perform the Soope of work as described on the project plans and specifications, and /or this proposal, which shall deftne the project snipe of work. 1. REPLACE EXISTING SENNETT DISPENSER WITH A NEW SENNErT L40DEL 3= rW0 PRODUCT DISPENSER. NOTE: 1, REUSE'EXI STING HOSES AND NOZZLES 2. REUSE EXISTING EXTERNAL FILTERS: TOTAL PRICE $5.510.00 Thank for your cunsideretion of A.T.P. Petroleum incQrporated, and we took forward to the possIbIllty of working with you for the successful completion of this project. If you have any gaestions, please feel free tD,00ntaCt US. Cordially, A.T.P. PETROLEUM INCORPORATED. Sales/project Manager AM 0 1 A M/f/� R x T a o (� a 0 �Q r3 of d 70 r S LLJ Lli � LLJ W G7 m 0 U Q U 0o v 6 °0- J Q �o 2 Q a @ �_ �J � Q UD i=pW ¢u=i � w 0' o R 0 E. i }} _E y us y CL E �n o f- O F- p. Wiz. m w ro c CL r .0 O �' W up •.a cs. --a_�= c W o p �aa n = U y �/� �/ b -. C I W 5 6 n. 2 0� E O o C O s d M m ij W64_ i O m � um a ° g E � '3 V H � v cr s r- 4 `o. f N v ,� L _ �n I r C • r .. CT. _ �` DI N ye C14 C) / co m I w C C' '� C M In 1-4 I It a /ti) Y / �� O ~ 9 �i a a y. G'� / G L `✓ Q M w O O n y C G dN "/ O (� �' D/ ant V) � � Worm a ., •� p N N 9 Q co �- �y N p � N d © d o J ` a oA C) .� ¢ ��. as a = y L 1 F @ .Q -r— L � Z•1 3 lid 03 '% 1.' zd�o�yCmU 004 E- LLI z ;L, y ti Q�; m Lil -i d j w ° 3z �( W O 1— c, LL FL a - - -- - uj CL 0� ¢Ww= z n �- ��e'� UJ CD �wn a IC� ' �, Z 0 Cl) E— Q J Z / c� c a =� U Wit-- C�0U)Q� U o o LIJ �-0C)W W <� pQ .0 C) � � CL -0�,,Y� 4Qy O m �ZZZ �14 -5CO�~ o Q W a. N r y CL ui �Dt�U -j� Q C LU w0 � �• °WCm� y�5�m =Ra¢box `� W 1-- W U tY A . ocoo<4 �0.a�- �_ a• �° O Q'..L�.. 4 Lu � o< O Lit z O 0 Q ' L�Wc�no�� °��w°n o � � g� y C ��o LLI WW�W_oW� LL, z�� Q W ��? LL(�`5LU �;��m4 x �U is U4 U2 :0-4p Vince Ould 305- 257 - 0267 p,2 02/18(2004 at 01x53 PM Job Number: 80158 I. UNIBODY COLLISION License. #:M�R 23106 920 Fede -ral ID . #:MV47350 Lifetime Guarantee on all repairs except rust 181 N. Waterway Dr. Miami, FL (305)266 -2172 Fax: (305 )267 -0267 PR' ndnm:R,Y zs T ATE Written By: VINCE OULD ,Adjuster: Insured:' South Miami Police Claim # owner: South Miami Police Policy Address: Deductible: Date of Loss: _ Da .! . �,..- !'►fi.. �. - " -- -f6%as r _ -gpe o Lass: D f Evexfing • Pout of Imgact: Inspect Locat.tlon Insurance Company: Days to Repair 2000 FORD CROWN VICTORIA POLICE 8- 4.6L -FI 4D SED YIN: 2FAFP71W4YX192530 Lic: Prod Date: odometer: Air Conditioning Rear Defogger Tilt Wheel Intermittent Wipers Body Side Moldings Dual Mirrors Clear Coat Paint Power Steering Power Brakes Power Windows Power Mirrors Driver Air Bag Passenger Air Bag 4 Wheel Disc Brakes Cloth Seats Bucket Seats NO. OP. DESCRIPTION QTY EXT. PRICE LABOR PAINT 1 FRONT BUMPER------- - 2 R &I R &I bumper cover 1,9 3 * Rpr Bumper cover 1.0 2.8 4 Add for Clear Coat 1.1 5 FRONT LAMPS 6 Repl RT Side marker lamp 1 46.00 Incl. 7 - FENDER 8 Repl RT Fender 1 245.00 3_0 2.8 9 Add for Clear Coat 1.1 10 Add for Edging 0.5 11 FRONT DOOR 12* Rpr RT Door shell w/o keyless 4.0 2.2 entry 13 Overlap Major Adj. Panel -0.4 14 Add for Clear Coat 0,4 15 Repl RT Mirror assy 1 127.87 0.3 0.5 16 Overlap Minor Panel -0.2 1 t-eb ie 04 02:05p Mince 'Ould 305 -267 -0267 P.3 02/18/2004 at 01:53 PM Job Number: 80158 PRELIMINARY ESTIMATE 2000 FORD CROWN VICTORIA POLICE 8- 4.5L -FI 4D SED NO. OP. DESCRIPTION QTY EXT. PRICE LABOR PAINT 17 Add for Clear Coat 0.1 18 R &I RT Handle, outside w /police 0.5 package 19 R &I RT R &I trim panel 0.4 20# Rpr Buff Rt Rear Door l No Paint 1.0 work needed 21 QUARTER PANEL 22* Rpr RT Quarter panel 1.0. 1.5 23 'Overlap Major Non -Adj. Panel =072 24 Add for Clear Coat 0.3 254 Rpr Buff rear bumper cover / No Paint Subtotals =_> 418.87 14.2 12.5' Parts 418.87 Body Labor 14.2 hrs @.$ 32.00 /hr 454.40 Paint Labor 12.5 hrs @ $ 32.00 /hr 400.00 Paint Supplies 12.5 hrs @ $ 18.00 /hr 225.00 SUBTOTAL $ 1498.27 GRAND TOTAL $ 1498.27 ADJUSTMENTS: Deductible 0.00 ---------------------------------------------------- CUSTOMER PAY $ 0.0 INSURANCE PAY 1498.27 FAILURE TO USE THE INSURANCE PROCEEDS IN ACCORDANCE WITH THE SECURITY AGREEMENT, IF ANY, COULD BE A VIOLATION OF S. 812.014, FLORIDA STATUTES.. IF YOU HAVE ANY QUESTIONS, CONTACT YOUR LENDING INSTITUTION. IF A CHARGE FOR SHOP SUPPLIES OR HAZARDOUS OR OTHER WASTE REMOVAL IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: "THIS CHARGE REPRESENTS COSTS AND PROFITS TO THE MOTOR VEHICLE REPAIR FACILITY•FOR MISCELLANEOUS SHOP SUPPLIES OR WASTE DISPOSAL." IF A'CHARGE FOR NEW TIRES OR A NEW OR REMANUFACTURED LEAD -ACID BATTERY IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: A $1.00 FEE FOR EACH NEW MOTOR VEHICLE TIRE SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW MOTOR' VEHICLE TIRES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX CHAPTER 403.718. P_ $1.50 FEE FOR EACH NEW OR REMANUFACTURED LEAD -ACID BATTERY SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW OR REMANUFACTURED LEAD -ACID BATTERIES -WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX 403.7185. FROM METRO AUTO PAINTING FAX N0. 305 663 6471 Feb. 19 2ee4 12:02PM P1 02/19/2004 at 10:26 AM Joh Numt >er: 83716 EXOTIC AUTO COLLISION /� License # : Mh -27623 �V 0f COMPLETE AUTO BODY SHOP 8040 S.W. 69TH AVE. MIAMI, FL 33143 (305)663 -0023 PRELIMINARY ESTIMATE Written By: JOSE CARBALLO Adjuster: Insured: S. MIAMI POLICE Claim # Owner:. S. MIAMI POLICE Policy # Address: -• . -- : • - -- -. _ ._ _ ._ ... -- -- •Ti•erluct"itole : - . pate: of Loss: Business: (305) 666 -7209 Type of Loss: Fax: (3D5) 668 -7211 Point of Impact: Inspect Location: Insurance Company: Days to Repair 2000 FORD CROWN VICTORIA POLICE 8- 4.6L -FI 4D SED VIN: 2FAFP71W4YXI92530 Lic: Prod Date: Odometer: Air Conditioning Rear Defogger Tilt Wheel Intermittent Wipers Body Side Moldings Dual Mirrors r Clear Coat Paint Power Steering Power Brakes Power Windows Power Mirrors Driver Air Bag Passenger Air Bag 4 Wheel. Disc Brakes Cloth Seats Bucket Seats ------------------------- NO. OP. DESCRIPTION 9TY EXT. PRICE LABOR PAINT -----------------------------------=---------- 1 FENDER 2 Repl RT Fender 1 245.00 3.0 2.6 3 Add for Clear Coat 0 0.00 0.0 1.1 4 Add for Edging 0 0.00 010 0.5 5 FRONT BUMPER 6 R &I R &I bumper cover 0 0.00 1.9 0.0 7* Rpr Bumper cover 0 0.00 3.5 2.8 8 Add for Clear Coat 0 0.00 0.0 1.1 9 Repl Cover molding black 1 44.33 0.5 0.0' 10 FRONT 'DOOR 11# Rpr RT Door shell w/o keyless 0 0.00 9.0 2.2 entry 12 Overlap Major Adj. Panel 0' 0.00 0.0 -0.4 13 Add for Clear Coat 0 0.00 0.0 0.4 14 Repl RT Mirror assy 1 127.87 0.3 0.5 15 Overlap Minor Panel, 0 0.00 0.0 -0,2 16 Add for Clear Coat 0 0.00 0.0 0.1 1 FROM : METRO AUTO PRINTING FAX ND. : ` 305 663 6471 Feb. 13 20e4 12:02P111 P2 Job Number: I 02/19/2004 at 10:2( AM 4-14 OQ� 83716 PRELIMINARY ESTIVINTE 2000 FORD CRWN VICTORIA- 4.6L -E'P 4D SED O ___ _____ ----------- - - - - -------------------------------------------- --------------- •--- - - - - -- -- QTY --- - PRICt; LABOR PAINT - -- _Q _ _ __ � pp, DESCRIPTION -- _ - -- NO-------- - ------------------ - --- Handle, -- ---ide w /Police -- - -0 - -- 0.00 -- 0.6 - - - -0.0 17 R &I RT package 0 0.00 0.3 0.0 18 R &I RT Belt w'strip 19 FRONT LAMPS 1 96.00 Incl. 0.0 20 Rcpl RT side marker lamp 21 REAR DOOR 0 0.00 210 2.2 22* Rpr RT Door, shell 0 -0.4 . 0 23 Overlap Major Adj. Panel 0 0.00 -_ 24 Add for Clear Coat 0 _d- - _....... _0� 0 __. _0 -0 - - _._.._.- - -- o.0a 0.3 0.0 _ L"'T B"e7� w' s t= ip r 0 ._...__. outside w /police 0 0.00. 0.6 0.0 26 R &I RT Handle, package '27 QUARTER PANEL 0• 0.00 3.5 2.3 28* Rpr RT Quarter panel 0 0.00 0.0 -0.4 29 overlap Major Adj. Panel 0 0.0.0 0.0 0.4 30 Add for Clear Coat 31 REAR BUMPER p 0.00 1.1 0.0 32 R &I R &I bumper asst 0 0.00 1.5 3.0 3;3 Rpr Bumper cover 34 Add for Clear Coat 0 0,00 0.0 1.2 35 HOOD 0.00 .0.0 1.8 .16 -Blnd Hood __ -- �----------- --- - -- - -- - - - -- - -------------------------- - - - - -- Subtotals 463.20 28 1 21.4 • 463.20 Parts, Body Labor 28.1 hrs @ $ 36.00 /hr 1011.60 Paint Labor 21.4 hrs @ $ 36.00 /hr 770.4.0 Paint supplies 21.4 hrs @ -$- 18_00 /hr- 385_ 2630.40 20 - - -- ------ - - - - -- ---- - - - - - - SUBTOTAL $ $ 2630.40 @ 7.0000% 184.13 Sales Tax - - -- GRAND TOTAL,-- - - - - -- - - - - - -- $ 2814.53 I. ADJUSTMENTS: 0100 Deductible ------------------------------- CUSTOMER PAY 0.0 INSURANCE PAY $ 2814.53 3 2 H & M AUTO BODY REPAIRS, INC. r ; 2675 S.W. 69/70 COURT MIAMI, FL 33155 '! PHONE: 305 -262 -6990 FAX: 305- 266 -5564 CD LOG NO 1991 -1 DATE 02/19/04 SHOP: H &M AUTO BODY REPAIRS,-INC. INSP DATE: 02/19/04 ADDRESS: 2670 SW 69/70 COURT CONTACT: GEORGE PALAU CITY STATE: MIAMI, FL PHONE 1: (305)262 -6990 ZIP: 33155- FAX: (305)26.6 -5564 OWNER: SOUTH MIAMI, CITY OF LIC #: STATE: VIN: 2FAFP71W4YX192530 BODY COLOR: MILEAGE: CONDITION: ACCTNG CTL# =iJ�R= ENTERED VALUE E= REPLACE OEM NG= REPLACE NAGS EC =REPLACE ECONOMY UC= RECONDITIONED PRT UM =REMAN /REBUILT PRT EU= REPLACE SALVAGE EP= REPLACE PXN PC =PXN RECONDITIONED PM =PXN REMAN•/REBUILT TE =PARTL REPL -PRICE ET =PARTL REPL LABOR IT= PARTIAL REPAIR I= REPAIR L= REFINISH BR =BLEND REFINISH TT =TWO -TONE CG= CHIPGUARD SB= SUBLET N= ADDITIONAL LABOR RI =R &I ASSEMBLY P =CHECK AA= APPEAR ALLOWANCE RP=RELATED PRIOR UP= UNRELATED PRIOR 2000 FORD CROWN VICTORIA POLICE INTERCPTR 4DOOR SEDAN 8CYL GASOLINE-4.6 CODE: P4173C /C OPTNS D /2B OPTIONS: TWO -STAGE - EXTERIOR SURFACES POWER DOOR LOCKS OP GDE MC DESCRIPTION -MFG. PART NO. PRICE AJo Bo HOURS.R N 0006 FRONT BUMPER COVER R &i ADDNL LABOR OPERA 1.4 1 I 0006_ COVER,FRONT BUMPER REPAIR 3.0 *1 L 0006 13 COVER,FRONT BUMPER REFINISH 4.0 4 2.8 SURFACE 0.6 TWO STAGE SETUP 0.6 TWO STAGE E 0282 MLDG,FRONT BUMPER YW7Z17C829AA 42.20 0.3 1 I 0030 PANEL,FRONT END REPAIR 1.0 *1 L 0030 PANEL,FRONT END REFINISH 2.8 4 2.3 SURFACE 0.5 TWO STAGE E 0062 LAMP,SIDE MARKER RT XW7Z15A201AB 46.00 INC 1 E 0104 FENDER,FRONT RT F8AZ16005AA 245.00 3.0 1 L 0104 FENDER,FRONT RT REFINISH 3.0 4 2.1 SURFACE 0.5 EDGE 0.4 TWO STAGE PAGE 1 2000 FORD CROWN VICTORIA POLICE INTERCPTR 4DOOR SEDAN CD' LOG NO 1991 -1 I 0208 DOOR SHELL,FRONT RT REPAIR SPOT INNER SHELL L- 0208 DOOR SHELL,FRONT RT REFINISH 2.5 4 2.1 SURFACE 0.4 TWO STAGE E 0210 PNL,FRONT DOOR OUTE RT 3W7Z5420200AA 189.70 7.6 1 L 0210 PNL,FRONT DOOR OUTE RT REFINISH 0.5 4 0.5 EDGE E 0230 MIRROR,OUTER R/C RT 4W7Z17682AA 122.02 INC 1 -I 0290 PNL,REAR DOOR OUTER RT REPAIR 3.0 *1 L 0290 PNL,REAR DOOR OUTER RT REFINISH 2.2 4 1.8 SURFACE 0.4 TWO STAGE RI 0312 W /STRIP,BELT OUTER' RT R &I ASSEMBLY 0.2 1 RI 0308 PNL, INNER DOOR TRIM RT R &I ASSEMBLY' INC 1 RI 0306 HANDLE, RR DOOR OUTE RT R &I ASSEMBLY _ .. 0._.6..;- -z._ I 0390 PANE _. _ _.. _...... __ .. 2 5* 1 L 0390 PANEL,QUARTZR RT REFINISH 2.6 4 2.4 SURFACE 0.2 TWO STAGE RI 0534 TAILLAMP ASSEMBLY RT R &I ASSEMBLY 0.9 1 22 ITEMS MC MESSAGE(S) 13 INCLUDES 0.6 HOURS FIRST PANEL TWO -STAGE ALLOWANCE FINAL CALCULATIONS & ENTRIES GROSS PARTS 644.92 PAINT MATERIAL 281.60 ?ARTS & MATERIAL TOTAL 926.52 TAX ON PARTS & MATERIAL @ 6.5000 60.22 LABOR RATE REPLACE HRS REPAIR HRS 1 -SHEET METAL 34.00 12.6 11.4 816.00 2- MECH /ELEC 56.00 3 -FRAME 35.00. 4- REFINISH 34.00 17.6 598.40 5- PAINT_MATERIAL 16.00 LABOR TOTAL 1,414.40 TAX ON LABOR_ @ 6.5000" 91.94 SUBLET REPAIRS TOWING STORAGE ROSS TOTAL 2,493.08 SET TOTAL 2, 493.08 .DP SHOPLINK U2900 ES CD LOG 1991 -1 DATE 02/19/04 01:44:59PM R6.35 CD 12/03 OST LOG C) 1998 - 2003 ADP CLAIMS SOLUTIONS GROUP, INC. e PAGE 2 October 5, 2004 City ref tip Miarni 61,39 Sunset Drive South Miami, Florida 33143.5€19 Attention: GIs. Kathy � Vazquez Purchasing Manager Mr. Rudy De La %rte Maintenance Manager Ms. Vazquez, Pursuant to our meeting of October 4., 2004 we are pleas to gaffer as folly BV tail will -cell and deliver gasoline and diesel fuel to you on a monthly, as needed basis, as per one of these two options: 1). Based on the v ekly low award price as per the Miami -Dade Gasoline and Diesel Contract regardless of who is the for bidder for each product as outlined in Zone "S', or 2) lased can the OPIS rack average for each grade plus $02785 per gallon for gasoline and diesel on the day of deliver. A OPIS puWcation would be provided to support the prices: Payment terms, 30 days from date of delivery. Deliveries: 24 flour notification of delivery baste can 3 or 4 week mutually agreeable schedule to top off your three of your tanks: While we amlt the commission's approval € f Ws agreement, was would begin making monthly deliveries based on number 1 above, provided it is acceptable to you.. We took forward to your acceptance of this plan. WNest Regard Joh A.Wd h J 1 Message Page 1 of 1 Vazquez, Kathy From: Balogun, Ajibola Sent: Monday, October 11, 2004 4:36 PM To: Vazquez, Kathy Cc: De la Torre, Rudy Subject: RE: Term Contract Okay, fine with me. - - - -- Original Message - - - -- From: Vazquez, Kathy Sent: Tuesday, October 05, 2004 2:47 PM To: Balogun, Ajibola Cc: Oshikoya, Hakeem; Virguez, Maria; De la Torre, Rudy Subject:_ FW: Term Contract Aji, agree with Rudy's recomendation that going with Dade County prices would be simpler for all After all the markup of $.28 is being figured from the awarded. mark up to Dade County with would always be about the same if not the same. Let me know what you want to do and I will contact Mr. Wright. Thanks, Kathy - - - -- Original Message ----- Fromr. John Wright [mailto:Johnw @bvoil.co n] Sent: Tuesday, October 05, 2004 2:20 PM To: Kvazquez @cityofsouthmiami.net Cc: rtorre @cityofsauthmiami.net Subject: Term Contract Kathy, Here is the proposal as per our discussion of yesterday. Rudy, Please forward the Lube specs for motor oil, hydraulics and greases. Thanks, John A. Wright 10/12/2004 Message Page I of I Vazquez, Kathy From: Balogun, Ajibola Sent: Monday, October 04, 2004 5:07 PM To: Vazquez, Kathy; Oshikoya, Hakeem Cc: De la Torre, Rudy; Virguez, Maria; Davis, Maria Subject: RE: Fuel Thanks! Maybe we should add BV Oil to our Open P.O. list. I look forward to receiving the contract. Again, thanks you. Ajibola - - - -- Original Message - - - -- From, Vazquez, Kathy Sent: Monday, October 04, 2004 1:04 PM To- Oshikoya, Hakeem; Balogun; Ajibola Cc: De la Torre, Rudy; Virguez, Maria; Davis, Maria Subject: Fuel FYI During these past 3 Hurricanes we learned that fuel companies did not find the City of South Miami to be among the "priority delivery list ". Maria Virguez did some investigation among several fuel suppliers and found that BV Oil offered a contract to vendors that would place them on the "priority delivery list" during an emergency. Therefore, Maria V set up a meeting and this morning Rudy, Maria V. and I met with John Wright of BV Oil. The contract he is proposing is simple: 1. they will honor Dade County weekly prices and, 2. Will schedule automatic deliveries as needed base on usage. (could be weekly, bi- weekly or monthly) Benefits: In case of an emergency we will have priority for scheduled deliveries John will e-mail a contract by Wed. for our consideration. As soon as I receive this, I will forward. Kathy 10/12/2004 10/12/2004 02:05 365- 235 -4690 BENSON ELECTRIC PAGE 02/04 man MIAMI -DADE COUNTY BLANKET PURCHASE 09DEE2 - -Y - -- .- BR) ID: ABCW0400369 PRINT DATE:. 02I25/2'004. RAGE: 01 VENDOR ID: RECEIVED PRIM2 VENDOR SET ASIDE MULTI — VENDOR BPO SUBVENDOR GOAL : 00% i MAR 0 9 Z�t�� PRIME 'VENDOR COMMITMENT: 00% MS�N ELECTRIC ---- --------------------- SHIP TO: AS SPECIFIED ON INDIVIDUAL ORD9RS PLEASE REFER ALL QUESTIONS CONCERNING THIS ORDER TO; GONZALEZ LAURA ------------------------------------------------------------ IT]! ID EXPR DATE DISCOUNT TERMS - - CONTRACT AMOUNT AVCW0300620 02/28/2005 2,860,000.00 --- - - - -,- -- - -- BII1 N17MBER 2315-4/08 PRI,- QUALIIP'I.ED VENDORS FOR MULTI- VENMOR BPO Vm DOR ID svx VENDOR. NAME DISCOUNT TERMr, 59714482€3 01 CALLIES ELECTRIC INC NXT15 591226489 01 BENSON ELECTRIC INC NET30 597584836 01 AMERICAN ELECTRIC OF MIAMI INC NET30 59',429661 01 DATA ELECTRIC INC 2- %IONET30 591,605868 01 EDD HELMS QPOUP INC NET30 65(618324 01 POWERSERVE TECHNOLOGIES INC NET30 9¢1FA * * *fifi7kfi�G yr,r ar y�' b 'jf'k'j*• * *• * *k. *. * *iE *'ICw *IG iF 7F * *wJr* *fie% * *7k �Tl l• wA" kw *' *'ki * *h *dF * *y; *.k * *�c * * * *�: iC yY �[•* ITEM COMMODITY ID U/M UNIT COST *w� �ww, t�tw** ww�w**** xx�rw�r** �t *w,� * *�w,tw *fi * * *w�e•r * * * *t *w ** fix+ ��r�rwwr * *arwn,� * *w,r * *w�a� *�e* 002 909 -39 2,660,000.0000 LO ELECTRICAL SERVICES: SEATING AND COOLING, L --------- --- --- --- ------ - - - --- END OF ITEM LIST ------------------------------ bo t r S. APS.- NEW fate Ncyuticrted Ac�reemFnt Price Schedufc> State Purchasing 4050 Esplanade Way I Tallahassee, F.10Hda 32399-0950 * To be complekid by ti,.e Vendor Branching Out,inc. is an Environmental 8ngineering, " SNAPS 11 Title'„ rY �Ltl<� - -F t4 �' �UcnU , �Ay R F Wks VA L-, R,E P&2 4-t 9 � M15 Alyt77644 - ' T - - Level One Period 01 �1�6/ Level TwoPeHod - A00aL" u n 3 No. Cl I g Level Three Peric::i t (3D a3 - ULL ) !I , Z00 4 Na. --L9-( l _;Z 9D 1 Level Four Period 2 zno '_1 3 No. 1 -_ • Federal Employment Identi 'cation or S.S. Number 65-041760$ *SPURS No. F 6 5 0 417608003 Vendor Name Bran hin cr 0 t *VendorMailingAddress 2330.0 5.W_ 114 v alp _*&y Horuestea.d State �F.. I or i d� * Zip 3 3 0 3 2 * Telephone Number 3 Qg _ a S$ _ g 101 * Toll -Frey Number Internet Addres:: * E-mail Address Brailchou t 1 aoi - rum. Area to be Son-,3d Florida ' Fax Number 3 S_' .5R— ar Warranty.. OnoyP A r 1. PURPOSE r Under authority of Section 287.042(1)(a) and (2)(a), the purpose of'this proposal is to establish a negoti- ated agreement for commodities or services that are not available from a State Term Contract. The agreement will provide Sto a Purchasing an opportunity to evaluate, assess and determine.the need, benefit and. value of commodities or services, and the feasibility of establishing state term contracts, +rough the competitive process. The agreement will free eligible users,from the necessity of obtaining competitive quotations for a single purchase of commodities /services totaling lest, than Category II. The agreement does not exempt eligible users from the competitive bidding processes � described ir: section 287.FS. for commodities /services over the amount of Category IL Eligible users are state agencies, federal agencies, counties, municipalities, and institutions qualified pursuant to 240.6051 F:,S.; private nonprofit community transportation coordinators conducting business related solely to the Commission for the Transportation Disadvantaged . qualified pursuant to 427 F.5. 2. The establis.hmeht of this agreement does not constitute an endorsement of.the products or services by State Purchasing, . 3. SNAPS 111:;igreements are not exclusive and other vendors may offer similar products and services, 4. 5. Usage of 51'-.IAPS 11 by state agencies is not mandatory. Vendors and agencies using SNAPS 11 have other purchasing alternatives ivaila6le- These purchasing alternatives are defined in Chapter 287.F.S. 0RbERINACic LIMITS; State agencies may issue single purchase orders up to Category 11, and total cumulatively up to CATEGORY IV in an agreement year, Totol agency -wide acquisitions during the each year of the agreement shall not exceed the •lareshold amount for Category IV, except that acquisitions by agencies with decentralized purchasing functions shc:,ll be considered on the basis of each purchasing office that maintains full -time. purchasing staff. PRICES, TERMS AND PAYMENT; Firm prices shall be offered and include all packing, handling, shipping charges and delivery unless otherwise indicated, The vendor's name and address shown on invoices must be identical to the vendor's nonie and address on the purchase order. (a) Taxes: Th: State of Florida does not pay Federal Excise and Sales taxes on direct purchases of tangible personal property. Sea;: tax exemption number on face of purchase order or agreement form. This - exemption does not apply to purchases o-° tangible personal property in the performance of agreements for the improvement of state -owned real properly as defined in Chapter 192, Florida Statutes, b) Invoicing and Payment: The vendor shall be paid upon submission of properly certified invoices to the purchaser at Of 9 Rp^x-49 04 08:34a branching out i.nc 3052583812 F.1 23300 S. .13x4 Avenue EB5T40 Milan., Florida 33032 PCC655725 ECO001470 Ph (305) 258 -8101 Branching Out, Inc. ccac om so Fax: (305) 258.3812 Er ;&Qgirj§ "n gpnstruction CPC 057,075 April 16, 2 Mr. George Green City Of South Miami 4795 South West 7e Avenue Miami, Florida 33155 Re- Professional services for the it stallatim) of new fuel dispensing unit located at South Miami Public Narks Dept. I Purpose Of Aureementl Pry ect Qesgrlatlon I _ Provide necessary labo, to remove existing fuel dispensing unit and disuse off as per State and Local requirements. 2. Provide and irisWl one new duel hose dual product high sped fuel dispensing unit. 3. Provide and install tines 'amts ss;(-i fuel dispani l ng hoses, nozzles, breakaways and swivels, It Na - Electric included in this proposal utilizing ayisting circuits and wiring only, any additional electrical services required a change order wit( be submitte,:1 for the difference in eaok No impact or special MsessMnt flees included in this proposal. No anginsering drawings included in this proposal. - No Permits for disperser installation included in this proposal. Q Page i of 3 �7 a 9 04 06-3 34a branYc;himg out iris 808250381 2 P.2 itt _$C a +gle CONSULTANT antidipai es commencing field work within three days after receiving writen authorization, deposit, permits and shipment of equipment. IV Coma ensg i n These tasks shall be pe-iformed for the jump sum f6e of p}���F+yy■ ���wy■��ryy er.•k h....ek. eke. ie kY ............. war'• eeev 1YaY •aY e•haa.cea_ 8�1 0 -00 Page 2 of 3 [Contract Number] -- Vendor Information Page 1 of 4 IT Hardware 250- 000 -03 -1 Vendor Information 3Com http:! /www.3com.com solutions /en US /govei ABC Computers http://www.abc2000.com/computer-st-gov-p r+ Ace Computers http:llwww.acecomputers.com/showpages.asi Acer America http:/Zwww.acer.com/APP/AKC/INTERNET/ A►A ADIC h_ftp_lLww.adic.com /fiorida *1 �� Aethra, Inc. http:Z/www.aethra .net /official price.pdf .04 Alcatel http_/ /www.ind.a1cate1.com /cf forms /fiorida/ x. American Power http:/ /159 215.19.5 /govrslr.nsf /state ?OpenViE Conversion ADole Computer MW/ homepage mac.com /flcontractffi.pdf Avava http://wwwl.avaya.com/floridastate/florida4. CDW -G (Toshiba) b#p: / /www.cdwa.com /shop /contracts /contra+ 41t Cisco http://www.cisco-fi.com/ IKON Office Solutions http:/ /www. ikon .com /extranet /florida /techno Impressions Solutions http: // www. impressionsolutions.com /florida Inca (Kyocera Mita 0 Insight Public Sector http: / /www.ips.insight.com /floridaIT (Formerly Comark) Conditioned Air and http://www.fiebertstatecontract.com/ :/ /www.liebertstatecontract.com/ Inc (Liebert) 40 Cyberguard http: // www .cybergua,rd.comLorida /main.cfm *0 Dell http: / /wwwl.us.dell.com /content /default.asp� EMC ftW. / /ftp.emc.com /pub /fusa http://www.myflorida.com/st—contracts/25000003 I/order.htin 7/14/2004 [Contract Number] -- Vendor Information Page 2 of 4 0 Enterasys http: / /www.enterasys.com /solutions /verticals Epson http://corpeai.com/StateFL.htm Extreme Networks http: // www .extremenetworks.com /common /a Executive Source http:/Iwww.execsource.comLsfl2OQQL Foundry http: / /www.foundrynet.com /sales/ Fujitsu PC http:://www.fujitsupc.com/www/floridaPricin Fujitsu Technology http: / /www.ftsi.fujitsu.com /services /gov /flori Gateway http : / /esource.gateway.com /florida Ob 0 Hewlett-Packard http: / /www.compaq.com /state /florida Ol Hitachi http:// www.freedomstorage- florida.com/ "`" Howard Computers httQL/www.howardcomputers.com /state /fl IBM http: // www- 1.ibm.com /gold /portal /serviet /g( AL Innovative Tech http: / /innovativetechinc.com /state /price.htm Lewis Digital, Inc. http: / /www.it.lewisdigital.net Lexmark http: / /store.lexmark.com /cgi- bin /ncommerce' : TO Marconi Communications http: // www. marconi .com /htmi /contact /stated Micron http: / /mgcs.buympc.com state /state of floric =� Minolta -QMS http :Ilwww.minolta- gms.com /government /ste NEC Solutions htt ._p: / /www.necsolutions_am.com /government Network Appliance http: / /www.netaD comIsales /florida.html 0 NH&A (Netscr en http: / /www.nha -fi -com/ Ali Nortel Networks http://www.norteinetworks.comZprd/statefla OCE'USA p: // voce .oceusa.com /St:ateofF! /florida in htt m I Oki Data http:llbpx.okida6.com/fi.ns Polycom http: / /www.polycom.com /florida/ i http: / /www.myflorida.com/st contracts /250000031 /order.htm 7/14/2004 CORAL GABLES LINCOLN MERCURY December 19, 2003 City of South Miami GSA/Procurement nce1954 "1l W Attention: Robert D o X Ln Effective December 19, 2003 mechanical labor rate of $53.50 applies to all mechanical Ln Ln repairs except menu priced items. o, -A Thank you, Ln CO famak EF'1berg, Service Manager Gables Lincoln Mercury mailto:jenberg_na gableslincolnmercury c000/ d Z/00*1/25y FEB. 10. 2001; ; : i nib NO, 7 � 3t�o P. AWARD SHEET ADDE14DUM NO. I 11f�sareeeff f6�rreMif{ "■ ri■■ laes[•f ifi+ leesaiifffassteEYfeU f�aeffiieflpis F *>'sY TO: ALL DEPARTMENTS DATE: February 20, 2002 FROM: MIAMI -DADE COUNTY SUBJECT: BID No: 5387 -0/06 GSAIPROCUREMEN7 TITLE: DEALER OEM FARTS AND REPAIR SERVICES Ifref■ e■ YffffPeeesff�SlesYfiffsrsllilffilRrr •fffff•ssfrYSffssaYeYSf ffffisPeYSe Off #sseaY Please note the follom(ing changes: Add the following Vendor effective 0211912002: F.E.I.N.: 66- 1004338 VENDOR: Ford of North Miami Beach (Klein Motors, Inc.) Street: 2198 NE. 163rd Street City /StatwZip: North Miami Beach, Fl. 33162 F.O.S. Terms: Destination Payment Teams: Not 30 Delivery: As Needed Phone: (305) 493 -5150 Fax (306) 493 -5161 Contract Person; Cary Perez Labor Rate to the County$54.20 PMD APPROVAL DATE: 02/19/2002 ALL ELSE REMAINS THE SAME J. CARLOS PLA SENCIA, CPPB SENIOR. PROCUREMENT AGENT i CC: GSA/FLEET, AVIATION, MDTA, PARK, PUBLIC WORKS, WASAD, BID FILE JCP /ms ....... ........ _.. ID. 2003 9: i 6AM NC. 368 F. 4 ADDENDUM 340. 4 TO: ALL DEPARTMENTS DATE-z: 414y 17, 2W--, . inrrr..wrrmn.r'► ■rmas «..RrrrPr. woairrrwYRrBA1u .mv6.marB.r�wrrarrlre mo- t.++n wrrc . += FROM: MIAMI -0AW COUNTY SUBJEI;T: BID No, 5'07 O-SAiPROCUREMENT P.�e a a b /�% C� G S.g `�• f TiTLE: DEALER 09M PARTS AND REPAIR Eli CES IPBrrNQri Wwr AQ ®DW rrtl QN ■QQOPPr QQ G7 W.mF4�Q71Q9Pmdff CNZ Q!@,Rmtl N91gRQ1�R}xw nr4�mG4I'£fi SfFac P4l4 !'s'RFft �.. Please notU Che following changes: Add the following Vendor vffer,-,�ive 05,11 f12i, Q2 F.IE.L N.: 59-0373507 VENDOR- Miami 'Lincoln Mercury. Street: 8101 NVV 7�h Avenue City/state/zIp: Miami,' Florida 33154 F.03. Terms: Destination Payment Terms: Net 30 Delivery: As Needed Phone, (345} 758 -3377 Fax (305) 795 -7759 Contract Person. Clover Tume r Labor Rate to the County J56.22 P D APPROVAL DATE: 06109/2002 ALL ELSE REMAINS THE SAME J. CARLOS Fi..ASPENCIA, CPPB SENIOR pR4. GUREM ENT AGENT CC: GSAIFLEET, ." lATION , MDTA, PARK, PUBLiC 4 ORKS , ASAD, BID FILE JCP[ ms 11/18/2003 09:13 3056236935 COSGROVE ENTERPRISES PAGE 02 1w AMM 18008 N. W. 481h Awenae, Mlamt, Florida 330 f4 ENtTERPRISE% INC. R -8704 11/1312003 City of South Miami 6130 Sun8et Drive Miami, Fl. 33143 ITEM DESCRIPTION PACKED PRIG 12225 LARGE ANGLE BROOM EACH $ 5.25 32902010 FORK MEDIUM WEIGHT 1000 $ 7.10 32902020 KNIFE MEDIUM WEIGHT 1000 $ 7.10 32902030 SPOON MEDIUM WEIGHT 1000 $ 7.10 35501200 TALLFOLD NAPKINS 10,000 $ 38.95 37001090 9' FOAM PLLTE 500 $ 19.65 37003060 6" FOAM PLATE 500 $ 17.00 88047DLAL ANTIBACTERIAL HAND SOAP 4/1 GL $ 41.95 ALTOSI6 16° UPRIGHT VACUUM EACH $ 19$.00 A,P135 FURNITURE POLISH 12120 OZ $ 45.65 AP142 STAINLESS STI -EL CLEANER 12/20 OZ $ 24.85 AP221 DISINFECTANT DEODORANT 12120 OZ $ 21.40 AR425B ANTI -CRAWL INSECT KILLER 12/20 OZ $ 33.96 BE0760 STIX 2091� PROS BOWL CLEANER 121 TS $ 38.80 BE1330 NEW PUSH ENZYME ELIMINATOR 4/1 GL $ 21.96 BE-1381 PH7 NEUTRAL CLEANER 4/1 GL. $ 31.95 BE1501 TOP FLIGHT ALL PURPOSE CLEANER. 4/1 GL $ 19.96 BE1545 AX -IT STPLIPPER 5 GL $ 25.55 BE2270 JUST SCENT ODOR ELIMINATOR 12/QTS $ 34.15 BE3031 PINE CLEANER DISINFECTANT 121 TS $ 37.80 BE312 AF315 DISINFECTANT/CLEANER/DEODORIZER - 4/1 GL $ 24.00 BE6081 SPRAY BUFF 4/1 GL. $ 26.96 BF -6105 HI -TECH 22% FLOOR FINISH 5 GL $ 45.00 BR1004 LOBBY BROOM EACH $ 1.95 CG1402 ALL PURPOSE CLEANER. 4/1 GL. $ 14.95 CG1802 PINE CLEANER 4/1 GL $ 15.96 CG2502 GLASS CLEANER 4/1 GL $ 9.95 CPC©4910 PALMOLIVE 411 GL. $ 41.50 G170165 URINAL SCREENS WITH BLACK DOZEN $ 10.80 CT0174 MAIDS CAR t EACH $ 95.00 CT0595 FIBERGLASS MOPHANDLE T;A.CH $ 8.95 T0601 A.W STYLE FIBERGLASS MOPHANDLE EACH $ 925 T07511 F AIR FRESHNER DISPENSER EACH 1�qs6Ro Ve. ITEM DESCRIPTION PACKED PRICE CT07907 METERED AIR FRESIMR 12/7 OZ $ 33.60 CT0922HL TRIGGER SPRAYER EACH $ 0.53 CT0932 32 OZ EMPTY BOTTLE EACH $ 0.33 CT20631Y MOP BUCKET WITH WRINGER EACH $ 4200 CD818BL WASTEBASKET EACH $ 3.55 CT7102B URINAL BLOCK 4 OZ DOZEN $ 4.55 5 EUREKA VACUUM BAGS 3 PK $ 8.95 G 1807 PngK LOTION HAND SOAP 4/1 GL $ 15.96 GL4020 LATEX GLOVES MEWLARGE 100/BOX $ 6.99 GL8440L YELLOW GLOVES EACH $ 0.66 HD3603 60' METAL THREADED MOPHANDLE EACH $ 3.30 E P508 AZZ HOT & COLD CUPS WITH HANDLE 1004 $ 63.00 IB1823 BOWL BRUSH EACH $ 3.40 186824 24" PALMYRA PUSH BROOM EACH $ 8.70 U5015 24 X 33 6 MICRON CLEAR LINER 1000 $ 12.60 L15055H 38 X 6013 MICRON CLEAR LINER 200 $ 16.20 MH1024 24 OZ COTTON MOPHE.AD EACH $ 1.80 MH2O20 20 OZ RAYON MOPHEAD EACH $ 2.00 MH2O24 24 OZ RAYON MOPHEAD EACH .$ 3.00 PA.0162 JRJUMBO 2 PLY TOILET TISSUE 1211000` $ 25.90 PA0200 2 PLY TOILLT TISSSUE 96/500 $ 27.50 PA410 HOUSE HOLD ROLL. TOWEL 30/95 $ 19.65 PA.485 MULTIFOLD TOWEL 4000 $ 15.95 PA1020 20' ELITE BRAND FLOOR PAD 5 /CS $ 16.20 PDI@20 -3M 20'3M BRAND FLOOR PAD 5 /CS $ 19.00 PD2102 SPOONGE SCRUBBERS EACH $ 0.55 BAGS VACUUM BAGS STYLE F & G 9 PK $ 23.00 TP9000 BLEACH 6/1 GL $ 8.35 UNHDSC 8' HEAVY DUTY SCRAPER EACH $ 37.95 UNNN90 36' NIFTY NABBER EACH $ 20.95 WL000I FEATHER DUSTER EACH $ 2.95 W11000 BOWL SWAB EACH $ 0.85 WL151$ 18 X 5 DUSTMOP COMPLETE EACH $ 17.26 WL1536 36 X 5 DUSTMOP COMPLETE EACH $ 18.155 Vv7 2222' WHUTE RAGS 10 LB $ 17.00 VJM18 18 X 5 VUSTMOP REFILL EACH $ 4.80 WL2536 36 X 5 DUSTMOP REFILL EACH $ 535 WL661 BLUE LOOPED END MOPIMAD MED/LARGE EACH $ .5 -65 FROM :ALL CLEAN PAPER JANITOR FAX N0. :3052631414 Nov. 20 2003 10:11AM P1 ALL CLEAN Ir PAPER & JA ITC)IR.. U- PPLY CO. QUOTATION SB EEET DATE: l U20/03 TO: City of South Iffim ATiK. Rudy de la Torre FAX #: 305- 668 -7208 FROU— Eva Abreu 00 9W Pink Lotion Soap (PLS) 6/1 gallon 598 Lemon Extra 4/1 gallon 9.25 Bleach 611 gallon 1.50 Earebones (stripper) (5 gall) 5 gal pail 52.50 Picture Perfect (wax) (5 gall) 5 gal pail 79.00 24oz cotton mop head each 4.20 Latex exam gloves 100 /1 box 8.46 3M 20" floor pads 511 case 26.35 Scott toilet tissue 500 /2ply 96 rolls case 47.65 Heavenly Soft toilet tissue 500 /2ply 96 roils case 35.00 Multifold white towels case 18.65 I NEED TO KNOW THE SIZE OR GALLON CAPACITY IN ORDER TO BE ABLE TO QUOTE YOU THE HI DENSITY LINERS. Thank you for giving us the Opportunity to quote you the above .listed items. if you have any questions, please feel free to call us. Eva Abreu 305.261 -9400 11/21/2003 14:27 305- 325 -8023 TROY INDUSTRIES TROY INDUSTIE I of oz. PAGES PAGE 01 1038 NW 21ST TERRACE MAIM), FLORIDA 33127 Phan$ 305 -324 -1742 Fax 305.325 -$023 TO: Qom.. Z,,,v Tot,, s �G � FAX C3v5�T LPHQVE � FROM: Ae'e;'t TELEPHQNE (305) 324 - t 7 '42 FAX (305)325-8023 FOR YOUR INFORMATION RESPOND AS SOON AS POSSIBLE PER YOUR REQUEST - -_ —. CALL AND VERIFY MCEIPT OF FAX COMMENTS: 11/21/2003 14:27 305- 325 -8623 TROY INDUSTRIES PAGE 02 cs �%c l Aar" A C a A.� rc t q wiz Lbo �- /ka > H,& o,,j e-,tf Is art x 33h�� ul /Z0 �mt+d IWVIW HinOS 30 A1I0 eoz4e9950E 00:52 E08Z {p� /TI 09/23/2003 12:48 3052737292 DAVID EUSTACE PAGE 01 4 0 4 ► lam Con4nc4- �. k av r? r\ David P-aszace STATES nR=OFYMANec7ER wommicavgrarnm 3109 flmntfnm Ancmue Miami, PL crewla r4 ONO 4014 Cell: (305) 724.4552 ) (800) S7.A.CHEM VM. 7034 rvnaastatMrrdrech4a�aorn Email: david.e¢eeuer ecaxeindusrrial.com 09/23/2003 12:48 3052137292 DAVID EUSTACE 1 U PAGE 02 Page 1 of 2 t 25421 ALGAECIDE CWT F-297 GLS cs $198.54 25733 ALGA ECIDE"CWT F-410 GLB cs $198.54 54183 AP GREASE D120 BC $566,40 101214 BASEBOARD STRIPPER (SFR) DZI 9 ;cs $71.28 ZD626 CAP 38-400 PP FR SG75 LINER HEATSEAL EA $0.00 25195 CHAMP QT12 GS 52042 CITRO-BLAST SKIN CLEANER 6X3L cs $64.08 44838 CITRUS DISINFECTANT AEROSOL DZ16 cs $98,52 101163 CONVENTIONAL FLOOR FINISI I 2X2,SGL cs $75.00 25598 COOLADE CONCENTRATED F-559 D55 Be $1,503.70 44852 CURRENT ISSUE DZ16 cs $98.01 26064 CURRENT ISSUE D55ID210 BC $1,045.55 43805 DR[ (AEROSOL) DZ18.5 CS $76.32 25098 D-STROY OT12 03 $88.76 25102 MTROY D20/D75 Bc $403.80 43565 ELC-NON FLAMMABLE DZ8 GS $147M 44625 ELC-PLASTIC SAFE DZ12 cs $91-80 37155 F-100 ICE REMOVER D1501KG68 Bc $78.00 27048 F-190 WEED & BRUSH KILLER D20 Be $070.60 17113 F-236 SCENTED TERG-O-CIDE GI-6 GS $115.56 21014 F-625 CLOSED LOOP D20 BC $413.50 20675 F-68A INVUS'I"RIAL GLEANER D55/D21 0 sc $719.95 FIX FOAM DISINFECTANT CLEANER DZ18 cs $75.36 56100 FRAGRANCE FACTORY -AIMOND EA $7.00 100767CA FRAGRANCE PAK VARIETY CREATE-A-PACK EA12 CS $75.24 104294 GREASE SLAYER DZ1 5.5 CS $177.60 43230 GR,9 LUBRICAN 1 OZ15 cs $102.50 65018 HANDLE EZ CHANGE 54" EA $24.10 67457 HANDLES FOR FLOOR BRUSHES EA $6.49 52090 HANDS ON 6X3L cs $64.08 105370 HEAVY DUTY LINER DISP BAG 60 GL 100E cs $45.00 1 105309 HEAVY DUTY LINER DISP BAG 40-50 01- 100E GS $41.001 103163 HIGH PERF STRIPPER (FLR WIZARD) GL4 CS $81,801 43242 IN -SIGHT ("S X8.12 54050 JONADE BLUE 5 OZ BLOCK EA12 cs $54.60 25670 KONTROL WITH APPLE ORCHARD QT12 cs $97.56 25080 KONTROL WITH MINT QT12 cs $75.95 25678 KONTROL WITH PERFECTLY PEACH QT9 cs $137.88 18055 22141 LIL BROTHER SAM QT12 LIME SOLVENT GL4 cs cs $102,48 $91.80 67589 LINER POLY DISP BAG LITE 5003 1 IGL E500 CS $70.00 67602 LINER POLY DISPSDLE 13AQ MED WT#5509 E250 03 $52.50 43205 LUD SILICONE LUBRICANT DZ13 cs $08.52 67130 57131 101240 44818 43210 20175 144850 MOP HEAD WHITE SORB 16OZ SYNTHETIC MOP HEAD WHITE SORB 20 OZ NEUTRAL NON-BUTYL CLEANER 2X2.5GU10L GRAN -GEL: (AEROSOL) DZ17 PEN PENETRATING OIL DZ20 PINE PRO GI-4 RAPID WRENCH DZ12 Ics EA EA cs cs CS cs $4.59 $6-60 $00.00 $91.70 $71.281 $95,801 $119.881 1101216 RESTORER 2X2.5GUI0L ICS 1 $76.841 Page 1 of 2 t 09/23/2003 12:48 3052737292 DAVID EUSTACE PAGE 03 All 18072 SCRAM LIQUID PIPE OPENER QT12 cs $117.24 52070 SCRUB SKIN CLEANER SX3L GS $64.08 77040 SPRAYER 16-32 TRIGGER COMPLETE EA $1.00 43520 SSC STAINLESS STEEL CLEANER Dzia 0$ $04.30 1 44858 SSD 11 OZ20 cs $96.16 72049 STATE 54 LINE PAD 17BLACK EA6 cs $33-00 72046 STATE 54 LINE PAD 17RED. EA5 CS $33.00 72064 STATE 54 LINE PAD 20BLACK EA5 CS $43.00 72061 STATE 54 LINE PAD 24RLD FZAS ca 1 $43.00 20739 STATE 999 D56ID210 BC $542.30 101866 THICK STRIP D5 BC $78.40 44830 TRADEWINDSAPKE ORCHARD DEODORANT DZ10 CS $79.56 44004 TRADEWINDS PERFECTLY PEACH DZIO ca $79.56 $4035 URINAL ADS BLUE EA12 ca $57.12 10107 UTILITY REPLACEMENT PAD BROWN CS20 cs $53.00 43250 WAG WHITE. GREASE DZ16 cs $70.44 18056 -WASHROOM WIZARD APC OT12 cs $59.48 43535 WIP GLASS CLEANER DZI9 CS $48.12. 103219 Zr=kO IN INSECT REPELLENT DZ8 CS $104.30 103228 ZERO IN Salt MULTI-USE INSECT KILLER DZ16 CS $121.68 1103225 [ZERO IN WAS WASP & HORNET SPRAY DZU CS -o ----1 $78.721 250- 000 -03 -1 ° IT Hardware Page 1 of 1 IT Hardware 250- 000 -03 -1 Effective: 08/01/2002 through 07/31/2005 KOO Rate. this contract View survey Results To purchase under this Contract use a Request forQuotes (Suggested Form). How to Use this Contract Contract Administrator Products Available Contractors Contract Revisions E- Procurement Amendment 2) e... 1. L Ma hap://v,iww.myflorida.com/st—contracts/25000003 1/ 7/14/2004 [Contract Number] -- Vendor Information Page 1 of 4 IT Hardware 250- 000 -03 -1 ON MR, Vendor Information 0 3Com http: / /www.3com.com /solutions %en USlgovei a ABC Computers http://www.abid2OOO.com/computer-st-gov-pri Ace Computers htttp:// www .acecomputers.com /showpages.as� Acer America http: / /www.acer.com /APP /AKC /INTERNET /AJ ADIC h_ttp: / /www.adic.com /florida Aethra, Inc. http: /Lwww .aethra.net /official,_price.pdf Its, �. Alcatel http: / /wwwJnd.alcatel.com jcf forms /florida/ x. American Power Conversion http://159.215 .19.5 /govrsir.nsf /state ?OpenVit *t Apple Com puter htt homeDage .mac.com /ficontract /fl.pdf Ava a http:-// wwwl. avaya .com /floridastate /florida4. 0 CDW -G (Toshiba) -hftp://www.cdwg.com/shop/contracts/contra, ;a Cisco httn: / /www.clsco- fl.com j IKON Office Solutions http://www.ikon.comlextranet/florida/techno Impressions Solutions Inc. (Kyocera Mita �!tt www.impressionsolutions comZflorida/ a Insight Public Sector (Formerly Comark) http: / /www.ips.insight.com /floridaIT 4* Conditioned Air and Power Inc tiebert �://www•liebertstatecontract.com/ - 1r, Cyberguard http:_/_/ www. cyberguard.com/floridaimain.cfm Dell http://wwwl.us.dell.com/content/`-"-di!fault.aW) EMC ftp://ftp.emc.com/i)ub/fusa a http://www.myflorida.com/st—contracts/25000003 I/order.htm 7/14/2004 [Contract Number] -- Vendor Information Page 2 of 4 EnterasVS http• / /www.enterasys.com /solutions /verticals i Epson http: / /corpeai com /StateFL.htcn Extreme Networks http• / /www.extremenetworks.com /common /a 40.E Executive Source http : / /www.execsource.com /sfl2000/ Founder http://www.foundrynet.com/sales/- 0 Fujitsu PC ht ://www.fujitsupc.com/www/floridaPricing 4 Fujitsu Technology http:/lwww.ftsi.fujitsu.com/services/gov/florl a GatewaV http • / /esource.gateway.comlfiorida Hewlett-Packard http• / /www.compag.com /state /florida Hitachi http://www.freedomstorage-florida.coml Howard Computers http:llwww.howardcomputers.com /state /fl 0 IBM http://www-I.ibm.com/gold/portaI/serviet/g c Innovative Tech http : / /innovativetechinc .com /state /price.htm Lewis Digital, Inc. http• / /www.it.fewisdigital.net k� I LeXmark http• / /store.lexmark .com /cgi- binlncommerce. Marconi Communications http://www.marconi.com/htmi/contact/state Micron http://mqcs.buympc.com/state/state of floric F° Minolta -QMS htt:J /www.minolta- gms.com aovernment /sty NEC Solutions http: / /www.necsolutions- am.com /aovernment Tr l" Network Appliance http• / /www.netapp.com /sales /florida.htm NH&A (Netscreen) http• / /www.nha- fi.com/ 0 Nortel Networks ttp://www.nortelnetworks.comiprd/statefla/ .- OCE'USA http: / /myoce.oceusa.comZStateofFL /florida in A Oki Data htl:p:jjbpx.okida6.com/fl.n POIyCOm http:/ /www .polycom.com /florida/ http://www.myflorida.com/st—contracts/25000003 1/order.htm 7/14/2004 [Contract Number] -- Vendor Information Page 3 of 4 Ah v. Pomeroy Computer http:/ /web3.pomeroy.com /stateofflorida Resources (Juniper) Powerware http://www.qe-m–.-ao—werw rex m /stateofflorid qk� Premio htt t: /lwww. remlopc.com/flarida/statepricinc Promark(Exabyte & Overland Data) http_: J/ iivww. promarktech.com /fitermcontract/ x Radvision httD: J /www.radvision.com /NBULState +of +Floc Radware http: / /www.radware.com /content/ USA -FL /d( RiCOH http: / /www.ricoh- usa.com /rmap /floridastate� Riverstone P 1ft'%vorks http://www.riverstonenet.com/florida/- -001, SonicWALL http:// www.sonicwall.com /floridastate/ r. S. ny PRICING Spectra LOgiC http: / /www.spectralogic.com /common /collate StorageTek htt p_[ /www.storagetek.com /florida/ Sun http:J /www. sun .com /products -n- solutions /go, Tandberg, Inca http: / /tandbergflorida.gearboxx.net/ Telcom Engineering http: // www. tec- inc.com /FloridaContract.html Consultants (VUGATE) Unisys http _ / /www.app2.unisys.com/state /fl /hardwa m VCON http: / /www.vcon.com /state /fioridaI VTEL http://www.vtel.comZstatelfforida/ Winncom htti)://www.winncom.com/cgi bin projects.pl? 0 Xerox http.-Ilidsdocushare2.xids.comldscgi/ds.pyLVj- IT Hardware, HOnv http://www.myflorida. com/st-contracts/25006003 I/order.htm 7/14/2004 DELL AUTHORIZED RESELLER.S American Data & Computer Products — Certified Hispanic "I" & Dell Marketing L.P. 6107 -D Memorial Hwy. Tampa, FL 33615 -4564 Contacts: Robert Castro Email: rcastroaadcpi.com Terry Castro Email: tcastro(a,adcpi.coFn Phone: 813 - 889 -0584 FEID #: F592883005 -007 C &C International c/o Dell Marketing L.P. — Certified African American "H" 7777 North Davie Rd. Ext., Ste. B 100 Hollywood, FL 33024 Contact: Bill James Email: ccinter @shadow.net Phone: 954- 450 -0023 FEID #: F650578613 -002 innovative Tech, Inc. — Certified Woman "lvr' and Dell Computers 3152 Shadeville Road Crawfordville, FL 32327 Contact: Robin Clewis Email: iti@nettally.cam Phone: 850 -421 -9449 FEID #: F593323580 -003 Megabyte International — Certified African American "H" c/o Dell Marketing L.P. 5610 West Sligh Ave., Ste. 106 Tampa, FL 33634 Contact: Matt Tyndall Email: mtyndall@mitcit.com Phone: 800 -226 -3421 ext. 27 FEID #: F592871043 -024 SPURSview - PO Reports Page 1 of 3 search I directory t contact us 1 411 1 subscribe I tour I help r Services Business & lndustry > Online Forms > PO Reports Business IndusLry POs ISSUED by ORGANIZATION CODE Calendars & Summary Report Events <td al Communities & Recreation Disaster Management. Educatlon Employment Environment Health & Family Licensing & Permitting Public Safety Science Technolocay Transportation Org Code PO Caunt Amaunt 36703010000 8,792.OD 37050103001 L� 9,779.00 370501070010 7,040.00 37101000555 L_ ' I 2,476.03 37103000000 1,601.00 1372502020011 597.00 3735701Q10D L� 12,877.43 37500100777 �.J 7,566.72 41000000000 L`�1 23,305.63 41101 DD0410 C 2,767.18 41101000700 L 1, 383.59 41102000000 15,219.49 41103000000 l _J 16,892.45 41104000000 411050100D0 L. 6, 917, 95 41606010000 2, 767.18 41608000000 41,5D7.70 ..14160950000011 1 25,752.22 41609600000 41702000000] � 26, 918.60 1417-0300000011 3 32,858.90 42010200000 L' 1 1, 763.58 42010750400 C�! 1 9, 012.72 1420303-0200011 1 2,358.82 42080822005 _J 38, 600 00 42120101000 49, 963.00 421301{310W ] 3,fl7fl.00 42130204002 1 1 3, 730.00 42140202111 ) 814.90 433110000001_ 1 4,751 :00 1143550000 2 119,825.94 http:/ /myflon- a.com/owa spins/ o va /spurs_- .Aww.po_��ports.r-esult's 7/21/2004 SPURSview - PO Reports 14:35560500001 10,161.00 43840000000 L- ' I 11,199.24 44130800000 - 30,730.72 44130910000 �1 1,787.04 44145100000 118,441.54 44250800000 44265100000 11 266, 514.39 44842000000 6,493.05 44843000000 G I. 34,401.27 44845200000 7,670.00 45100110000 3,941.65" .1.45100130 45100150000 1,537.65 45200110000 2,534.23- 452003401.001.. 3,482-671 45200460100 6,418.40 45200460300 ' I 2,362.82 .1.4.5 45300110100 - 21,211.92 45300160100 C ' I 10, 546.00 45400.1.1.0000. 1.2,.993.38 45400150000 -� 1,805.51 45500110000 - 4,750.40 .14601031 46010330100 C G 1 106, 577.70 46010330200 - 134, 910.00 I.4GI21 1.7,638.00. 46123000000 719.00 46220000000 C 'J 4, 966.00 .46221000000 121;00 46222000000 12, 375.00 " "1462220210001 C 2,483.00 - 46222024000 46222025000 2,483.00 46223000000 1 2,687.001 463101 - 04000. 1,444 00 46310124000 2,742.001 46320000000 2 15,049.0.5 4632103000Q 19 280;938:52 http / /myfllorida. -c- mlowa s} curs /-owa/spurs_www.po_repart-s- results SPURSview - PO Reports Page 3 of 3 14632104000011 11 12,360.00 46321070000 r 5,470.00 146332001000]F , 5,820.00 46411001000 2,483.00 46420000000 45,719.94 46510000000 .1. ---7� . 21,670.00 46520000000 3,103.00 4654010000 111 11,165.76 4801 1 001 000 . . 6,662.49 48011205000 l J 3,198.60 48011801000 9,577.09 .48031501000. 4803.1601000 5,057.70 48032001000 Se -P•30. 2004 12 :01PM DISPLAY SALES No-0953 P. 1/1 DISPLAY BALES Fax/Email Form 10925 Nesbitt Avenue S., Bloomington, MN 55437 Total pages, including cover: 800.328.6.195 Fax: 952.885.0099 E- Mail: sales i di.splaysalesco.com Date September 30, 2004 _ Fax # 305- 668 -7208 _ From Cheryl Lega�h Ext. ;[o Cynthia Corujo _Christmas decorations ]Phone# Ca Nat$me SOUTH MJAMI CITY OF City/St/Zip South Miami FL 33143 Thank you for your call. I have listed the information for your below and as of today we have the trees in stock and ready to ship. We have only 5 trees left at this size. The streetlines will take 10 -14 days to make and the bells will drop ship in 10 days. We would he delighted with all or a portion of your order. We have provided your eommanity with our banners and flags in the past and hope to serve you again! please call if you need more information. 2 -18 ft TOWE R TREES with 624 C7 clear lights $ 0,800.00 2 — 50 ft double draped candle wreath streetlines $ 2,098.00 200 — silver or gold plastic bells to decorate tree 9" size $ .- 640.00 Shipping $ 1,295.00 TOTAL $10,833.00 Cheryl Legan cicgan@&playsales. coin 800 - 328 -6196 I or 4 -1 Fax.F.mail PTvduGLdoc/bt Rev. 21121200.1 Hnc. Art/Price chart S140 (eS- Sep 30 04 08:54a Temple Display 630 -851 -4144 p.2 Temple Display, Ltd. SALES ORDER ► 114 E. Kirkland Centre Oswego, !L 60543 Sales Order # TDLQ3944 TEMPLE Phone 630- 851 -3331 Date Q9/301Q4 d i s p 1 a y, ltd. Fax 630 - 851 -4144 Sales Rep. Tyler Sold To: Ship To: South Miami, City Of South Miami, City Of 6130 Sunset Dr. 6130 Sunset Dr. South Miami, FL 33143 South Miami, FL 33143 P.O.# Ship Via /Date: Best Way 1 ASAP Terms: NET 30 Shipping: Prepay & Add Qty Part No. Description Unit Price Ext. Price 2 SSPT -18 1 V Deluxe Branch Garland Panel Trees - $3,846..00 $7,692.00 Lighted w /C -7 Lamps 2 OH -518 40' Double Drape Wreath Skylines- Lighted $856.00 $1,712.00 2 Deluxe Metallic Ornamentation Packages for $750.00 $1,500.00 Panel Trees SubTotal $10,904.00 Sales Tax $0.00 Shipping Total $10,904.00 Special Instructions: Authorized Signature Claims must be made w ithin 5 days of receipt of goods. This order subject to acceptance from home office. Sales tax where applicable. Interest charges applicable on overdue accounts. Cancellations subject to sellers consent. FOB Factory.. UJ/iU /'LUU4 lz-:45 tAif d5Y Z143 U1J4 ULAM -N JALtJ U1JYLt%Y IN-U. V�cr c CLARK SALES DISPLAY, INC. "THE CHRISTMAS PEOPLE" SAL POST OFFICE BOX 1007 SALES - -LEASE — INSTALLATION TAXIAD =c FI nPIMA '3777Gt Acceptance of Proposal- 74 add oAekaL *m14az-o and a maffo a ALL MATERIALS IS GUARANTEED TO BE AS area "&�wav aid aura arm 'lam aw asowepd ra da tip SPECIFIED. ALL WORK TO BE COMPLETED IN A PROFESSIONAL MANNER ACCORDING TO Qol STANDARD PRACTICES. ANY ALTERATION OR �� DEVIATION FROM ABOVE AEXECUTED ' 1 INVOLVING EXTRA COSTS WIELL! BIE ONLY UPON WRITTEN ORDERS, AND WILL j BECOME AN EXTRA CHARGE OVER AND ABOVE, THE ESTIMATE. ALL AGREEMENTS CONTINGENT UPON STRIKES, ACCIDENTS OR DELAYS �' 7u BEYOND OUR CONTROL. OWNER TO CARRY FIRE, TORNADO AND OTHER NECESSARY INSURANCE OUR WORKES ARE FULLY_ 10/01/2004 10:16 FAX 714436 "0612 DEKRA LITE DEK -LIT 8102 W. Alton Ave. PROPOSAL PR2006294 Santa Ana, CA 92704 DA`FE 10/1/2004 Phone: (714) 436 -0705 Fax: - (714) 436 -0612 "The Light Before Christmas" www.dekra- lite.com BILL TO: SHIP T(?_ CITY OF 50UTH Iv1IAMi CITY OF SOUTH M12111MI 4795 SW 75TH AVE 4795 S W 75TH AVE MIAMI FL 33155 MIAMI FL 33155 CYNTHIA CONUJQ PTIONE (305) 663 -6350 Ext. 0000 INSTALL DATE FAX (305) 668 -7208 Ext. 0000 REMOVAL DATE PO Number Customer ID Salesperson ID Shipping Method Payment Terms Req Ship Dais Master Net. SOi7028 CIL BLISIWAY 50150 10130/2004 7,535 Quantity Item Number Description UOM Unit Price Extended Price 2 Mist: 40' Deluxe Streamer w/ 3 Candles Each $1,173.00 52,350.00 replacing standard lantern. 2 NUSC 1 S' Giant Se4ouia Tree Each $7,4$1.25 $14,962.50 9' Width at base lit wiih 324 C -7 5 watt bulbs. UV rated garland for long life, powder coated frames, Eagle brand electrical sockeTs, 1 DISCOUNT Discount Each ($5,200.00) ($5,200.00) 2 MISC Custom omament package far IS' Tree Fach $2,693,00 $5,386,00 a Please sign and fax to 714 - 436 - 0612,. Subtotal $17,49850 Freight to be determined. Tax $0.00 Freight $0.00 We propose hereby to furnish product and /or laoor — completely in accordance with above specifications. for via sum of Total $ - 5:17 499-5 50% OFPO$iT OUF UPON ACCEPTANCE OF PROPOSAI, Amount Due Upon Acceptance of Proposal $ $8,749.25 BALANCE AMOUNT DUE UPON INSTALLATION OR DELIVERY $ $8 �AO:�j Balance Due Upon Installation or Ucai'very , - General Terms: The parties agree to the following additional terms of this Contact, A deposit at 50% is duo upon execution of this Conti OM with the batancc due on the installation date or delivery dale unie6s spociffed above. All requested changes to the abtive- described work will be subject to additional charges. Cdnceliations and reductions are subject In a 30% resrnekfng fee Any,nmount not paid when due Is sublecl to a late chal0e of 1.5% per Month (16% Der annum). Owner rs responsible for providing and tnsintarning adequate electrical outlets adjacent to the proposed locations for lit deeorelions and bullding lights, Dekra -Llle IS not responsible for any Prooucls damaged or lost due 14 vandalism, extreme weather conditions, or ant; of God and will make efforrs to replace such product tot an additional charoo. All dates specibed arc suhicct to ctiarnte due to incirxnont wmadiur. Dekra -Lilc will ruplacu any malfunctioning product but does not guarantee that each individual lamp will light during the entire installed period. This Contract is governed by Caldorr w and is the enure contract between the parties, superseding ag prior nemarmlions anh writing; herween the parries In the event or a dispute ariainp out of this Contract, the parties shall rbitrate in or a 411rito unty befurc a singlr arbitrator selceled through .I.A.M.SANDISPUTE, Any Judgment upon the award rendered by the arbitrator may be entered. In any court having jurisdiction thereof. to pra arbitration shag be entitled to its reasonable attorneys' toes and ends. it not accepted within \D days, tnls proposal may be withdrawn. Dekra -Lire: _ Accepleace of PropocaC Tne individual sipiting this COntracl accepts the above Proposai and certffies to Dekra -Lite that he or she is authorized to Contract on behalf of Owner. Property Owner Authorized Agent Dole: _.� BY GIT'r' OF SOLITH MIAMI PAGE 12/12 1U /1 L. 2634 16.19 3956667208 AGREEMENT STORM DR.41NAGE CLEANING SERVICES (is TIMS AGREEMENT is made this s day of 2003, by and between ENVIROWASTE SERVICES GROUP, INC. (herei after "Contr tor'), and the TOWN OF :MIAMI LAKES, FLORIDA, a Florida municipal co ration, (hereinafter the "Town" ), VIEREAS, as part of its stOmwater program, the Town requires a contractor to perform storm drain cleaning xjthin the 'row,; and WHEREAS, the Village of Pinecrest (the "tillage ") has contracted with Contractor for the jetting and cleaning of catch basins, French drains and connecting pipes subsequent to their response to a Request for Proposals; and "EREAS, pursuant to Section 2(G)(2) ofthe Town Purchasing Procedures, the Town maY enter into contracts without following comperitiva bidding procedures when another public agency has already followed such procedures; and WHEREAS, the Town Council has voted to approve the pricing and terms of the cor:tract between Contractor and the Village. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, Contractor and the Town agree as follows. 1. Scene of Services. The Contractor shall, to the satisfaction of the Town, fully and timely provide storm drainage systen-cleaning services as requested. Specifically Contractor will perform: a. Cleaning of Catch Basins; b. Cleaning of French Drains; C. Cleaning of Connecting Pipes; and d. Cleaning of Outfalis. Along with the cleaning Contractor shall submit reports, should any problems be encountered such as broken lines, roots found or collapsed catch basins. �. Tecexr. 2.41 This Agreement shall become effective, upon execution by troth parties, and shall remain in effect for a period of two (2) years, unless earlier terminated in accordance with Section 4 of this Agreement: 1 I iBCMF'PW741 oFOPEtL�.'[iDd7 ccxndMtrVa1CLE4�%�'LV - own or Miami Lakos;' is named as inauYSd for Ganlera1 Liability Ya ®a req%ti.red by written contract. RTIF OM 14OLDF -R Y ppD1T1DNAL INBpREO: iNauREIeLETl6R: � CAWGELLATION SHOULD AM' OF THE ABOVE DE6cRBED PDLJC1Ea 1!E DRNCELLED 11U t THE ERPM A.N DATE THEREOF, THE ISSUIMDINSURERWLL @NLkFFAVORTOfAAlL _1.2. DAY6 WMITT�N TONn Of l,SI- ami Lakes 140110E To'mE C 'MICA -M HOLDER NAMED TO THE LEFT, SUT FAILURE TO DD g0 SHALL JLttM Raga$Z canals IMPOSE NO OOLICATIOM OR LIAEILfr"fF AMT ICnm UFD9 THE WSURFR, ITS -1101" OR 61B5.3 Main Street REPRESEMTATIVE@. lyt.xw.L Lakes rL 33014 h i _ _ 9ACOR6? C.4RV4RASiON 1868 :dltD 25.5 [7197} 10/12/2004 15:30 3056697209 CITY OF SOUTH MIAMI FADE 01/11 2,02 The Towti shall have the option to renew this Agreement , under the same terms and conditions, at the expiration.of each term for an additional period of two (2) years by a written notice to Contractor no 'later than 60 days from the expiration of the Agreement. 3. Compensation and lea anent. 3.01 As consideration for providing the services required by this Agreement, the Town shall pay the Contractor the following amounts for work completed: Cleaning of Catch Basin $60-00 Cleaning of French Drains 575.00 Cleaning of Connecting Pipes S 2.00 per linear foot Cleaning of Outfalls S 150.00 each Such amounts shall include all equipmcmt, labor, materials, and disposal costs. 3.02 Additional services will be billed separately and shall be performed solely upon the written request of the To,,Am Manager. 3.03 The Town shall pay Contractor within 45 days of approval of an invoice by the Town Manager, as required by the Florida Prompt Payruent Act, 3.04 The Town shall make payinent on said invoices of approved amounts due, which are not subject to set off, as requimd under the Florida Prompt Payment Act. NO paymcnts shall be due or payable for Work not performed or materials not furnished, 4. T &-mination. 4.03 Either party may terminate this Agreement upon thirty (20) calendar days written notice to the other party. 4.02 In the event of termination by the Town, Contractor will be paid for all work authorized and accepted by the Town up to the date of termination. The Town may withhold all payments to the Contractor for such work until such time as the Town determines th.e.exact amount due to the Contractor. During the term of this Agreement, Contractor shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all Federal and State laws regarding nondiscrimination. Any violation of such provisions shall Constitute a material breach of this Agreement. 6. Attorneys lees and Waiver of ji, , y 2 10/32/2004 16:30 3056687206 CITY OF SOUTH MIAMI PAGE 02;`1 6.01; In the event of any litigation arising out of this Agreetnent, the prevailing party shall be entitled to recover its attorneys' fees and icosts, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 6.02 In the event of any litigation arising out of this Agreement, each party hereby knowingly, irrevocably, voluntarily and intentionally waives its right to vial by jury. 7. Indemnification. i 7.01 Contractor shall defend, indenui fy, and hold harmless the Town, its officers, agents and employees, from and against any and, all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising out of, related to, or in anyway connected with Contractor' negligence, tortuous acts, unlawful condtict or non - performance of any provision of this Agreement including, but not limited to liabilities arising from contracts between Contractor and third parties made pursuant to this Agrecment. Contractor shall reimburse the Town for all its expenses including reasonable attorney fees and costs incurred in and about the defense of ally such claim or investigation and for any judgment or damages arising out of, related to, or in any way connected with Contractor' negligence, tortuous acts, unlawful conduct or non- performance of this Agreement. 7.02 The provisions of this section shall survive termination of this Agreement.. 8. Notices /A.tt.tharized Retaresentatiyes. 8.01 Any notices required or permitted by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand - delivery, by registered or certified mail with postage prepaid return receipt requested, or by private postal service, addressed to the parties at the fallowing addresses: For the Town: Town of Miami Lakes Attention: Alex Rey, Town Manager 6853 Main Street Miami Lakes, Florida 3301 . Telephone: (305) 558 -8244 Facsimile: (305) 558 -851 With a copy to: Weiss Serota Helfman Pastoriza & Cuedes, P.A., Town Attorneys Attention: Nina L. Eoniske, Esq, 2665 South Bayshore Drive Suite 420 Miami, FL 33133 3 10/12/2004 16:30 3056687268 CIT,' OF SOUTH MIAMI PAGE 03/11 Phone: (305) 854 -0800 Facsimile: (305) 854 -2323 For Contractor: B. Rafael Barba, President Envirowaste Services Group, Inca 5531 S.W. 88" Street Miami, Florida. 33136 Phone: (305) 740 -6315 Facsimile: (305)'740 -0316 8.02 Either party shall have the right to change its address for notice purposes by sending written notice of such change of address to the other party in accordance with the provisions hereof. 9. Governine Law. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Exclusive venue for any litigation arising out of this A.grec. ent shall be in Miami- Dade County, Florida_ 10. Entire Agreement /M.o.diiicatxanLAmendment. 10.01. This writing contains the entire A.gmemcnt of the parties and supercedes any prior oral or written representations. No representations were made or relied upon by either party, Other than those that are expressly set forth herein. 10.02 No agent, employee, Or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 11. A.ceess to Records and Aydits. 11.01 Contractor shall maintain any and all Records pertaining to work performed under this A.greernent during the term of this Agreement and for a period of three (3) years following termination of this Agreement. 11.02 The Town Manager or his designee shall, during the term of this Agreement and for a perriod of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any Records of Contractor involving transactions related to this Agreement. 4 10122/2004 16:30 3055687208 CITY OF SOUTH MIAMI FAGE 04111 11.03 The Town may cancel this Agreement for refusal by Contractor to allow access by the Town Manager or his designee to any Records pertaining to work performed under this Agreement that are subject to the provisions of Chapter 119, Florida Statutes. 11.04 The Contractor shall provide the Town with a monthly report of all services provided under this Agreement. The report shall include the service provided, dates of service, employees performing the service and other information the Contractor deems relevant. 12. Nnra�ssi�nsbility. This A,gmetnent shall not be assignable by Contractor unless such assignment is first approved in writing by the 'rown Manager. 13. Severabili ty. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agm°m.ent shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. 14. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation,, breach or wrongful conduct. 15. IyYs All references to days throughout this Agreement shall refer to calendar days. 16. Prphibition Of Contingency Fees. Contractor warrants that it has not employed or retained any company or person, other than a bona tide employee working solely for Contractor, to solicit or .secure this Agreement, and that it has not paid or agreed to pay any persons j, company, corporation, individual or firm, other than a bona fide employee working solely for Contractor, any fee, commission; percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 17. Indetaendent Contractor. 17.01 Contractor is and shall remain an independent contractor and is not an employee or agent of the Town, Services provided by Contractor shall be by employees of Contractor working under the supervision and direction of Contractor and nothing in this Agreement shall in any way be interpreted or construed to deem said employees to be 5 10x'12/2004 16:30 3056687208 CITY OF SOUTH MIAMI PAGE 05/11 agents, ernployces or representatives of the Town. Contractor agrees tlyat it is a separate enterprise from the Town_ 17.02 Contractor shall be responsible for all compensation, tax. responsibilities, insurance benefits, other employee benefits, at7d any other status or tights of its employes during the coarse of their employment with Con. tractor, This Agreement shall not be construed as creating any joint employment relationship between Contractor and the Town, and the Town will not be liable for any obligation incurred by Contractor, including but not limited to unpaid rnin.imum wages and/or overtime payments. 18. Warranties-of Contractor. 18.01 Contractor warrants and represents that at all time during the term of this Agreement that it shall maintain in good standing all .required licenses and certificates required under federal, state and local laws nmessary to perforrn the Scope of Services specified in this Agreement. 18.02 Contractor warr'arits and represents that its enployees have received sexual harassment training and that Contractor maintains appropriate sexual harassment and non- discrimination policies. 18,03 Contractor warrants and represents that its employees will abide by the applicable provisions of the Code of Ethics for Public Officers and Employees, Chapter 112, Florida Statutes and the Conflict of Interest and Code of Ethics ordinances sets forth in Section Z- l l . l of the Town Code and Section 2 -11,1 of the Miami -Dade County Code, as these codes may be amended from time to time. 19. Protection oi)?ra = 19.01 The Contractor shall continuously maintain adequate protection of the work site daring the performance of this Agreenent and shall protect public and private property from injury or loss arising in connection with this Agreerot. 19,02 The Contractor shall take all necessa precautions for tl7,w safety of employes in the performance of the Work on, about or adjacent to the premises, and shall comply with all applicable provisions of Federal, State, and local laws, including, but not limited to the requirements of the Occupational Safety and Health Act of 19 70, and amendments thereto, the Construction safety Act of 1969, and amendments thereto, and building codes to prevent accidents or injury to persons on, about or adjacent to the prerriises where the Work is being performed. 19.03 The Contractor shall be completely responsible for, and shall replace and make ,good all loss, injury, or damage to any property (including landscaping, walks, drives, or structures of the Town) and of any Iand adjoining the work site, vtirhich may be caused by Contractor. The Contractor shall, at all times while the work is in progress, use extraordinary care to see that adjacent property, whether real or personal, is not 6 10/1-9/2004 16:30 3056687206 CITY OF SOUTH MIAMI PAGE 06/11 endangered in any way, and shall take all necessary or directed steps, to protect the propmty. The same care shall be exercised by all Contractor's employees: 19.04 Buildings, sidewalks, fences, shade trees, lawns and all other improvements shall be duly protected from damage by Contractor. Property obstructions, such as sewers, drains, water or gas lines, pops, walls, utilities, manholes; meter boxes, etc., shall be carefully protected from injury and shall not be displaced. The Contractor shall give due notice to any depa ment or public service corporation controlling such items valve boxes, meter boxesprior to adjusting therm to grade and shall be held strictly liable to the affected utility if any such appliances are disturbed, damaged or covered up during the course of the Work. 20, Insurance 20.01 The Contractor shall provide and maintain during the life of this Agreement the Eotlowing coverages. a. "Worker's Compensation Insurance" in amounts as specified by Florida Law. b. Comprehensive General Liability and auto insurance policies. Insurance shall be provided with a limit of S2,000,000.i10 in each of three policies as follows: I Comprehensive General Liability Insurance, including Products and/or Completed Operations, Explosion Hazard, Collapse Hazard and Underground Property Damage Hazard, The Town shall be named as additional' insured, 2. Comprehensive Auto Liability Insurance. The Town shall be named as an additional insured. 20.02 All insurance shall be obtained from companies that. are licensed and authorized to do business in the State of Florida and must maintain an A rating. 27.03 At the time of execution of this Agreement, the Contractor shall file with the Town certificates of such insurance that are acceptable to the Town Tanager. These certificates shall contain a provision that the coverage afforded under the policies will not be canceled or materially changed until at least thirty (30) days prior written notice has been given to the Town. [THE REMAINDER OF THIS PAGE IS INTENTIONALLY ALLY LEFT'' BLANK] 10/2212-1004 16:30 3056697206 CITY OF SOUTH MIAMI PAGE 07111 JN WITNESS WHEREOF, ContraCtar acid the Town have caused. this instrument to be signed by their respective duly authorized, all on the day and year first above w1imm. EN'VIROWAS'TE SERVICES GROUP TOWN Of MIAMI LAKES B :C By Rafael 1B a, esi en# Alex Rey, Towr.da Manager A�te�t: f, Beatris Arguello , CIvIC�' own Clerk Approved as to form and legality for the use and benefit of the Town of Miami sakes only: Weiss, Serota, Helftnan, Pastoriza, Guedeg Cale & Boniske, P.A., Torn Attorney 10/72/2004 15:30 3056687209 CITY OF SOUTH MIA f1I PAGE 08/11 A `(��`,Cx CERTIFICATE OF LIABILITY INSURANCIE ,OPID T DATeIAAIODNY) LIMITS lP-- D 08/21/03 lovucef u THIS CERTIFICATE IS ISSUED AS A MATTER OF INFOPUMATION rcwn & brown, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 900 1 . Andrews' Ave - 4900 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR .0. E ox 5727 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW!. t. LBuderd.ala FL 33310 -5727 IIVSUtwEI�: AFFORDING COVERAGE -hone 954- 776 -2222 Fax: 954 -776 -4.446 GENERALAGGREGATF, 3 2,000,000 PRODUCTS • COMPIOP A @C INSURER A: The Travelers rnsu ance Co. INSURER 8: ,OOG, {lOa EL° nviro Waste Services OBILE LIABILITY AtIYAUTO A L OWNED AUTOS St HRbtjLED AUTOS HI iED AUTOS N( NJrNYNED AUTOS INSURER C: _ Group Inc 6tZeat 3am1 07/01/04 INSURER D: +�3 X BODILY INJURY [Per ow--an) . IN$UR6R E;� - -- DVERA 3I<S 5 • ! SUED T TN I FOR THE POLICY PERIOD INDICATED. NOTWTHSTANDING A BEEN S NAMED ABOVE `1 f LISTED BROW k VE E O E INSURED THE P4L+ . E9 b INSURANCE T TH PECT TD WHICH THIS CERTIFICATE MAY BE ISSUED OR ANY REAI IIREMENT, TERM OR CONDITION QF AFfY CONTRACT OR OTHER DbGUMENTIM RES A� w T RM N AM COPIDITIONS OF SUCH 81J YG 7 f4 $ d MAY PER' AIN 7 1N URANGE AFFORDED 87 'HE POLICIES DESCRIBED FIERBIiv 1S SU EGT „1. E IS 9, E %CLUB wE b 6n1 IAIC! A&h6tAnY9 I 101i'Q QLif1V{M lJIGY HGIT RFFN fiFt'f11CF>) 6Y PA16 CLAIId6. Cown of Miami Lakes . kttn Rafael Ca Sala 5853 Maim Street 7 3i.ami Zakes FL .33014 r :ORD 26-9 (111;71 �L•0 1i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 132 CANCELLED BEFOIRE? THE E°XPIRATno DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIRCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DD SO SHALL IPAPO$E NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 1 REPRESENTATIVES, TYPE OF INSURANCE POLICY NUMVER PATE MMtDD(YY DATE MMfiDfYY) LIMITS L LEND SAL LIABILITY' W1 CWMERCIAL GENERAL LIABILITY J CLAIMS MASS 7x Far Pro jact Agg — GEN'L 1GGREGATE LIMIT APPLIES PER F ILICY R JEGT LOC DTC07705A62ATCT03 1 I 07/01/03 ! 07/01/04 EAQW OCCURRENCE 5 1,000, 000 FIRE DAMAGE (Any one f1m) IS300,000 MED E %P (Arty one person) I S 5 , 000 PERSONAL & ADV INJURY 181,00o,000 GENERALAGGREGATF, 3 2,000,000 PRODUCTS • COMPIOP A @C 52,000,000 EI0. EA. ,OOG, {lOa AUTCII OBILE LIABILITY AtIYAUTO A L OWNED AUTOS St HRbtjLED AUTOS HI iED AUTOS N( NJrNYNED AUTOS I DT910770SA62ATCT03 07/01/03 + 07/01/04 COMBINED IrINGLE LIMIT (Emasxidnnt) 51,000,000 X BODILY INJURY [Per ow--an) . ( X BODILY INJURY f Ptrt S=ident) 5 X PROPERTY DAMAGE I IPtrr mctld6nt) S CiAme, E LIABILITY Y AUTO ' AUTO ONLY- EA ACC 10" S OTHER THAN EA ACC AUTO ONLY: qGG g S £XCESI LABILITY OC "UK F-1 CLAIM MADE OE )UCTIBLE RE' sNTION 3 I EACH OCCURRE"CE I s AGGREGATE S ^� .W x S Nrt1Ri6El IS CdMF^ENSAT74pN AND EMPOL Il ER3' LIAf9fL1TY i TORY LIMITS FR E.L. EAChIAGGfL)ENT E.L. DISFARC - CA EMPLOYER C EL DISEASE - POLICY LIMIT $ OTHER Equi 5snant Floater DTC07705A62ATCT03 07/01/03 07/01/04 - L /Rented, $15,000 Ded $1 z DOO : sCRIIf TION I IF OPERATIOIYW LORATIONSAtENICl,UMC:LUSIONS ADDED 13Y ENDORSFJY>fsNTM EC1A1. NROYISIONS own of Miami Lakea is named a8 an additional insured for General Liability han required by written acntract_ RTIFICAI E HOLDER X ADDITIONAL INSURED; INSURER LETTER: CANCELLATION Cown of Miami Lakes . kttn Rafael Ca Sala 5853 Maim Street 7 3i.ami Zakes FL .33014 r :ORD 26-9 (111;71 �L•0 1i SHOULD ANY OF THE ABOVE DESCRIBED POLICIES 132 CANCELLED BEFOIRE? THE E°XPIRATno DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIRCATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DD SO SHALL IPAPO$E NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR 1 REPRESENTATIVES, 10/72/2004 16:30 3056637208 CITY OF SOUTH MIAMI RESOLUTION NO. 034 A RESOL[PI' GN OF THE TOWN COUNCIL OF THE TOWN OF NHAMI LADS, FLORIDA, APPROVING ENVIROW,ASTE SERVICPS iGROUPp INC. FOR STORM DRAIN CLEANING SERVICES; AUTHORIZING THE TOWN MANAGER TU FINALIZE THE TERMS OF THE CONTRACT; AUTHORIZING TOWN OFFICLkLS TO TAKE ALL STEPS NECFsSARV TO I11 Lam' THE TERMS AND CONtiT7f ONS OF THE CONTRACT; AUTHORIZING THE TOW MANAGER TO EXPEND BUDGETED FUNDS; AU Chi RING THE MAYOR TO EXECUTE THE CONTRACT; AND PROVIDING FOR AN EFFECTIVE DATE. PAGE 09/11 VnWREAS, as pan of its storenwater prograra, the Town. of Miami Lakes (the "Town") requires a contractor to perform storm drain cleaning within the Town, and WHEREAS, the Village of Pioecrest (the "Village ") has contracted with Ehvirowaste Services Group, Inc. ( "Envirowaste ") for the jeniag. and cleaning of catch basins, French drains and connecting pipes subsequeot to their response to a Request for Proposals, and WHEREAS, pursuant to Section 2(G)(2) of the Town Purchasing Procedures, the Town may enter into contracts without following competitive bidding procedures when another public agency has already followed such procedures; and V;HEREAS, the Town would like to `piggyback" the contract between Lnvirowaste and the Village. NOW, TI FORE, BE IT RESOLVED RV THE TOWN COUNCIL, OF THE TOWN OF A41AAff LAIC, FLORIDA., AS FOLLOWS: Section . its , The foregoing Recitals are ne and correct and are incorporated herein by this ref' rence, SeWon.,2. A rovol of Contract. The contract for Storm drain cleaning 10/1-2/2004 16:30 3056687208 CIT''r OF SOUTH MIAMI PAGE 10111 services between the Village of Pinecrest and Envirowaste Services Group, Inc. (the "Contract "), a copy of which is attached as Exhibit W, t0gethex with such changes as may be acceptable to the Town Manger and aWroved as to farm and legality by the Town Attorney, is approved. &C &A& Au . ariza On ai Tn a)L Thee Town manager and Taw" .attorney arc authorized to take all steps necessary to imPletnent the terms and conditions of the Contract. Section A. _Anthorintioa of ]Fu4d ure. The Towns. M.anagcr is autborized to expend budgeted funds to itnplernent the terms and conditions Of the Contract. Seed-o . �eee�m of Q01tT9Ct. The mayor is authorized to CXGCkIte the Contract on behalf of the Town. Section G. Effccttve Date. This Resolution Shall take effect ittxtr►ediately upon' its adoption. 4{ PASSED AND ADOPTED this � day of , 2003. .i M,c6on to adopt by �ti . `, second by FINAL VOTE 4.T ADOPTION; i Mayor Wayne Slatoa Vice Mayor Robed Alonso Counciltnembcr Mary Collins Councilnrt=ber Robert Meador -, Coancllmornber Michael Pizza - -- Councilraemsbor Nancy Simon Couneilmember Peter Thomson Resolution No. 2 10%72/2004 16:50 8056687206 CITY OF SOUTH MIAMI PAGE 11/11 Vayne gaton MAYOR ATTEST: i. $eatris M. Arguel es, CMC TOWN CLEF Approved as to foixre and legality for the use mid bonefit of the Town Of Miami Lakes only: Weiss, Serata, Helf nan, Pastoriza, Gucdes Cole & Boniske, P.A. TOWN ATTORNEY D 11 2003 11'38AM PS FRAM .GENERAL WELDING SERVICE, INC. FAX 1110. .3055918540 ec. F1e •. MIAMI -DADS COUNTY BLAMUT PURCHASE ORDER SPO ID: ABCW0400031 PRINT DATE: 10/14/2003 PAGES 01 - - -. - "- - - - -- VENDOR ID. ,r * *+rw * * * *« PRIME VENDOR SRT ASIDE MULTI-VENDOR SPO SUBVENDOR GOAT, : oolk PRIME VENDOR COXOMMENT: 00% +..a.. . .I.. MMM ----- -- - - -- - - - -- - - - - -- — ---- - - - - -. - -.. ---- -r - -- SHIP TO: AS SPECIFIED ON INDIVIDUAL ORDERS PLEASE REFER ALL QUESTIONS CONCERNING THIS ORDER TO: PBRXZ, XXRTHA ITS 10 EXPR DATR- .... DISCOttIT ,TRRMS CONTRACT AMOUNT AVCW0200765 09/3V2008 �� 18.000,000.00 . .......... ------- - - - - -- - - -- - -- - -- - - --- - - - -r --------- ........... AID NUMBER 78470/07 "'„ i -• PRE- QUALTFIED VRNDORS FOR MUL - Vzl=g. BPO VENDOR IA syx VENDOR Nom: = :::.:� -.... :::` i DISCOUNT TERMS 59IS73482 01 GENERAL Za DM'- SZRV'IC8:.X9C UNT30 591692614 01 9YbRAULIC•9ALH8 & SERVICE INC URT30 650128207 01 HYDRAULIC lXCEWICIA.N INC . UST30 650308542 of JC INDUSTiiX"'MANUFACTURTNO CORP NHT30 *** ww**, tf*! rw*+ k+ �* rt*** �r* www* ww* rrWw�r�, ��* a►+ �f+ k�f w**+ h• t�wrt+ t* r► *w7rwwrrwwwww�rk�w *w�w+4f+► *r� ITEM COMMODITY ID ':/'UNTT COST ** �**#* w** w** wwww' w�rwwwwwwwrr+ rwwrr�rwwwww• rt�pe* w' i" t, �tii+ ww�w* w�wwpww *�rw *ww *�• * *,t� *rFlr *�4* 001 929 -48 18.000,000.0000 LO MACHINE SHOP AM FABRICATING 88RVICKS, INDUSTRIAL - - - -- - - - - -- END OF ITEM LIST --------------------- .-- .«. «.. AUTUOUZ81] ARPTSMORRS AUTHORIZED DEPT: AV****** ALLOCATIONS 'CALUR ID CALLERS NAME DOLLAR LIMIT PHOX8 NMWER $1,267,680.00 t } ° 07 /Ii /2004 F'RI 14.22 FAX 305 6882251 Q13ALITY AND SERVICE i£ 2 C',n6 GLOBAL IN I.)USTRIAL PRODUCTS :..:. 13170 Q r, ���'I� r'�N�. E➢1'c'�pLOC , F1.. 33054 July 16, 2004 Ms. Kathy Vazquez Purchasing Department City of South Miaer - 6130 Sunset Drive South Miami, Fl 33143 Dear Ms. Vazquez. The purpose of this letter is to review the profile for our organization in the marketplace and to outline the service we are able to offer the-City of South Miami. Global Caribe, inc. is a Florida Corporation in business since 1975 and doing business as Global Industrial Products and Global Fluid Connectors. We are a State of Florida certified Minority Business Enterprise as identified in the attached. Mate of Florida. Certificate. r Global Industrial Products and Global Fluid Connectors (Global) is the full line Parker Hannifin Corp. -- distributor for South Florida. In addition to our 13,60D square foot warehouse in the northwest area of Miami. We operate four Parker Store franchises which have exclusive territory privilege from Parker for an area from Ft. Lauderdale to Ivey Largo. Our stores are located in strategic locations in that territory to offer our customers emergency and over the counter service to handle their needs. As a Parker Hannifin full line distributor, we presently do business with several tax supported agencies in the State of Florida, including the Cities of North Miami, Coral Gables, Miami leach, 'Florida City and others, (see copies of enclosed purchase orders) as well as Florida Power & Light, Miami -Dade County Public Schools and the Florida .Department of 'Transportation. I hope this information will assist you in procuring a blanket purchase order for the City, of South Miami's needs for hydraulic and pneumatic fluid connectors. Pleame do not hesitate to contact our office if you need any additional information. "ONE SOURCE FOR ALL YOUR SHOP NEEDS" OCT- 12- e4 'TUE 05:16 PM GRAPHIC.DESIGNS .772 286 8198 P.02 W- 'fi&' N 0 1 qrl@p r t it •.q . 91 °. w M , , '� t �j Celebra .g 0u 10th Year A xi niversaury o P.Q. Box 2431, Stuart, Florida 34995 1- 800 - 344 -6853 Local: (772) 287 -0000 Fax: (772) 286 -8198 October 12, 2004 South Miami Police 6130 Sunset Drive South Miami, I{I_ 33143 Attn: Captain Dan Salerno RE: South Miami Police copyrighted decal kits & Sole Source For Stirnsonite 4500 Series Material Dear Ms. Davis Graphic Designs International has provided a new progressive looking vehicle graphic kit to South Miami Police since the 2000 -year fleet. Graphic Designs International takes pride in our graphic programs and has copyrighted our designs to protect our product lines. Therefore your design is considered proprietary and is copyrighted by Graphic Designs International. As such, unauthorized reproduction of this design by anyone other than Graphic Designs International is prohibited. © 2000, Graphic Designs International, All rights Reserved. Graphic Designs is a sole source for Stirnsonite 4500 Series Material. We also understand that budget dollars are tight and price our kits accordingly. You are a valued customer, and w will always do everything possible to ensure your satisfaction, Respectfully, AAlison Gallagher President I DUNS #: 87- 474 -2190 Federal L.D. #: 65- 0517545 CONTRACT AWARD SHEET DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION BID NO.: 6151- 2/04 -2 Previous Bid No.: 6151- 2/04 -1 TITLE: Uniforms for Miami -Dade Police Department for a One (1) Year Period. COMMODITY CODE NO.: 200 -72 OTR YEARS: -2 LIVING WAGE APPLIES: ❑ YES ® NO CONTRACT PERIOD: March 1, 2004 through February 28, 2005 AWARD BASED ON MEASURES: ❑ YES ® NO 0 SR-PROCUREMENT AGENT: PABLO MARTINEZ ❑ PROCUREMENT AGENT: ❑ PROCUREMENT TECI- MCIAN: PHONE: 305-375-2102 ❑ Set Aside ❑ Bid Preference ❑ Goal ❑ BBE ❑ HBE ❑ WBE Owned Firms ❑ Local Preference ❑ CSBE Level ❑ Prevailing Wages (Reso. 90 -143) ❑ Living Wage BPO NO.: ABCW0400416 PART #1: VENDOR AWARDED F.E.I.N.: 231218590 591323123 VENDOR: ELBECO, INC. HARRISON UNIFORMS STREET: 4203 POTTSVILLE PIKE 3850 N. MIAMI AVENUE CITY /STATE /ZIP: READING, PA 19605 MIAMI, FLORIDA 33127 F.O.B. TERMS: DESTINATION DESTINATION PAYMENT TERMS: NET 30 DAYS NET 30 DAYS DELIVERY: SEE SPECIAL CONDITIONS SEE SPECIAL CONDITIONS TOLL FREE PHONE # 800- 468 -4654 -0- PHONE: 800 -468 -4654 305 -572 -1240 FAX: 800- 543 -5308 305 -572 -1245 E -MAIL: kbixler @elbeco.com miami @feichheimer.com CONTACT PERSON: DAVID L. LURIO ELIZABETH COWEN DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 1 Aw TAms. AwO 250 - 000 -03 -1 = IT Hardware Page 1 of 1 IT Hardware 250 - 000 -03 -1 Effective: 08/01/2002 through 07/31/2005 Rate this contract View survey Results To purchase under this Contract use a Request for uotes (Suggested Form). How to Use this Contract Contract Administrator Products Available Contractors Contract Revisions E- Procurement Amendment 000 PAC i http://www.myflorida.com/st—contracts/25000003 1/ 7/14/2004 [Contract Number] -- Vendor Information Page 1 of 4 IT Hardware 250- 000 -03 -1 Vendor Information t 3Com http://www.3com-comisolutionslen US /govei ABC Computers http://www.abc2000.com/computer-st-gov-p r. 4 Ace Computers http://www.acecomputers.com/showpages.asi ACer America http://www.acer.com/APPZAKC/INTERNET/`-A� 0 ADIC bttp:jjwww.adic.com/f1orida 4) Aethra, Inc. http• //www.aethra.net /official price.pdf 11' Ato Alcatel http:l/www.ind.alcatel.com/cf formslflorida! American Power http: // 159. 216 .19.5lgovrslr.nsflstate ?OpenVit Conversion Apple Computer http://homepage .mac.com /ficontract /fi.pdf Ava a �L- http: / /wwwl.avaya .com /floridastatelflorida4. CDW -G (Toshiba) http://www.cdwg.com/shop/contracts/contra 4. Cisco httpa /www.cisco- fl.com/ WON Office Solutions http: / /www.ikon .com /extranet /floridaltechno Impressions Solutions http:/ /www. impressionso lutions.com /florida/ Inc. (Kyocera Mita) Insight Public Sector http://www.ips.insight.com/floridaIT (Formerly Comark) Conditioned Air and http://www.liebertstatecontract.com/ :/lwww .iiebertstatecontract.coml Inc (Liebert) 0. Cyberguard httt- / /www.cyberauard.comfflorida /main.cfm 0 Dell httnJ/ wwwl. us.dell.com /contentjdefault.asp D EMC ftp: / /ftp.emc.com /pub /fusa http://www.myfloricla.com/st—contracts/25000003 I/order.htin 7/14/2004 [Contract Number] -- Vendor Information Page 2 of 4 *ir Enterasys http: / /www.enierasys.com /solutions /verticals Epson http: / /corpeai.co p/StateFL.htm Extreme Networks http: / /www.extremenetworks.com /common /a Executive Source http://www.execsource.com/sfl2000/ 1A Foundry http: / /www.foundrynet.com /sales / Fujitsu PC http: / /www.fujitsupc .com /www /floridaPricing Fujitsu Technology http: / /www.ftsi.fuiitsu.com /services /gov /florl a Gateway http : / /esource.gateway.com /florida 0 Hewlett-Packard http:/ /www.compag.com /state /florida Hitachi http://www.freedomstorage-florida.com/- Howard Computers http: / /www.howardcomputers.com /state /fl IBM http: // www- I.Ibm.com /gold /portallserviet /gc Innovative Tech http: / /innovativetechinc.com /state /price.htm Lewis Digital, Inc. http: / /www.it.lewisdigital.net Lexmark htt/ store. lexmark.com /egi- bin /`ncommerce. Marconi Communications http://www.marconi.com/htmi/contact/state d Micron http://mocs.buympc.com/state/state—o"lori = =� Minolta -QMS i tt- P- ://www.minolta- ams.com ciovernment /stz 0 NEC Solutions http:I iwww .necsolutions— am.com/government Network Appliance http/ www .netapp.com /saleslflorida.html NH&A (NetSCreen) http: / /www.nha- fi.com/ 0 Nortel Networks http:/Zwww.norteinetworks.com/-prd/statefla/ 0 OCE'USA http:l/myoce.oceusa.com/StateofFL/florida in ' 1,0 Oki Data http: /Ibpx.okida6.com /fi.n SP PolyCOm http:llwww.polycom. com /florida/ http://www.myflorida.com/st—contracts/25000003I/order.htrn 7/14/2004 [Contract Number] -- Vendor Information Pomeroy Computer Resources Ounioer) All Powe rwa re Premix 4 Proma rk (Exa byte & Overland Data) Radvision 401, Radware 0 -RiCOH Riverstone t works SonicWALL ve Sony �t Spectra Loaic StorageTek r Sun Tandberg, Inc. Telcom Engineerin Consultants (VUGATE) R Unisys W VCON VTEL Winncom 0 Xerox Page 3 of 4 http://web3.pomero .com /statepfftorida/ http: / /www.oem_Dowerw rr . teofflorid http://www.premlopc.com/florida/statLqpricin c http://www.promarktech.com/fitermcontract/` fttt".- /www.radvision.com/NBU/State+of+Floi http://www.radware.com/content/ USA -FL /d� http://www.ricoh-usa.comirmap/floridasta tep htt p: / /www.riverstonenet.com/florida/` http:llwww.sonicwall.com/floridastate/ PRICING http://www.spectralogic.com/common/"collate http://www.storagetek.com/floridaL http://www.sun.com/products-n-solutions/a'o http:l /tandbergfiorida.aearboxx.neAL http://www.tec-inc.com/FloridaContract.htmi http://www.app2.unisys.com/state/filhardwa http:fl.www.vcon.com/state/florida/ h:1 /www.vtel.com /state /florida / http://v4ww.winn om.com/cgi-bin/projects.pi ? httpl/idsdocushare2.xids.com/"dsggi/ds.py/Vit IT Kardwam _I Horne http://www.myflorida.com/st—contracts/25000003 I/order.htm. 7/14/2004 [Contract Number] -- Vendor Information Pomeroy Computer Resources (Juniper A� Powerware 10 Premio t Promark(Exabyte & Overland Data) Radvision Ra dwa re -RiCOH Riverstone MlWorks SonicWALL Sony O� Spectra Logic StorageTek Sun Tandberg, Inc. Telcom Engineering Consultants (VUGATE) Unisys VCON VTEL Winncom Xerox Page 3 of 4 http-.I/web3.pomeroy.com/stateofflorida/ htt : www .oem.powerware.cQm tateofflorid http://www.premlopc.com/florida/statepricin c http://www.promarktech.com/fitermcontract/`- http:l www.radvision.comINSU /State +of +Floc http: / /www.radware.com /content/ USA -FL /d� http://www.ricoh-usa.com/rmap/floridastatep http_J fwww.riverstonenet.com/florida/ http://www.sonicwalf.com/floridastate/ PRICING http://www.spectralogic.com/common/collat e http://www.storagetek.com/florid;3/- http://www.sun.com/products-n-solutions/go y htt : tandbergflorida.gearboxx.net/ http:Zlwww.tec-inc.com/FloridaContract.htmi http://www.app2.unisys.com/state/fi/hardwa http://`www.vcon.com/state/floridal http _JJwww.vtel.com /stateJflorida/ http:I/www.winncomicomIca!-bin/projects.pi ? http://idsdocushare2.xids.com/dscgi/ds.py/Vil IT Hardwam Home http: / /www.myflorida.com/st contracts /250000031 /order.htm 7/14/2004 Dec 11 03 03:27P Kilowatts 3056686667 P.1 tit I Y U!- bUUTH MIAMI PAGE 01/01 ' FAX-6AX-FAx- FAX - FAX• FaJC• FA. 7t- 6dX-!' AX• FA�FEAX- FA�FAl C- F�.I C= F. �X- FA .XrFR.K *F,��FAk- F.tX- llrX -tn�c- FAX . FsiAa1 CITY OF SOUTH MIAINI CENTRAL SERVICES DMSION 6130 SUNSET DR1YE 5ount MtA^ FL. 33143 .Y: 3.lECrrfc: FROM: - CENTRAL SERYICI Cii IOiK: JrAMr F"QUE -Z ro.., (3=) 6 6 Y -cat 7 DATE: PLEASE PAtOYME: ME 3WUJI A OTJOTE VTA FAX ON Tim . FOLLOWING MMS. A.SA-P. ITEM9: PRICE (EACIi) A- •S/D T -1J C g -- f S _J CA A j ' -3, Stile Nga d A/. Auz lis l < <1; y© ,err r.'r �, � - s its CIS 'h zz& �.s! 'a_ t S -7 45 S ` COMMENTS.- LEASE ADVISE W. YOU HOLD ANY CGUMrY, STATE -OR SCTdOOL * ***IrFYOU HAVE ANY QUESTIONS PLEASE CALL ME**** THANK YOU 12/1112003 15:36 3056697208 CITY OF SOUTH MIAMI PAGE 01f 151 • f�UG- FAJC�7t,X-�rl%�FAX.i�4 C- Rti7iuP •l�ISC•FAk�RtiX- FA7C.F,�X Faac•tAX.F�r.FJt�C•R x.F.kX -rA -TAxAx rAX. PAX mtsA{ CITY OF SOUTH MIAMI YPENTRAL SERVICES DIVISION Gina S�f1N5ET D�ttYE SOUM KIAM, FL 331 TQ; ` MOM: CEzvt" � F1ERY�C�� . �.'xT1�Ni7rarr, ��.exrirrt- ,d.��u� • FAX i�it�a t� - _#� DAB: /.��� PIS ©NE AtQ.. �A��S. ' PLEASIC PROM U Wrrg A OUOTS YID FAX 01Y THE ,FOL.c WINO gams. A.SA.IP_ , Yi`1�P►t3t - 'RICE (EA,CE) , p p. /4p C'Cx OTC. i�r, sr0 .t LWx AxvttE tF YOU ROLD AN' if COUNTY, STS TZ- aR SCMOOL *r *+IFY01V HAVE; AtirJY QUESTJojgS PLEASE GALL ME. "" THANK YOU FAX MESSAGE FROM SOUTH.DADE PAGE 002 P R I C E Q U O T A T I O N SOUTH DADE ELECTRICAL SUP INC 13100 SW 87TH AVE MIAMI FL 33176 -5921 Page 1 Printed At : 15:08:02 11 DEC 2003. Quote Date Quote No. Quote Expiration Date Writer Slsm WH Net 12/11/03 47133 01/10/04 42 104 l EDP Code / Description Quoted To:CITSOU CITY OF SOUTH MIAMI 6130 SUNSET DRIVE SO MIAMI FL 33143- 5093 quotation Note: Ship To :CITSOU CITY OF SOUTH MIAMI 6130 SUNSET DRIVE SO MIAMI FL 33143 -5093 KATHY VAZQUEZ Order Net Ext Ln Quant EDP Code / Description Price UM Price 1 1 M175 /U (64471) 15.860 EA 15.86 2 1 F34CW /SS (F40CW /SS) (24594) 1.270 EA 1.27 3 1 CF26DD/841 (20681) 10.480 EA 10.48 4 1 ADV R- 2540 -TPI 2- 40T12RS MKIII 10.920 EA 10.92 5 1 ADV R- 140 -TPI 1- 40T12RS MKIII 10.920 EA 10.92 6 QUOTING 120 VOLT BALLAST LAVIf r ENFf1RCEMEHT SUPPLY 10/12/04 Capt. Dan Salerno South Miami Police Dept. 6130 Sunset Drive South Miami, Fl 33143 Dear Capt.- Salerno, This letter is to advise the City of South Miami that Law Enforcement Supply, Inc. is the factory authorized distributor and installer for Code -3, Federal Signal and Whelen Engineering products in South Florida. Law Enforcement Supply has been established since 1986, and has been in the South Florida market since 1999. Please feel free to call us if you have any questions or if we can be of any service to you and your department. Sincerely, Tim A. Davis Office Manager LES- Miami 877- 554 -3726 ext. 4420 I I I L I tG66 i�i11' 1;2ix1:�v�isnr Niliarm l 1, 33126 87 7.55 .3726 vnice 5_62 .8981 f t •� tGSB- 6Z9 -SOE —�.. ��_�. ^— A- idcins b45 - 120 -04 -1 = Omce Paper, virgin and Recycled Content Page 1 of 1 Office Paper, Virgin and Recycled Content 645-120-04-1 Effective: 3/28/2004 through 3/27/2007 ` Rate this contract View serve Results �. y Certification Contract Administrator Price Sheet Orderinq Instructions Contract . Documents ORDERING (INSTRUCTIONS ORDERING INSTRUCTIONS BIDDER: Mac Papers, Inc. VENDOR NUMBER: F- 591059698 Bid /Contract Administration Page 1 of 5 Please identify the person who will be responsible for administering the Contract on your behalf ii award is made, and include an emergency contact phone number: Name: Jerry Shane Title: Senior Vice President Street Address: 3300 Philips Highway, Jacksonville, FL 32207 E -mail Address: ierry.shane @macpapers.com Phone Number(s): 904- 348 -3300 Fax Number: 904- 348 -3340 If the person responsible for answering questions about the bid is different from the person identified above, please provide the same information for that person. Name: Tom Fleming Title: Asst. Vice President Street Address: 3300 Philips Highway, Jacksonville, FL 32207 E -mail Address: tom.fleming@macpaners.com Phone Number(s): 904- 348 -3345 Fax Number: 904- 348 -3340 Direct Orders Please provide the following information about where Customers should direct orders. You must provide a regular mailing address. If equipped to receive purchase orders electronically, you may also provide an Internet address. Street Address or P.O. Box: See Attached List City, State, Zip: Phone Number Toll Free Number: Ordering Fax Number Internet Address: Federal ID Number Remit Address: City, State, Zip http://www.myflorida.com/st—contrac,ts/64512004 I/orderl.htm 7/14/2004 ORDERING INSTRUCTIONS Page 2 of 5 Mac Papers, Inc. Authorized Ordering Locations: Locations for Orders: Mac Papers, Inc. F59- 1059698 -5 3300 Philips Highway P.O. Box 5369 (32247) Jacksonville, FL 32207 Phone 904 - 396 -5312 or 800 - 342 -3849 Fax 904-348-2404 or 800- 233 -5734 Customer Service Rep: Pete Coyne pete. coynegmacpapers. com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the Jacksonville location: Alachua, Baker, Bradford, Clay, Dixie, Duval, Flagler, Gilchrist, Marion, Nassau, Putnam, St. Johns, Union and Volusia Mac Papers, Inc. F59- 1059698 -115 7601 Kingspointe Parkway P.O. Box 590115 (32859) Orlando, FL 32859 -0115 Phone 407- 370 -5595 or 800 - 422 -1725 Fax 407 - 352 -7330 or 800 - 622 -2812 Customer Service Rep: Martha Thacker martha.thacker@maclaapers. com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the Orlando location: Brevard, Lake, Orange, Osceola and Seminole h4://www.myflorida.coin/st—contracts/645120041/orderl.htm 7/14/2004 ORDERING INSTRUCTIONS gage 3 of 5 Mac Papers, Inc. F59- 1059698 -1 1425 Commerce Blvd. P.O. Box 560 Midway, FL 32343 Phone 850 -574 -3700 or 800- 342 -2696 Fax 850- 574 -3757 Customer Service Rep: Sandra Swenson sandra.swenson@macpapers.com Fed I.D. 59- 105969$ Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the Tallahassee location: Bay, Calhoun., Columbia, Franklin, Gadsden, Gulf, Hamilton, Holmes, Jackson, Jefferson, Lafayette, Leon, Liberty, Madison, Wakulla, Washington Mac Papers, Inc. F59- 1059698 -116 1701 N 50t Street P.O. Box 5657 (33675) Tampa, FL 33619 Phone 813 -247 -3461 or 800- 227 -1722 Fax 813- 248 -6926 or 800 - 248 -6927 Customer Service Rep: Tarra Cooper tarry cooperkmaoapers com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the Tampa location: Charlotte, Citrus, Collier, Desoto, Glades, Hardy, Hendry, Hernando, Highlands, Hillsborough, Lee, .Manatee, Pasco, Pinellas, Poly, Sarasota and Sumter Mac Pape rs , Inc. F59 - 1059698 -117 4kowJ00 5900 NW 176t" Street P.O. Box 172640 Miami, FL -33017 -2640 http://www.myflorida.r-om/st—contracts/64512004I/order1.htm 7/14/2004 ORDERING INSTRUCTIONS Phone 305 -362 -9699 or 800 - 432 -3098 Fax 305 -362 -0262 or 800 - 533 -1269 Customer Service Rep: Merna Guessford merna. g_uessfordgrnaepapers. corn Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 - 0166 The following counties are serviced by the Miami location: Broward, Dade, and Monroe Mac Papers, Inc. F59- 1059698 -118 7970 Central Industrial Dr., North Riviera Bch, FL 33404 Phone 561 - 840 -1900 or 800- 622 -2845 Fax 561- 840 -9736 or 800 - 622 -2860 Customer Service Rep: Carol Flannery carol. iiannery@macpapers.corn Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O.. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the West Palm Beach location: Indian RiN7er, Martin, Okeechobee, Palm Beach, and St. Lucie Mac Papers, Inc. F59 - 1059698 -8 5525 Commerce Blvd., W P.O. Box 191207 (36619) Mobile, AL 36619 Phone 251 -443 -5622 or 800 -622 -4450 Fax 251 - 443 -8488 or 800 -622 -4454 Customer Service Rep: Rhonda Lee rhonda.lee@macpgpers.com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Page 4oi5 http://www.myflorida.com/st—contracts/64512004 Vorderl.htm 7/14/2004 OCT -16-03 10:29AM FROM- Toshiba + T -lab P.aaa /aas F-111 MIAMI• -DADE COUNTY BLANKET PURCHASE ORDER BPO ID: ABCW0300250 PRINT DATE: 01/29/2003 PAGE: 01 t ------------------------------------------------------------------------------ VENDOR ID :k * *x* * * *x PRIME VENDOR SET ASIDE : MULTT-VENDOR BPO SUBVENDOR GOAL : 00% PRIME VENDOR COMMITMENT ODDS ----------- AS SPECIFI>* D- ON INDIVIDOAT4 ORDERS PLEASE RE4FER ALL QUEST-TONS CONCERNING THIS ORDER 'T'0: GONZALEZ, RODOLFO ----------------------- ------ - - - - -; _ - -- •- - - -- -- ------ - - - - -^ -- - - --- ITB ID EXPR DATE-` ID- ISCOUN'T' TERMS CONTRACT AMOUNT 02 /2faQOS-� 650, 000.00 BID NUMBER - ----- ^ - -- - -_ -_- _- -_ - -_- 863- 000 -p3 -1 -- -- PRE-QUALIFIED VENDORS FOR MUI;TI- VEi�'DOR''•BPO.: - -.�._ ! VENDOR ID SFX VENDOR IiAMZI _;:•:'' _ - -!, DISCOUNT TERMS 311735 102 01 •- WINGFOC) ' CO '" CTAL myRE '•SY . TEMS LLC NET30 59061 442 01 MIAMI T�RES,OLE '5:_tNC - NET30 590877 ,45 01 - MARTINO 'TTR]a CO ' _ NET30 651159898 01 KM ,- IN.C•' NET30 k-k"or ;t-ic �C roY �--�:7: *aY1;�:�: do Pik kic �k *Ye Ye/c kYCaF��M• �• �*#, v% �d; 7c 'ds. *'i��ir�.� *'��7c *xyr;Kk *-k ITF,M COMMODITY ID - U- /M,; UNIT COST 001 853 -10 TIRES AND TUBES, MEDIUM TRUCK AND BUS ACCESSING THE STATE OF FLORIDA TIRE CONTRACT FND —OE' T.TE•M a 1 !l� M., l t KELLYKSTERES 9 ; f�j �p tppg tp�y( {pip • F a 4t r I ti -" tld 4AlSRI EFl TIRE � ` P Et t ,. �Y.HF)� LCi t�JlWFdbt �. faF/ � F ,L.[. �J ,st E Lc i r .I F rr.5r)+4 fi 1. _ t� 'k f L 3 F f c15 .-A ",31- € a H€4�'Fi 7 C - t 5 O L"�C iCr 4F i . �_ S�f i Eft P€fCl.,u {C e. r 1 E € 5'6 iae." 1� P �} ,L�g7Eta 1 4: o i SL ,- }WFL .�. _ �t I C'1.. 33-155 4 Z 5C . E't HQME TE S RD W; ; SHIP. A i'ELEP Vl ORDER # PAGE t M t `& .'F�hhr3qq` t t isFwr !i C :LEt�il r^ PREVIOUS SHIPPED INVOICE , ERMS a 1�1UMBER INVOICE htUMBER , t � $ li E6, {�� �P QunNnTV SNIT : ' : f E T <: ' E7t7EPISION `., REiViARRS SIZE DESCRIPTIQI�t ORDERS': SH]PRID PAEV,SHIP ^. CEr -' . € r itG�= rEi:!�V 't ttRi 31A U00 �ar f an3t -�`7 tinGc3 €• Y " jA i �3 . }, E3 k = Al N', 654. Et v Li rr r w . i€ C i _ ry [, : 5 rr i C rr. s t Q-72@ 14P i r r ( {s 8 I�ts� tttrEl~ IE llW Lb 21..x.' f�:rr 5Lui: I.Ck:- (' _ - - A `i.t it �CiG ici. M. IM t: / A f a 4BOVE MERCHANDISE RECEIVED IN GOOD CONDITION TEL NO. I i Fc PRINT NAME e o _( _ .'}.- t II- ! k. °-.`._ r-in:.r7 -..v.. .. . -. �.. .. i'^•- DRIVER SIG. CASHIER SIG. n— l MIT CASH $ _ 1 z L � y^• °d td O I E4 FBt L E "h Ham: WHOLESALE eNv®ICE www.martinotire.com " OEM CAO KELLY I(ST RE Tire Ca. " psi F� - *,g ��- @��➢'� t 3 FF nth " i � e nials TIRE FiE fir} Flae faY� tf r� 1{ x Ex kC* sales X' s- _' - 57 pj-;RP:T, t-tr iF iI IE.r 14559- F. ` . Te+l s � - !IiTh �E i't n - SW T' tFt t_ g° K, ail s EL 33 �ai�l FL 33345 0 T H ELEP ONE ROU•fE ,SLM EP' PACE x� INVOICEREYf011S SHIPPED w �iMS NUMBER lNVO10E NUMBER , ,:. ro� : {�. '.['yj Ik•- F LIWs EkTi E, ouANTiTV :E:T 11;gE SiON MARILS UNIT RE DESCRIFT�ON oROeRS,'swPPSO 'REV P ..'PRIG = I SIZE y'�i ty �° s 6s E WIRL F t Vc' �V �.• C, I Me- 'Lie 1 t r 3aa2."17 '.° � 8924 T r 4 EVE RR A i ry3J4502 _2 5 s^ , e , P 3. E @@ tI �E t i ��!� E z.� e Pd t. n D f GICIJ rx � �Iv. �ILL�vv��vv°v vv [ Tat-m-1 1!' €-Eii��ac'zY` - .'E}.t�pe -� T at- m- - d ONDI3�N ?� `n TEL. NO. 3VE MEFtC+HAND.IS6 EEEl �C^t� .,G PRINT NAME NED X - -- -- o �` T 5 e A FET PR r,ACU It DRIVER SIG. - CASHIER SIG. South Miami ki- America Ci f :20,01 "CITY OF PLEASANT LIVING" CITY OF SOUTH MIAYH FLORIDA PUBLIC WORKS DEPARTMENT FACSIMILE-TRANSMITTAL COVER SHEET 4 _- s ' (ilC�iiF'OFAT[D Fi I > ' DATE: w 3 Tom; TO: FAX #• 30-T-2.1/-9300 PRONE: FROM: Public Works Department's Phone No.: (305) 663 -6350 Public Works Department's Fax No.: (305) 668 -7208 No. of Pages Sent: i (Including Coversheet) Copy To: Reference: RejnarkS • „lzt" Ole V was 6D /? 1 89aa V �`.qG vs k S-/ 8S 1647 87a-) 2 V0011 's // .P ga s°• � y o% 6 /s-4 A �-.e C H wy) A �000 Ra© IIVA G ,� r"T t/ /®ODkaO Alackeatle - r.Q78R Vey /NC If you have any problems with this transmittal, please contact us. Thank Yoga! CiC VER SHEEN DATE: Tom: f49• 3 .. TO: FROM: Pablie Works Department's Phone No.: (305) 663 -6350 Public Works DepartmenVs Fax NcU (305) 668 -7208 No. of Pages Sent: j (eluding Coversheet) Copy To: Reference: 4 Remarks. P S 0 �A 41 4 &,w ! _ire eys IIj izu efi !f ! E% I' t� q..) of�iir vS1 r+ /dve at lac,t o� f+ -rc�8 r .Q79A 4010 Ifyouhavea ny problems with this transmittal please contact us. Thank You! QdaQNVIS A0 3QOW I1nS3d (S)3DVd .10 89:00:00 0066TZ89066 NOIivdna 3WVN /'ON XV_j 90 :TT 5T /ZT 3WII`31tlQ xxxx =xxxxxxx #'d3S 05£989950£ 131 806LB99906 Xbd IWVIW 3WII IdOd3d NOIIVOIJId3A N0ISSIWSNVd1 12/16/2003 02:10 3058264473 MIAMI TIRESOLES INC PAGE 02 Sputh .Miarni WAR 5 Lr'r! AlhAe►tcaGity Ar 20'tii • • urrd � TATers a "CM OP PI.E""T t vwc," CITY OF SOUTH Won FLORIDA PUBLIC WORKS DEPAPTMFNT VACSI AME MANSMUTArL COVED, SHEET FAX i'HON�. — -i I'ulffia Works DOpArtinput}s pjaQ & No.: (30S) 6634350 Public Works }Department's Fax No.: (30$') 668 -7209 No. af$ages Sent: ! (.�uclutliu� Cavearslyeet) Copy Ta: Remarks. If YOU have may' problems wfth this teransmfttaL please coataGt as. to /T9 IWCIW h1LnDS j0 kLIz) 80LLB9S59E 90:TT E00Z /5T /ZI wt m'v. City of South Miami Police Department INTER- OFFICE MEMORANDUM TO: Kathy Vasquez FROM: Lieutenant Bruce H. Ross t DATE: July 16, 2004 SUBJECT: Vendor— Miami -Dade ITD This is a sole source vendor and authorized repair agent for Ericsson radio /communications & telecommunications equipment for the entire south Florida area. • A JLw a f� 618- 001 -04 -1 = 0—ce Consumables Page 1 of 1 Office Consumables 618- 001 -04 -1 Effective: 12/31/03 through 12/30/06 Rate this contract w View surve y Results Certification Contract Administrator Price sheet Ordering Instructions Contract Documents Contractors: Office Depot Business Services Division (A) of FMIC ELO http://fcn.state.fl.us/st—contracts/61800104I/ 7/14/2004 ORDERING INSTRUCTIONS ORDERING INSTRUCTIONS Page 1 of BIDDER: Office Depot A) BIDDER FEIN: F592663954 Sid /Contract Administration Please identify the person who will be responsible for administering the Contract on your behalf if award is made, and include an emergency contact phone number: Name: Morrie Norwood Title: Senior Account Manager Street Address: 3146 Corrib Drive / Tallahassee FL 32309 E -mail Address: mnorwoodna officedepot com Phone Number(s): 850 -894 -9039 Fax Number: 850- 894 -9037 If the person responsible for answering questions about the bid is different from the person identified above, please provide the same information for that person. Name: Title: Street Address: E -mail Address:_ Phone Number(s): Fax Number: Direct birders Please provide the following information about where Customers should direct orders. You must provide a regular mailing address. If equipped to receive purchase orders electronically, you may also provide an Internet address. Street Address or P.O. Box: 1707 Orlando Central Parkway City, State, Zip: Orlando FL 32809 Phone Number: 1- 800- 386 -0226 Toll Free Number: 1 -800 -386 -0226 Ordering Fax Number: 1- 800 -816 -3139 Internet Address: hn:/ibsdnet.officqdepot.com Vendor FEIN: F592663954 Remit Address: P.O. Box 633211 City, State, Zip: Cincinnati OH 45263 -3211 htip: / /fcn.state.fl.us /st contracts /618001041 /orderl.htm 7/14/2004 Bid Details - DemandStar by Onvia Page 1 of 2 Login I Register Help g n s � " , Home Rey DemandSter Buyers Suppliers Account Info Bid Details Bid Information Agency City of Orlando Office of Purchasing Bid Type Invitation to Bid Bid Number BI- 1856 -0- 2004 /DT Fiscal Year 2004 Bid Writer Diane Tisdale Bid Name Annual Purchase Agreement for Office Supplies Bid Status Awarded Awarded on 01/26/04 in the estimated annual amount of Bid Status Text $330,000.00 to: Office Depot, Boise Office Solutions and Corporate Express Award To Due Date /Time 12/29/2003 4:00 PM Eastern Broadcast Date 12/9/2003 Bid Bond Project Estimated Budget Plan (blueprint) None Distribution Options Distribution Method Download and Mail Distributed By Agency Distribution Notes None Scope of Work Purchase of Office Supplies E- Bidding No Legal.Ad 1 http:// www. demandstar .comisupplierlbidsIBid Detail.asp? PU= %2Fsupplier%2Fbids %2... 10/12/2004 Bid Details DemandStar by Onvia Page 2 of I Please select either the View or Edit button to manage legal ad. Pre-Bid Conference N/A Publications Orlando Times 12/16/2003 Documents r:c Annual Purchase Agreement for Office Supplies (49 Pages, Bid Package Complete) Addendum No. One (1) (6 Pages, Complete) Award Bid Tabulation (21 Pages, Complete) Commodity Codes CSF- 205 -71 - SUPPLIES AND ACCESSORIES, OFF- 615 -00 - OFFICE SUPPLIES, GENERAL OFF- 620 -00 - OFFICE SUPPLIES: ERASERS, INKS, LEADS, PENS, PENCILS, ETC. «`Return Onvia.com, Inc. (c) 1997 -2004 DemandStar by Onvia, Inc. All rights reserved. Terms of Us http:// www. demandstar .comJsupplierlbids/Bid Detail.asp? PU= %2Fsuppher %2Fbids %2... 10/12/2004 FROM :HOLLYDRY INVESTMENTS INC. FAX NO. :305 688 4924 Dec. 16 2003 03:07PM P2 2'. Project Summary Client: City of South Nfiami. Company: Omar & Son Services, Inc_ Contact: Mr. Rudy Contractor: Omar Gomez Job Name: Price List. Phone: 305- 688 -4949; 305 -219 -6495 Job Location: City South Miami, Florida Fax: 305688 -4924 We propose to Mr. Rudy De La Torre by moans of these List pricos on. Labor and Parts we will be serving your city of South Miami in all Mechanical need's. e No charge on service calls (Free estinnstes) a Labor per 1 -hour 455.00. Most of the parts will be subject to a 20% marls -up; unless special order and otherwise approve by supervisor on job site.. Refrigerant -22 price per each pound-$8.00 a Coil cleanings an A/C units withacid Acid water: ° (Prices includes materials & labor) Pp to 5- Tons.. Evaporator Coils on Package A/C units: $225.00 • Condenser Coils on Pao e A/C units: $85.00 Evaporator Coils on Split ,A/C units: $245.00 Condenser Coils on Split A/C units: $45.00 Sienature indicating accepting above proposal: Customer Air-con �g Contractor Date t 12/15/2003 14:52 FAX 3056631767 TEMFTROL A /C, INC. 1j001 /001 T]E11-PTROL AIR CONDITIONING, INC. State Certified Mechanical Contractors -CMC 014755 42f5 SW 72ND Avenue Miami, FL 33155 - 4510. Dade (305).662-7777 Broward (527 -1777) Fax (305) 663 -1767 DATE: 12 -15 -03 CONTACT /COMPANY: Rudy Delatorre / City of South Miami FAX: (305) 668 - 7208 PHONE: FROM: RICKY MONZON RE: SERVICE REPAIR RATES .• .. ................e.............. ......................... ............................... As per your request, the following are the rates we will extend to the City. For units (10) tons and above.................. $76.00 / Hr. per Technician For units under (10) tons... ..................$58.00 / Hr. per Technician Apprentice Rate. .. .........................$40.00 / Hr. Overtime rates for above will be billed at one and a half times the regular rate. Holiday rates will be double time and a half of above rates. Parts would be billed at cost plus a 30% mark -up. Refrigerant would be billed at $8.00 /per pound. Please feel free to contact me if you need ar�y farther irforlation. S' ce ly, R.ic o ' Operations Manager cent By: Mechanical & Marine Co., Inc.; 305 279 8565; Dec -23 -03 ii:2iAM; Mechanical and Marine Co. d h.a. so utk Miami Air Conditioning & Refrigeration. 4755 S. W. 76"'. Street Miami, FL 33173 - 3114. C041061 / CM 01244325 Telephones. (305) 270-3137 or (305) €br5-7277 Facsimile: (305) $79 -SS65 December 22, 2003 Public Works Departane4t City of South Miami, l fcl ida 6130 Sunset Drive, Sots Miami 33141 Attemdon: Rudy de la Tom: i Re: Invitation to bid "A/J� Refrigeration. Services & Repair" South Miarni Air Condifipning, and Refrigeration is pleased to offer our services tv the City of South N iami, Florida. We are state certified and fully ins d. Our rates as requested are as follows: Engineer / Technician: $0,(6.0) hour Apprentice: $j5.00 hour Part's rbarkup: 100% of'cosL refrigerant Charge Rate per pound-- (Freon-22).$6.00 Our terms are net 15 dayj for repairs_ Installations / Modifications customarily require 50% deposit at commenceme4,140 % at project completion, and 10 % at permit sign off' by building official_ if you require additional �farrnation, please Gall me Sin ly, Ro M. P' ous, i'resu6nt s Page i/i 0 12118/2003 03:02 3052647946 AIRTROL AIR COND. PAGE 02 SOS -MiaMi m . +HCaRiso, o e OF PLEASANT JzMG ISOUTIR MIANH aORMA -PuB '-'C WOE DXPARMXT 'NAT COVERSE=T FAX FROM:, e Fubtie aa�s DeP4rtmOntr9 Phane (305) 663-6350 Pubfic Warlm DeVar+Ment'S Paz Sa.: (30 5) Na. of Pages sent.. t ' (T'ztciue�,iag Cnvcrsb$�i} Copy To. Reference: R�ffi$xks: Yr • .. •• V. V � IfyOu h"ve problems wtt& d64 tr=9M ttat, PL ase ca t C.A W � us— atact tu• Thank Your 12 P4 <-4 � ' ea L t 7-U F'L-A CC— apj E'%AA CA4 7 Ton& 3Jbd IWVIW HiMS 30 A1I3 g�ZL699sA� bl.Zl RAA7/4Tf7T Y VENDOR! Marpono. Dodge of Miami STREET: 21161 NW 2R6 Avenue CI'1`YISTATEIZIP Miami, Florida 33169 F.O.S. TERMS: DESTINATION PAYMENT TERMS: NET 30 13ELIVERY: AS NEEDED PHONE: (305) 663.634 FAX: (3D5) 655.1414 CONTACT PERSON; Mark Moadges PART #:2: ITEMS AWARDED Repair Paris all vehicles bare unloaded Manufacturer to Healer Cast *25% Repair and /gar Labor at IS% Mott Discount from Dealers late in Its current Manufacturer to oeeler Warranty Repair Labor Rate Relml3arsernent Agra0 ent, (See Below for vendors labor rate ) 13EA R L SOR RATE 1 Marc►one Chwrolet of 114iemi $t3�6.G5 Palmetto Ford $55,25 3) Monarch Dodge $56.18 Sul! Motors Maisons Ford of M, $54.49 6 Khroone Dodgy $91.80 B �roona Chevrolet LLC $95,45 7' Gets Matchadd Fprd $82,500,D0 6) Blake Chevrolet $68.81 E I!AR 1 # 3: AV MAR INEQ BOA TI N— (X) SCC (jPMD AWARD DATE«.12118f(11 AGENDA ITEMS *: ON IC F04,27•01 SIDS & CONTRACTS RELEASE DATE: 0112?/O2 OTR YEAR: None ADI3ITIONAL ITEMS ALLOWED: YES SPECIAL CONDITIONS; Insurance Type Ill TOTAL CONTRACT VALUE! $10,964,125.00 MODIFIED CONTRACT VALUE; $N1Ae SENIOR PROCUREMENT AGENT: J. CARLOS PLASENC1A, CPR`s JCP)ms 01/31/02 29L.L AR AMOU NT US EPARTMENT AaLLQ9AIED GSA! $7,500,000.00 Aviation $1,535,625,00 Seaport $21,000.00 MDTA $260,000.00 WASAD $1,125,D00,04 Public Works $82,500,D0 Parks $3$0,000m SENIOR PROCUREMENT AGENT: J. CARLOS PLASENC1A, CPR`s JCP)ms 01/31/02 •, a ur,ir! 1W, 368 P. CONTRACT AWARD SHEET SID NO,, 6387.0/06 (Previous Std No, $387 - 4101 -4) OEM PARTS AND REPAIR$ FOR DOMESTIC PASSENGER CADS, STATION WAGONS, VANS, PICK-UP TRUCKS, UTILPr'Y VEHICLES, SUBURBANS, WALK -IN STEP VANS, AND MOTORCYCLES, CONTRACT PERIQDF* FEBRUARY 1, 2002 THROUGH JANUARY 31, 2007 COMMODITY CODE; 00- bOMS -00 OTR YEARS, NONE fAeT #1: VENDOR) AWA.RDE12r F.E.IX: 65- 080252" VENDOR, Abmham Chevrolet dlbla Mwoone Chevrolet of Miami STREET: 4101 SW 814 Street CITYISTATEIZIP; Miami., Florida 33134 F.O,E, TERM$* DESTINATION PAYMENT NT TE512MS, NET 30 DELIVERY: AS NEEDED PHONE; (305) d42 -100+ PAX., (305) 445.2105 CONTACT PERSON: Lena l.ari onie FX I N': 65.09444814 VENDOR: Still Motors cVbfo Maracria Ford of Miami STREET; 16800 NW $7111 Avenue CITYISTATEIZiP, Miami, FL.33016 P.O.S. TERMS. DESTINATION PAYMENT TER.M$,. NET 30 [SAYS DELIVERY. AS NESDEI? PRONE: (305) 557.5660 PAX: (305156"310 CONTACT PERSON: Chris Patterson i .E,I.N.. 59.106412 ; VENDOR: Monarch Dod90 $TREET. 2000 ICI State Road 7 l CITYISTATt;013., Lauderdale Lakes, Florida 33313 F.O.S. TERMS; DESTINATION PAYMENT TERMS,, NET 30 BAYS ! DELIVERY.' AS NEEDED PHONE: ( #54) 4'34»2300 r FAX: (554) 454 -27YO coNTA.CT PERSON: Ed Proffitt F.E.I.N,: 59- 2336i0i VENDOR: Gus !Machado Ford, lnr.. STREET: 1209 Went 49th Street CiTWSTATEXP: Hialeah, FL 33012 F.03. TERM& DESTINATION PAYMENT TERMS: Net 30 Days OF-LIVERY. AS NEE0Ei] PHONE: (306) 022,3211 PAX. (305) $27 -2116 CONTACT PERSON: Ed Machado FXXN.. 69.0733663 VENDOR: Slane Chevrolet~ Cadiliac & Oldsmobile, Inc. STREET: 304 I South Dixie Highway CITYISTATEIZIP: Homsstead, Florida 33030 F.O.B. TERMS. DES TIKATION PA YMENT T RMS., Not 30 Days DELIVERY: AS NEEDED PHONE.' (305) 247.2121 FAX.' (305) 243 -9062 CONTACT PERSON: Craig Pearce F.L.I.AI.: rx3}7356 VENDOR: Palmetto Ftard'trucks STREET: 7245 ► -W, 36T" STREET CCT'Y /STAT r4lp1 Miaral, Flat €da 33155 F.0.8. TEROt. DESTIN ATM PAYM15NT TERMS; NOT 30 D51LIVERY; AS NEEI3E0 FBI4ONE: (305) 592-3673 FAX. (305)470-1398 CONTACT PERSON: R, Iglesias F,E'.I,PI., 36 «220271 . VENDOR! Atlartt €C Tack Cent r ✓ STRUT: 2M West State Road 54 CITYIS` ATEIZIP; Ft. Lauderdale, Florida 33312 F'0.8' TERMS: OESTINA't"ION PAYMENT TERMS: NET 30 DEl. VERY: AS NtEbEIa PHONE, (954) 667 -3220 FAX., (954) 797.9720 CONTACT PERSON* Jay Luck SE- 0944181 PRIDE Enterprises, (Prison Rehabilitative Industries and Diversified Enterprises) Page I of 2 P J'- `h ENTEM3PLISES y . , ...., �_� News and Information PREDE Enterprises Corporate Information PRiDE Enterprises is an internationally recognized general manufacturing and services company. A private, not-for-profit - Media Co�oeraae corporation founded in 1981, PRiDE Enterprises has experience and expertise in working in a secure prison environment providing on -the - job training, job placement and support for ex- offenders to help them PRIDE's successfully transition back into society after a period of Industries incarceration. PRiDE operates 38 diverse industries in 22 correctional institutions throughout Florida. It has received much Sales Contacts national and international attention as a model for publiclprivate partnerships, especially regarding the privatization of government functions. Statutory Missions in 1999, the Florida Legislature authorized PRIDE to oversee the federally regulated Priso Industry Enhancement (PIE) Program. The PiE program, under federal guidelines, offer businesses the opportunity to utilize the inmate workforce fulfilling the purpose of creatin inmate workstations within prisons while benefiting the production needs of businesses. Headquartered in St. Petersburg, Florida, PRIDE consists of 200 employees and 200 inmate workers and its products and services yield annual sales of over $60 million. Th state has not provided any funds to the corporation and since its inception PRIDE ha' contributed over $121 million to the State of Florida in cash, inmate wages, investment i state property, victim restitution, and job training, placement and support services. PRIDE's customer base is divided between state government (55 %), non - state governmer (22 %) and private sector (23 %). A Board of Directors, which is appointed by the Governor, provides continuing fiduciar oversight for the State of Florida. Search for: . tar���axi;#r . �3eset Telephone: Postal address 72715724917 12425 - 28th Street North, Suite 103, St. Petersburg FL 33716, USA Electronic mail FAX: 7271570 -3370 General Information: infoCa— pride- enterprises.com or eknightly0indtc.com Customer Support: customerservice @pride- enterprises.com Sales: salesadm (a)pride- enterprises.com Webmaster. webmaster(M— peol.com http : / /www.peol.com/defcorp.htm 7/15/2004 - — Industries Facts Heavy Vehicle Renovation Industry - Page 1 of 4 Tomoka vt'v" . " " Mattresses, Blankets & Gloves 1ndustry - PRIDE ACI Citrus Industry- Glades yr E 4sEs PRIDE has Industries in facilities all over Florida Click on the industry to find out more Beef Cattle Industry - Hendry Heavy Vehicle Renovation Industry - Tomoka Beef Cattle industry - Union Mattresses, Blankets & Gloves 1ndustry - ACI Citrus Industry- Glades Metal Furniture Industry - Union Citrus Industry - Hendry Modular Office Systems Furniture Indus - Polk Citrus Processing &Juicing Industry - Okeechobee Optical / Eyeglass Industr rte- Broward Corrugated Box Industry - Lowell Panels & Components Furniture) industry - Palk Dairy Industry - ACI Poultry Industry - ACI Decals & Validation Stickers Industry -ACI PRIDE Distribution Center in Ocala Dental Prosthetics Industry - Union PRIDE Refrigerated Warehouse in Jacksonville Digital Information Services Industry -.Calhoun Printing Industry - Calhoun Digital Information Services Industry.- Libel Seating (Chairs / Furniture) Industry - Polk Farm and Crams Operation - ACI Sanitary Maintenance & Supplies Industry - Avon Park Food Products Industry - Glades Shoes and Garments Industry - Madison Food Products Industry - Union Signs & iD Products Industry - Avon Park Food Service Warehouse - ACI Sugar Cane Indusry - Glades Forestry/ Lumber industil - Union Tag and Broom Industry - Union Forms & Letterhead Printing Industry - Sumter Textile Cutting Operation - Lowell Garments Industry - Lawtey Tire €fie- Manufacturing Industry -Avon Park Garments Industry - Lowell Traffic Paint Industry - Baker Garments Industry - Marion Transmission Refurbishing Services - ACI Garments industry - New River West Wood Casegoods Furniture Industry Sumter ID / Vinyl Products industry - Gross City Prison Industries Enhancement Program (P.I.E.) http://www.peol.com/industries—facts.htm 7/15/2004 Industries Facts • Are you experiencing high employee turnover? • Having difficulty in motivating your workforce? • Looking for expansion of your business? ■ Being attacked by offshore competition? Do you need to outsource a portion of your production? Investigate the State of Florida Prison Industries Enhancement (P.I.E.) Private Sector Partnership Program. This federally authorized state program has thousands of motivated inmate workers and industrial space at some of the state's major correctional institutions. The PIE Certification Program was created by Congress in 1979 to encourage states and units of local government to establish employment opportunities for prisoners that approximate private sector work opportunities. The program is designed to place inmates- in a realistic working environment, pay them the local prevailing wage for similar-work, and enable them to acquire marketable skills to increase their potential for successful rehabilitation and meaningful employment upon release. Complying with PIE requirements is challenging, but many jurisdictions and private companies have found it well worth the effort. The Private Sector /Prison Industry Enhancement (PIE) Certification Program exempts departments of corrections at the state and local level from normal restrictions on the sale of prisoner -made goods in interstate commerce. In addition, it lifts existing restrictions on certified state and local corrections departments and permits them to sell prisoner -made goods to the Federal government in amounts exceeding the $10,000 maximum normally imposed on such transactions. Correctional industries that serve private sector customers are expanding and have provided economic and operational benefits at the state and federal levels for many years. Program Benefits The PIE Certification Program allows private industry to establish joint ventures with public agencies to use inmate labor to produce goods for entry into private sector interstate commerce, and to sell to the federal government in contracts exceeding $10,000. The program is beneficial for all: • For the private sector, the program provides a stable and readily available workforce. In addition, PRIDE Enterprises may have manufacturing space and other overhead items available to private sector companies involved in the program. • For the corrections administrator, the program is a cost - effective way to occupy a portion of the ever - growing offender /inmate population. • For the prisoner, the program offers a chance to work to meet financial obligations, to increase job skills, and thus potentially increase the likelihood of meaningful employment upon release from incarceration. • For the public, because of inmate worker contributions to room and board, family support, victims' compensation, and taxes, the program is a way to reduce the escalating cost of crime. The PIE Certification Program has three primary purposes: ■ To create a `level playing field" for all stakeholders; whereby private companies can have access to a highly motivated dependable inmate http:// www .peol.com/industries_facts.htm 7/15/2004 Industries Facts Page 3 of 4 workforce to which they can possibly outsource production processes. To generate products and services that enable prisoners to make a contribution to society, help offset the cost of their incarceration, compensate crime victims, and provide family support; and To provide a means of reducing prison idleness, increasing inmate job skills, and improving the prospects for a successful transition to the community upon re /ease. Program Criteria There are several mandatory criteria for PIE program participation: 1. Inmates must be paid at a rate that is not less than that paid for similar work in the locality as determined by the state Department of Economic Security or its equivalent; 2. Written assurances must document that non - inmate workers wHI not be displaced or severay impacted by the introduction of the PIE program; 3. Benefits typically made available to non - inmate workers by the state or federal governments must be made available to inmate workers. 4. Inmate participation must be voluntary; 5. Victim compensation program contributions must be from 5% to 20% of gross wages; and 6. Organized labor and local private industry must be consulted before startup. PRIDE Enterprises has been authorized by State Law to hold the P.I.E. Program Certificate for the State'of Florida. The following is a list of prison industries in Florida that are currently operating under the P.I.E. Program. For more information about the program call Brian Connett at 727 556 -3392 or send a email to bconnett@pride- enterprises.com Industry / Company Location* Name Customer PRIDE Optical Broward C. I. PRIDE Coatings Baker C. I. PRIDE Metal Fabrication Union C. I. PRIDE Furniture Polk C. 1. & Sumter C. 1. PRIDE Forestry Union C. I. PRIDE Produce Okeechobee C. 1. Processing /Citrus PRIDE Sanitary Avon Park C. I. Maintenance and Supply http://www.peol.com/industries—facts.htm Product / Process Model Type Optical lab services Customer Paint and Coatings Customer All types of metal fabrication. Customer Office Furniture, seating and Customer components for furniture Wood products, sawmill services and forestry Customer management. Processing and packaging Customer of citrus products into juice. Chemicals Customer 7/15/2004 Industries Facts Page 4 of 4 PRIDE Dental Lab Union C. I. Dental Lab Services Customer Calhoun C.I.,Sumter C.I., PRIDE Imaging Cross City C.l., & Printing Customer Appalachee C. I. PRIDE Textile Marion C. I., Lawtey C. I. & Cut & Sew manufacturing & Customer New River CA outsourcing services PRIDE Box Marion G.1. Corrugated Boxes Customer CCA/Hunter Printing Lake City C.1. Printing Services Employer GCAlBob Barker Bay County C.I. Manufacture of textiles - P.I.E. application in process. Employer *C.I.: Correctional Institution x Translate this page automatically. Copyright © 1997, 1998 PRIDE Enterprises Tel: (727) 572 -1987, (800) 643 -8459 Fax; (727) 570 -3374 Email Webmaster Friday, May 28, 2004 Pianholders List - DemandStar by 4nvia Page 1 of 1 Login I Register Help Deurrew W 1 Home My DemandStar Buyers Suppliers Account Info Pianhoiders List Member Name City of Orlando Office of Purchasing Bid dumber 8I- 1958 -0 -2 Bid Name Annual Agreement for Oils and Lubricants 26 Planholder(s) found. Supplier Name 4. City State Phone Fax Resource One Largo FL 7275842163 7275844024 Riteway Magic Supply Kansas City MO 8164747723 8164740348 Seaboard Distribution Jacksonville FL 9043554143 Seaboard Distribution, Inc. Jacksonville FL 8005213565 9043554143 SOPUS Products Orlando FL 4072266963 4072266965 Southern Express Lubes Orlando FL 4075926859 4073060998 Page 3 of 3 first I previous I next I last Format for Printing l No Sean:l� � <Return onvia.com, Inc. (c) 1997 -2004 DemandStar by Onvia, Inc. All rights reserved. EM Terms of Us http:// www. demandstar .com/supplier/bids /planholder list.asp? PU= %2Fsupplier %2Fbids... 7/20/2004 ,-� MIAMI -DADE COUNTY BLANKET PUtkCHASE ORDER -------------------•-------------------- BPO ID: ABcw0300146 PRINT DATZ: 11'20/2002 PAGE.,.,....__01----------------------------------------------------------------------------- VENDOR Y[]: * * * * * * * * ** PRIME VENDOR SET ASIDE ; MULTI-VENDOR BPO SUBVENDOR GOAL 1.�0 PRIME VENDOR COMMITMENT: 00% SHIP TO: AS SPECIFIED ON INDIVIDUAL ORDERS PLEASE REFER, ALL QUESTIONS CONCERNING THIS ORDER TO: 9LASENC IA, CARLO$ - -- --- - - - - -CEEXPR DATE - --- DISCCUNT TERMS C014TRACT 111,10 .NT ITT ID / 2004 11, 665P ,00.00 B.T1O NUMBER. 1070 -3/07 PRE - QUALIFIED VENDORS FOR MULTI- VENDOR BPO DISCOUNT '- '"ERMS VENDOR ID SFx VENDOR NAME NET3C 361150280 01 W W GRAINGER INC; NET30. 382262714 01 ATLANTIC FORD TRUCK SALES INC 382262714 02 ATLANTIC FORD TRUCK SALES INC NET30 580254510 01 GENUINE PARTS CO NET30 NET30 590232360 01 ELECTRIC SALES AND SERVICE INC 5908.41:470 01 ARROW MUFFLER CO INC NET30 591346399 01 • POWER BRAKE EXCHA14GE INC NET30 591820682 Ql TROPICAL 114TER14ATIONAL CORP NET30 591897294 01 JACK L`_014S TRUCK PART INC NET30 592027867 01 AMERICAN GENUINE NUTO TR�)CK INC NET30 592028023 PAPCO AUTO) PARTS SOUTH INC NET30 592150688, 01 REMA TIRE SUPPLY It -,C 592462297 01 ELIOS AUTO ELECTRIC INC NET30 592517314 01 S & H DIS'T'RIBUTORS INC NET30 593337687 01 NATIONAL TRUCK PARTS OF FLORIDA INC NET30 650118452 O1 AUTOMOTIVE PARTS & MACHINE INC NET30 '+'NYC Sit 'k'� * *•*x * * *'A' *Yc 'k k *`k *Yr it ie •k is 'AW 7A' 4C '�' *r. er' *xi-* Ir 7Y Nt 9e *•k #* �•.t it 'r 4 yt YOr fY it *'•k #* *fit *i4'4t Yt * * * * *•A¢k1' a 4F'yr iF. *+F ITEM COMMODITY Yf Y[ * Yr * *.* * Yr * Yr Ar ID U/M UNIT COST Y! 'k Mr k k +k # * * ,F �• � Y< * � w Jr.* * •k * d- * ?' •k 1M Y: Mk 4;' •k * •x 1: x R is � r k `k 1f k * * 7r * x Yr Y[ W Ye Ye it * is * Ye + k ru ak •• we * x * , N CONTRACT AWARD SHEET BID NO.: 1070- 3/07 -0T (Previous Bid No. 1070-3/02-3) AUTOMOTIVE AND TRUCK PARTS & ACCESSORIES, CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS CONTRACT PERIOD: December 1, 2002 through November 30, 2004 COMMODITY CODE: 60 -00 OTR YEARS: Three (3) PART #1: VENDORS AWARDED F.E.I.N.: 59- 2028023 59- 2462297 VENDOR: PAPCO Auto Parts South, Inc. Elio's Auto Electric STREET: 80 West Mowry Drive 3251 NW 28�e Street CITY /STATE /ZIP: Homestead, Florida 33030 Miami, Florida 33142 F.O.B. TERMS: DESTINATION DESTINATION PAYMENT TERMS NET 30 DAYS NET 30 DAYS DELIVERY: AS NEEDED AS NEEDED PHONE: (305) 24= 9666 (305) 633 -3004 FAX: (305) 248 -9089 (305) 634 -8520 CONTACT PERSO Buford Moore F.E.I.N.: 65- 0118452 VENDOR: Automotive Parts & Machine, Inc. STREET: 13517 S.W. 136th Street CITY /STATE /ZIP: Miami, Florida 33186 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DAYS DELIVERY: AS NEEDED P °O: (3 05) 238 -2100 FAX: (305) 232 -2570 CONTACT PERSON: Terry Perrin F.E.I.N: 59- 1820682 59- 3337687 VENDOR: Tropical International National Truck Parts of Florida STREET: 3510 N. rr . 60th Street 3061 NW 75th Avenue CITY /STATE /ZIP: Miami, Florida 33142 Miami, Florida 33122 F.O.B. TERMS: DESTINATION DESTINATION PAYMENT TERMS: NET 30 DAYS NET 30 DAYS DELIVERY: AS NEEDED AS NEEDED PHONE: (305) 633 -7575 (305) 591 -3200 FAX: (305) 638 -0849 (305) 591 -9239 CONTACT PERSON: Jose Garcia rL BW 1`-3€x. 1070-3/02-3 T PAGE 2 OF F. E. I. N.: 51-0154510 :59-023 - 360 VENDOR: � Genuine Parts Co., DB E NAPA = ufo Part Electric Sales Z- _ v --- STREET: -9250 :.E FL. 558th Street S . '140 ; . 51,"! -e-et C.rfTY /S -AT /Z1"P: M€`LFmi, Florida .- ✓i !C M €a rrf_, Florida 132-7- C�3 F.O.B. TE RBARS: DESTINATION D E ST INAT9"ON PAYMENT TERMS: NET 30 DAYS NET 30GA S DELIVERY: AS NEEDED AS NEEDED PHONE: (30-5) 599 -2629 (305) 54 -8646 FAX: (305) 599 -4875 (30-5) 754 -6398 CONTACT PERSON: Cliff Christopher may Wherson F.E.1.14.. 59- 2517314 VEND�R: S & H Distributors, rn. c. STREET: 1754 N.W. 54th Street CITY/S1 ATE /ZIP: Miand, Florida 335.66 I :O.B. TERMS: DESTINATION PAYMENT T,ERNTS: NTET 30 DELIVER !: �S NEED ED PHONE,: (305) 592 -1747 FAX: 6: (305) 47 / -6 -033 CONTACT PERSON: Taut E. Seat E.E.I.N.: 59- 2027967 VENDOR: �American Genuine Auto rrn_k STREET: f777 IN, W. 54th Street C T Y/S TATS /III -. MIami, Florida 331.42 F.0.B. TEFJVA'S: DESTINATION PAYMENT p'ERrAS: NET 30 DAYS FELY'v ERR: AS NEEDED ?'HONE: (305) 638 -5020 FAX: (305) 633 -2052 CONTACT PERSON: ,Iusto L. Diaz E.E.I.N.: 59- 0&41470 VEJ�,!DOR: Arrow Mruff'ter Co., Inc. STREET: 14545- N.W. 7th Avenue C'11 Y/S E ATEIZIP: I:i:auei Icr.�a 3�r6° F.O.B. T' ERAIS: DESTINAT ION PAYMENT TERMS: NET 30 DAYS DELTVE Y: AS NEED-ED PHONE: (305)6°5 -0574 FAX: (305)6-0-0-0 545 CONTACT PERSON: George M. DeJa -cu-€o 3 BID NO. 1070- 3/02 -3 PAGE 3 OF 5 F.E.I.N.. 38- 2262,1 VENDOR: _tl anti c Truck Center STREET: 2565 West State. Beau- 94 0ITY1131'ATEIZIE': Miapnn, Florida 33 €42 r� F.O.B. '1"ERfAS: ION DESTINATION F Aga MENT TE.-qr-TkS: NE's' 30 DAYS DELIVERY: AS NEEDED ?RODE: (954) 597- €220 FAY-: (954) 797 -3720 COI TACT PERSON: Ja,T Lucy F.E.1.N.: 59- 189729 4 VENDOR: � jack, Lyons Truck Parts, 1,nnc.) STREET: 8482 N.W. 96th Street O €TV /S'i•'ATE!ZI€: Merdiev, F €orida 33166 F.O.B. TERrAS: DESTIN4lr10N PAYMENT TERMS: NE'T -30 DAYS DIJ'1 IVEI r'. S NEED -ED PHONE: (305) 884 -4222 FAX: (.COs) 9-Sy -6168 CONTACT PERSON: Patrick Lyons F. E. I. N.: 59- 1346('399 VENDOR: Power Brake & Exchange STREET: 2050 N.Vf 23€ d Street CITY /STATE/ZrP: Miarni, Florida 33142 F.O.B. TERMS: ICES i INAT 10TH? PAY14ENT TERMS: NET 30 DAYS ' =ELI TERM': L AS NEEDED PONE: (305) 635 -1120 FAX: (305) 638 -9351 CONTACT P SON: John Kennedy F.E.I.N.: 59- 2150688 VENDOR: RemaTire-SuIpply In— STREET: 5570 N. W. 9-4th Avenue GI v-'/S TAT E /ZIP: Miami, Flor;da 331-66 F.O.B. TERMS- DESTINATION PAYMENT € ERMS: NET _0 DA S DELIVERY: A.S NERDED PHONE. (305) 512 -0023 FAX: (305) 513 -0054 OON`l-'.AOT PERSON: Guiller -mo Garcia 36- 1150280 VENDOR: (W FAT Grainger, Inc STREET: 2255 N.W. 89th Piac CITY/ST ATE /ZIP. NU mi, Florida 33'72 F.O.B. TERMS: DE,STINA E ION FA PAENT TERMS: P° ET 30 DAYS DELIVERY: AS NE, E.DE o PROVE: (305) 5()--3036 L: ice: (30,9) 592-561 T F 'p Marty BID AWARD CONTRACT THIS AGREEMENT made and entered into this Friday, August 27, 2004, by and between the CITY OF MIAXI SPRINGS, a MUnicipal Corporation organized and existing under the Lams of the State of Florida, thereinafter referred to as "City"), and South Florida Maintenance Sezv.ices, Inc. (hereinafter referred to as "Contractor ") W I T N E S S E T Fi KEEREAS, the City of Miami Springs has determined it is necessary and in the best public interest to establish a contract for CIWY WIDE STREET SWEEPING PROagCT; and; WHEREAS, The City of Miami Springs has solicited certain bids for CITY WIDE STREET SWEEPING! WHEREAS, "Contractor" has properly submitted its bid for CITY WIDE STREET SWEEPING. as set forth in the attached contract Documents and in accordance with the terms and corndit: ons thereof; and, WHEREAS, the City administration and the City of Miami Springs City Council have determined that the bid of "Contractor" Is the lowest bidder meeting speoifica_ ions received for certain items pursuant to its published invitation to bid, and, WHEREAS, the City of Miami Spring$ City COuricii accepted the bid of "Contractor" to provide CITY WIDE STREET SWEEPING at its City Council Meeting of AUGUST 23vh, 2004 and directed the preparation of this Bid Award Coat -'act for executiGn by the City grid "Ccr:tractor "; NOW, THEREFORE, the parties to this Agreement herebY agree as follows Bid Aviard Contract Page 1 of W46v7wm X. That he fallowing listed "Con't.raut DoC=ents"' 'ar this bi(l award are attached heLeto and by this specific reference made a pare. hereof, to-wit a) The Legal Notice to Bidders bi General Conditions axad Instructions cl Sweep Specifications d) Bid Proposal 2. That the parties mutually agree to be bound by tale afoxesaic "Contract Documents - -" in the administration and completion of this Contract. . That this Bid Award Contract shall encompass the following work to be ,perforated by the Coatractor, to -wit: CITY WIDE STRSE'T $WEEPING as is mare fully described in contract docixtents attached hereto. 4. That "Contractor" agrees to provide all services, materials, and equipment necessary for the timely completion of its duties and responsibilities as set forth in its bid and all other referenced and attached "Contract DDcuments ". 5. T:aat "City" agrees to makes all payments to "Cor_tractor" for all work performed in accordance with the terms and conditions for payment contained in the referenced and attached "Contract Documents ". 6. That notwithstanding anything contained herein to the contrary, the parties hereto mutually acknowledge that in the event that no ouids or insufficient funds are budgeted and appropriatecl during any ter=n of the contract for the payment of the obligations hereunder to contractor, the city's obligations under this contract shall automatically terminate on the last day of the fiscal ;year in which funds were budgeted and appropriated for this contract. Sid Ppmrd Contract Page 2 of 5 7. That any notice which either par -y is req,,Ared or may desire to give to the other v„nder this agreements, shall be in writing and shall be given by registered or ;ertified mail, return receipt requested, postage prepaid, addressed to the respective party at its address shown in the contract documents attached hereto. B. That should it become necessary for either party to this Contract to bring suit to enforce any provisions hereof or for damages on account of any breach of this Contract, the prevailing party on -any issue in any such litigation and any appeals therefrom shall be entitled to recover from the other party, in addition to any damages or other relief granted as a result of such litigation, all costs and. expenses of such ± itigation and a reasonable at.torneyrs 'fee as fixed by the court IN WITNESS gHEREOF, the parties hereto have executed this contract on the day and date first above written. in five {S} counterparts, each of which shall, without proof or accounting for the other counterpart, be deeded, to be an original Contract. Bid AWa.rd COntract Page 3 of 5 CITY OF MIMI SPRINGS A Municipal Corporation. ATTEST; SY f� 0 r� f Jazre $a,City Manager ja il—EDills, CMC, City Clerk (Seal) BEFORE 1VE, the undersigned authority, personally appeared TAMEq R. BOP: NN and MAGALf VALIS, the City Manager and Cagey Clerk, respectively, of the City of Miami springs, ED/Personally knogr. to Mar o.r Q produced identification who, after being duly sworn by me, state that they have executed the foregoing Contrast for the purposes therein expressed. SWQP,N TO AND SUBSCRIBED before me this day of 1,., 2004 14Y COMMISSION EXPIRES= NOTARY PUBLIC, State of Florida At Large — Printed Name A_ 051NMN N0TAF,yjatjgucsTATF -C IDA COMM15 ON N a.'L?ff9 MY Ct�M1ti15Sit N EEXAF TES. 76 Bid toward Contract Page 4 of 5 SOUTH FLORIDA MAINTENANCE SVC., INC. BY ATTEST; (Seal) BEFORE ME, the andersigned authority, personally appeared and the and respectively, of SOUTH FLORIDA MAINTENANCE SVC, INC., U parsona.Ily known to me, or [] produced identification - who, after being duly sworn by me, state that they have executec. the foregoing Contract for the purposes therein expzessed, SWORN TO AND SUBSCRIBZD before me this � day of 2004. My C0)mmisaTON EXP_RES: NOTARY PUBLIC, State of Florjda At Large Printed Name Bid Award Contract Page 5 of 5 10/1;'��200�t 16:1' 3056687203 CT GF SOUTH t+9IAMI PAGE 01f12 MORTH BA',' rM -' LLAGr V1 LAWN MAINTENANCCE SERVICS AGREEMENT + CM OF NORTH BAY VILLAGE AND ro provide. carnalate 1a11d9ce,F* m,ain{enarace of public of the ciry of N'Ittfl Bad. IvMage. Services will be pwrfbrrned it a prorosiky a,l manner by ;�r±if�rtre� crr�p:cyecs ir. order tr,lsieve x $uAllty o+jecClve which Will rnaintaa:� all plrt 'atErisl, In a htal frtly, growing, clean and aest►, eticaliy zttsa=f.ve form. xl r+att&hotr; the yet. Specitically, the ze s of wrice in tMs proposal imlude all 0( �he pr:Falic 1�,,�srrl�ht• Of-way within the OtY - limits of the Ciiy of Aterth lay Village and dxasa,- VvUblic. larrdt adjacent to the . City for which the City .hac contractu21 Inahena -ace obligation andor e:�istirtg agmainents between they City of NDnh EgyVillap and tkAe Firari , Depsrtrr��rti Of TTar 2PorMti0n and as degodbed in St=tian d111 of th is agreamet1t. The c0rttr4ctar slyali t fairttairt, an fair in tht City Clerk'e office, durir the terai� ,zf this carazr ct the ftallcwing rninimult insurance "verage and llmlts. Tice Cit:+ of jjo rxda day "lage st all be an addid5nal named k1sured on all poliozes, `J�'arkrraert';, Cotr�gensaut n lrtsa arsce, a$ Tcquimd by law. C'amgre,hensivc .ianeral Liability, Automobile and /ar Tmick Jrzeuza=r_ 1. 90d,'iy Tnjury and t►eath 1r. .UurzE'CC with limits of $300,C0_1 (C0mPt6h9:nsi,r (Jerteral Liability lnsurmoe.) 2. Aworhobile with li.!'F95q Ctf��,i'}.I�C /��,�f1Q. 3. Property damage with a limit of $100,000 p6r ocmurrtnce, dditia�atPg� afl cm, ployew working for the contractor will be raquir -id to obtain Phoe Y.D.. lards from the North Aar 'pillage P011ce DePartirlent prior to ccfnmazce.lxent of work and a dntrtplete criminal J=kgroand /1 C' IA 1 /1, M,c 10/72/2004 16:19 3056697209 CITY OF SOUTH MIAMI PAGE 62f "12 ilff4� "le5sstVjDaD48 N05TH i.AY v:LLAG+ YX The contraefor must demot,strate ,quaIiflcations to complete the work ub.jezv to the approval of the City's Fuhlk `arks Dapvtanent. These q -jaNficada -m imlude unt are mt lim.ted to. sitntlar past work pt~pari6xe.' &Vailahle equip'nient, a�'silabfe nlanp6wcr, and a client referance list cif five of the most re ^mnt past projort% of simzlu aeape a.-,d Iqq� 'X ' eiT e.�'r�L A, 4r1'Y Y alikrA,d'L!.a'N A. Tice c;,cn ractvr Shill, at 21.1 times, cond -ur'l the work in such mu.rer as to ensure the least practicable obstruction to the public and the tesidevs along and adjaurit to the giret of work, The contractor must adhere tv all city Coda, f'LGCw to ft hydrants, for Ch- relattd work shall bo p7ovided at all times. Work conducted witl'din the Stair. e Florlda Dopers ant of Transportsdan (I✓,D,O.T.) r%ghi- of-vmy an John F. Xeurody CaG!ew&y (7pth Strw) Myatt be ptrformed in arxo clanc &twith the F,D,O,T, safvy guidetirtes. B. 715 C011tractor will ic� resporsible fot l aid&ting, ma4 aaluing, and su*arvisimg ast safety pre=t;iolu attd pr'ogr'ams in comiection with the weak. Ccmtracrvr must have tl^e capability to cornmunIcate via tvto -way rA6) and/or ctrllulzr phont with the Publir. Works Dep&r rrmnc. Co ttra::tor shall supply ciry's Public Works Npartmont witli a tuna -wgy radio of phetz. The contraetor alit ales all. necessary (3reaautions for the safety of, and will. praysde the nenvssst-y protection, to prevent, damage, iiijury, or lot& to. J, All Mplay0e9 on the, work sfta wid othbr pets ns who may be aff�cte4 tharoby, 2. All the work and materis.is or oqulpmont to he incarporated thtm rt, whether in storage on or cuff the site. inn 31 ' Other property at the sfre ar Adjacent �therem, including: trees., shrubs, Jawm, walks, paverreru, roadways. snctares, and utilities, in. dFm, coarse of work -- CITY OF SOUTH MIAMI FUGE F�. 11 2 10/32/2004 16:19 v,056F�B72�9 �_ I4iai#o�St�, a..) 1s cwiiig will be per%rrned In a. workmanlike ?irdan.er uifiizirng romr;y PQWw ittowerks' b,) All turf area, Aall he mowed once cvsry two vaeks �r a :Minlnium of 26 times a calendar year. 2. Edging a,) iwlechaniul tdMing w$ll be ipeaforrrawl ustng a hard blade 4vrt'icmtl b,) zurfaces adjacent to a.tpralt, concrete ctirbs, sidelvolks and plafte4l bt-ds will be edgad in COnjunction with tha rnowing operstiati at eycry visa'. 3. Tres of Grass a,) Gass will be trimmed in cotjjunct;on w h the Mow-ipg gj>er-tiot at oath visit. b.) FareiculW atcc:t'ttiOn will he giM to trimming arouxad spriralor s;s *mx tot ensure their adequam wawer .delivery. Contractor wiv bs xaspdt ibte far ft to .,ir and replaoeMe'nt vi broken at damaged sprinklers, 41 �. Ram Gross clippings =led by mowjq, edgmg, and trimming v a) be mmoed from cut`s, storm drahu, piv'k1rig loo. arrests, Wttll- ,vtyj, plamd beds and all atber adjacept s;rrface9 erg tbate.Me day matvcd. ,stlae ar xn e= l . Shmbs and Re ftts a.) ShNbs and hedges are to be rnaint,in$d by manual Or rnaehar.iotal huge clippars. (NO MACHM -75) b.) bend cat hroke, taraj=hes will be ?tm lved frorn sbmbs srd .e its 10!1212004 16:19 3056687208 CITY OF SOUTH MIAMI JfiuE 04r12 2 1l: NORTH 8gl;. VILLA ? GIrou.14d Laver Md N=fed Bed a.t Gioutd cover sect planted be& will be trimmed ut pruned az stcc os x}� tO Mlintain a de*ad bed height aa~,d to encourage plants to flew out to prOVIde carrtplete coverage. b.', Separation of grtmnd cover varktits will be arcade Are tliaa there is no sptI( rte Rreas OC411pied bV o;l:er gr %r;d cover variet,ips. C..°.tsi.ttl L 3NIisitctersance Prwing •? Suckers and new sp=t9 will be removed frosn tree trunks a:, a routine basis. b.) LOW lltt"tbs 2nd branches will 6e pi-tried and maintained co lsOuif: PAGE 05/ CITY OF SOUTH JAIAMI S 3056687208 S 1 11:12004 E -40PIN,AY ,�". '? a.t Weed convol will be perf med or s,treats, ^ivrbs a•id sic-, -.'Walks by means of manual. mai ;hanaeal andfor they =l -n c..na. b.t 'Mere 0116 tir.al wwA ettntrcl is fMlble, of Ali -Ai..., s)l: I sYMMiC lTtTWCidc (RQUntdtir. PrO) wil; he fi., pt��- crnergertcc Control, (Convactor :0 supply herbit!ti�t C.1 ContrOlOr sfiall, rat o ltd-:itlnn�l cast tQ the City, v,-place :geasotxal plikntS, a5 davItnin6d �) the city's Public Works Dep= Uent cep to thrt+e (3) times a (Stu real plants to t supplied by the City). 1. Utter to to packed, up City, ° wide at least fbur, (4) thnes per w 1, (Mart#y. W041,esday, Friday, and 'Stturday) a.lorlf; City ,.i& -of -ways and ocher City owned properties, -g ti Oatra=Dx Me t i g f'ron land,mve rt)a,lnie+rzw..rtce function.R, will be removed by tht: coati tar. 3, CCy1134tOr *004=11y Agrees that Under Zo cirt umstaZoeS wi ? landscape debris or 11ter be blaw. -i idto storrmvat6'>• Wets, 4. he mntrvaor,has v�a cptiDn of IransprrhV to it'ie Ci:ys r, u( iic 'tVxr s f &AsW ry litrer, &s)d dabrts pntvR t d tm4tr the provkjol:s of thl cczttzr � >t. t it"�r bril so t�ryxttls�pwed j1awd is proper ri ptar1% as ;tr;tMi ted . _ rs�4hall�pbe by by the �'l1�bk Work; DrrporI r.,l&nt, t• All tan � ,�re�s eovcre4 ct:Oder ,hit Contract will rr.,lve th'-, i-.-U3i=tn4 AppltraticXIS per year. (Fe'rlikmr to be provided by cofiTty -or), 'X9ta type 01 fertilizers to be used exa as follows: VaJldlar 46W relUse twice per j z. iY S LA�s �� anal . •! -CAW, Pj; ': �Ci'� $ aa�d�tt�C:QE� I' E:dC« I ovit mbar with (>Ae (t) 1. of L,esco, 8410-10 fctti).ix°r per env hutidt -d (100) sq, ft, 665,66872©6 CITY OF SOUTH MIAMI PAGE 06/ 12 10/12/2004 16 19 y a ti rTr d G s _ l ` t` • #4• � .i iE��i �'a�ly. �•:��;t �in�'i' 'v .e,a.tti _iG \.F 0 T- ° Two applicitiott per ,mot, April W Stmtomt).--r, °,vk'Lh ont,�hpuf 1b. of " -6 or 13.117 -3o Ltscc, ftnillxaa: per 1 x. � liper measurad 24" above root bail. d.) • 'TbMb Applitatiuns per Yea', as por kheettlt €�+r fertilixa4jcm' as follows: I J Palms 4' -6' ovrr&li --eight ��rre -half Ib. \-;t Isrzp�oueP Palm SpiWiol f'ertnizer" per apps joation. ?alnIs 8` -12` he -Aght , oiae (1) Ili, of 1mprcvzd -Palm; Special fertilizer . per appllctwon. 3.) Fauna 14' -50' 0"fall bPight - three (3) Ilan, Of.Improvtd Palm fertilizer per application. e,) -► itaitial end cane rn -t�rzn rptl�;atior, of �wtxtriccre tOml ®+renry (70) day 13-.M3 fertilizer for s: SM,,�I color f.) Tr, '!bfYS�nt n, , - Shrubs atlyd ground cow - If plati s begin co show Systems of chbrosis' drewt root -ball area., as needed, with Mittorrgro ix. 70-C, by Vigaro. F011OW1,11g m�.r�uf"acrtrror's lns�xocsic�its. . Contractor smi. =1;1iaih, E2pair city -Wida, irrigation g.vsatmay as zr.eeded. a P70VAIi 111M ba Oftlyed by the Nblic Forks Depar`tineut. t`_ky will pay por te. 1. A ±i xha w V'r"s n*W BIVIng MUICh krill be me•9nrAined by the cortrrYC *�� and new awes as dMigried by the City. 3, Tht Mulch will be supplied by the eonuutor. - PAGE 07/12 10/122/2004 16:19 056687288 CITE{ OF SOUTH MIAMI 305' .85849 Fy R f1 L;,a`r '; /= Li..taf VT vi A� Trea zre ]end . A.il grass arw on each skis of Hispartola vnd A.dvemiur'e kvenue-i :?. All brass ArM al the Public Works $ulcdin, Tot Lot 3. All tnediuris on MVettUre Aw rkut, Hisi5andl,a Aver Am and plc. ,h Treasu,e Tariv6 4. All sidowalh and curbs 5. PIMM's Alley. 6. Hedge trimming 24Q weed control, city parking lot adjactnz to t e nursi -ng 110sn!�' at the cue north TreuUre Drise and M. LIttuy= 7. Llt. Et tD be Picked LIB City wtde at leash four (4) times per wer .,k (MtszdaY, Wf- dnesday, Friday, sne Saturday) along 0:.y atld ft-AIr city owned properties. 13. North Bay Wa to I . F- ou-amin area at enrrkrice to island. 2. All. stambs and hedgos Wng'Wall lZ°or ing the Island 3. M0'A!111g astd trimming, of all 81--m vVTehlrt the public right -of'way alor1 Kennedy Causaway 4- Mtdierl surtmdirlg Gi=dhovvi All tre=. shrubs and hedgos Within any public right- of.wky oft the S41an,I fx, trimmiag;jurp,6ges 0111y Liner to be plclmd yap t*ity whip at loUt •faux (4) times npr Feel Mcinday. WednOdsy, Fridsy, mtxxd Saturday) -%]Zg City righ of ,,4-a;, plc! other Ory Owned properties. Q:, Harbor stand 1. ri ".y.d3t nmdium t01�i &I3f� '. AIf rn'mi`sl :xds located vn, City 's rigart - � 3. a), grass arcn joy ated on city's right -of -wq �• All grass, tre09, and shrubs aro=d rzlunzcilaal campJex. i - - -- _ —_ C_'.ITy OF SOUTH MIAMI PAGE 081112 10/32/2004 16'1'3 J1ei: ae87208 ~* ✓ Far !3 NOR 5. Utcer to be picked ttp City wide at iewt your (4; timos per wtt± (iaionday, 'Wednesday, Friday, and Smrdty) along City ri�bi �r.uays arLd other City owned properties. Kenzedy Cmugeway i . Ai! mediums from the middle of tlic. west flat bridge to the past drawbridge 1 All aheas within the public dght -af vay ajong Kanviady Cap away. rncire spealficglIy those art as on iaorh sides just wait of the east drawbridZe, dip- area in franc of Charnel 7MOD an 'tat Ares d the strip side of the east and west fat bridges. ?, Litter to be pickle up City wide at lease four (41 tarztes per wet.k (Monday, Wednesday, Nday. anti - Saturday) alo tiz- City, right -of -ways and �otjh�er City owned propeatl$s. ELM rt.o succenful bidder shall pro-vitlt Mot and egviprremit to the City in ev »tut of a hurtivi , emergoticy or other, natural disuv.,t tequiring addido a&! maftpower beyond thf City's Capability, , XMtpoww and Xdttit}rtar_nt Sut;cest ul bidder agrees to provide a ni,llimum of three (3) workers, tutee (7) chin saws and vehicles for airy etraargeticy, lituatim as designated by the City ; dainapr or his d%igna.ted gant, paymant will be made for actuet hours worked irr. %be City and noes wt iJniluda ftv0 time pttinj.to 81)d from chd City. C: p,t t2 ti' tipn Activation of wi ENEIROBNCY SERVICES simation shall ,t made- by tho City Manner or has daslauted again. The 'llazaager "s d%ignatrd spat esxpr°easiy includes, Nat its wt 11mitetf to the Public Worh Direemr. CI ?Y OF SOUTH IAIAMI PAGE EiSf 12 10/2V2004 16: ?q c 1 � 3H56 B720�'3 5? 5 45 HUP.7H kAY its gtstera.l, it is the intent of this EMERGENCY Sk9VICES wtion to have the 00MTactor h the City for a start pvW of titne prior to anF hurricane Yrncrgenay of other n3tt MI disUtar. Ta addition, it is antic.,pared the c*ntractor Would return to th6 City i;mmedia ly afliyr she strum for a periad of work substantially ill excess of the Pre-Storm s$-Vices. Stir way of procedures. it is itcssiirie that after an ernerg'ent.y, then~ would be no Gi opbcne sarrice whhin the City limits, Accordingly, The caatractekr will prmeed to the City aad Wr" ey the condition of the City roads, si eking verhm ait;li-�rity from the City Nlanzrcr or. Ws dcsignatod 2.8ent t0 cam'nence work activities. In the wa ikely event that fOrmal authority is not obtained, quick enough to dam) with the pubbc emcrj;(mcy, the cowactor'is authorized z tis" srourd judgeniam ina procez4 to initiator -the work czt his own, Hmvevet'. thhis sejfRinitismd c)ean. up procedum cannot exceed MON. than fool r (A) hours of chsrgas to 1'IYe City `R'1thout express approval of are appr0priite City repr0�ertt�ti� ts, Contractor s1 all be requLred to kcep accurate re rc' of all manpwar and e4uipmant used during e-ifet°gency, services. �`. �g,iniztturn Call t�iz Orl.ar than, e -xpritssly sued above. there is to be no Minilnurxa :>irne of roll octt. It is the l"zettt Of the City :hat in most irstaxes debri's will be cut up, by 1,qt Contractor's workers i.txto scgrnents no 4asgtt tht (4} f'ett in ierigeh, and Placed ucatly at rmdside locations for pickup by the City. ijawevert it is Possible rh4t dit wv)lramor wfll fnd it riecMity .to lc�ti his �rel�leles and haul off debris to a dumping fsclliry, in aucb a±i event, the CilY wilt pay or aWtrrourve for Rif durrsp9.rg teta. Items A thro?1gi C errs to bo comrens d on a Sal hourly oasis. 10/-'12/2P-,04 1_6:19 3056687208 CITY Or SOUTH MIAMI PAGE 10112 NOR i!'f tiLv (� *f -fF3. �° �i %r!^t�= •�4'�� ' t,!",6.� b Ya: ai °y* b��_ A i he fr,0Wjl7, all turf of areas thfoughaut the pr';r el rr, $rtes hetxeeri ;y :�IQU. TscuAsm Bridge wid NOPth Bay Island, per ttze Ce tdal�. The C-dgirg 01 dl! :al$)!4 eLfj i C� (3 arras 4r'r GancurreneS'1'7 ;1# BCFi �• f3f(741r ;i'1 , The edging Of a }! pla:rt beds in uor;curr.�:rtce ��lcll curry zrlowirg or regsires• a.:r}sp;�c;ri��z# ThP weedirtg t f all plant beds are offait as plan .4e;lUb and Lhc d card= require~;, lil.. st level 0: E- The saiC!ctive P%nizlg, 06, time per contract pericd, of e,ll woody nnarac'r.tals �xid �`ees legs rha,, ctght t�) fret in JRoi &•}�t. so blsler:t;� ir}filtt'atfiwg 1l�ht, ray fe trc'a °t dead «vOOd 11- 96oring inscets and disFdSe arft "+�t.T�clr� tc� t r�m�i growsh. rriurls hca.ttk z.�d Small ornamantal pajm trees vii; be trj1T td OtIce Nr r „ €eeson. t� irJ71 t 17i?tl• 411 1baritt � P � �� graaiify,r r}g 5l2;rtlbs and hedges to rnai:st�lti deslrtd sfiape and sp�,ea ;acre. kk' Z~he potx+rr : lip�tin� a =` grLQS areas I Jtterad in the 1xl2inf'enaiice r process. The !drawing of all •>I -..�. w8llbs �ad aver{ a,� aaa f3ticred in the M. irtemnce provcm' . �d51'I7,t�'di} ;��33W'I}E"!i re4,pt}ris1171l.1 ty fbx any 1124 al! da'tage, irlcltssitt'j irx ?a adGiy c'orx#pnents til�it 0=141'g as a result of the rnatrlcenanco prcces9. C1p1r}Y es r,p r respt,9lsi #ic for the � ondttlott of the landscape d1le dma b i ireere, Ux slcrrr irrl s.tle+r, r's dPJ6ctici c ttS�G. l-XOWCVer, under separafe cos tract' CGrI'(�2I " "•�VICt<r }7c � i�f ;il tfir £allo�vl2t� S�rYiC�y, ' -• �epl$cernrnt 0f turf., lai�t life, or irrigation ' �-ompcirlents. ?'i}c rdrn�va; ofstn;rl or freeze- related daMs. 3. The mainrenance of trees exceeding EOY4n (7) feat in height. � C''ern�ar�y ass�lrne,s ;ac 11abltit�, f`e'lt dan}a �s cr g i=seque,lttial dlrria Or-used by l g6nd their control. - -- - - __ _ PAGE n/12 CITY J - 50IJTH MIAMI 2004 16' 19 3056667208 � a� ",CPT-? BAY VIL.L45t ',I rain Ix The term of this r grewnepi shill be tree (3) calendar years fi°om the dan of Cuy s aPproval and shall be comp'ensmed tvr c #, , Oml an ual sum O (tv bt typed in by hiddar) payr =gent to be prccemed by , ,It ciry on s rwnthly basis upon raceipt of "Ontractor invoice. City ruerves the right, (o Ters- Ijnatt Wztt,,ct seer a thirty (30) d;4y notioc Sent via certtl icr mail, rL TERNIS kP.Y. BRnBy ,kGRF&D I j) BY 7M FO,7,LOjArNQ P eas FOR CrTy C Y OF NORTIT DAY NuLAGE: '7903 at Drive NMI, L48:Y Village, 1:138 14l Phone, - 0305) 756-7171 1 [�aCS) 75673 FA G, CMALs CITY MmAter t LAO� Jam company Nam �i�,r�actt -7` - - :address Printed Name and Title chylstareMp Date Phone f 1 07/2:/2604 04:Q3 3052625215 MOIL Pon D"AMUM OF 1PROGURSONT W00AWAMT ACE LAMAMOWER ISERv'IC AAA" SHEET ADDENDUMNO. 3 TO: ALL USER DEPARTMENTS FROM: Jose A. Sanchez, CPPB Seeder Procurement Agent PAGE 01 DATE: 6/22104 BID NO.: 6879-3/05-2 <— TJTLE: Lawn Equipment Replacement Parts & Repair Service Effective today, please add the following vendor to this contract: RT #1: VENDORS AWARDED F.EJ.N,-. 591792145 VENDOR: Ace Lawn Mower Service STREET: 6620 S.W. 8"'. Street CITYISTATE/ZIP: Miami, Florida 33144 F.O.B. TERMS: Destination PAYMENT TERMS: Net 30 Days DELIVERY: As required TOLL FREE PHONE # N/A PHONE: 3051261-6912 FAX: 3051262-5215 E-YMIL: acyelfvvnr0oweranmsn.com CONTACT PERSON: John Fogg AWARLI SPOT' Al DDEN—MM Rev. 11129,01 Ace 1-4wNHowe0#e MMMAMMMENNOW" 6712: 1'2004 04:03 3652625215 „CE LA14MMOWER SERVIC PAGE 02 A%VAjtD * HEF7 ADDENDUM Rev. 1 0 n A. LANVNNIOWFR REPLACEMENT P- ALRTS: %Discount I Buntan,tGoodall Grams Muwa 2 Bush 1-Ia Mowers Echo Mowers . -Z Roll Mowers 15 "It, 5 Fl ma Mowers Net 6 Ford Flail Mower 7 jGiant VAC Mower V Net 9 Kees Lawn and 'turf E 2.i zrment Net Crravcl ' M4wcrs 15% 1tl hydro. Mowers I I Hardee Mowers 12 Dixie Mowers Net 3 Jacobson Real units 2% 14 Kazz Mower 15 Kawasaki Mow= 16 ut -Kwick Mowers 17 Lawn Boy Mowers IS Locke Triplex Mowers 5% Y 19 Mane► Mowers 20 McLane Mowers 21 _ Mott Flail Movvers _ 2% 2. Pro h4ow 5% r23 Roof Mowers '24 Ruseman Mowers % 75 Sarlo Mowers _ 26 Sauls Mowers 10YO 7 Sna er Mowers Ransome Mowers 29 Tom Mowers, Groux)ds Master Tru -Cut Mowers 5% I The Green Machine 5% 32 Wood Rot Mt}mms _ 33 Worth ton Mowers 34 Yard -Mao. Mowt.rs _ 35 IYazoo Mowers 5 °JO PAGE 02 A%VAjtD * HEF7 ADDENDUM Rev. 1 0 07112'/2004 04:03 3052625215 ACE LHWP MCIWER SE RVIC PAGE 0 AWAM SHEET ADDENDUMkN. tt,z9nt c� B. EDGER AND TRUVDIER FARTS: a o Discount 366 Bota& Edgm, 5% 37 E ho Sand Tmp Edger 5% 38 Ec1xo Edit= 39 Goodall Ed ers Net 0 John Deere Edgers, 1 Little Tiger Edgers d 10% ower Tmin Etl e 3 Tanaka Ed gm 4- Tom Bd ers & Trimmers 5 TMC Ed gm & Trimmers 10% C. CHAIN AND TABLE SAW PARTS: % Discount Echo Chant Saw 7 jKalamazoo Horizontal Cutting Saw (wet 8 Makita Table Saw - 9 McCufjoah Chain Saw 50 ,Partner Chain Saw Sl Fulan Cham Saw 52 Skfl Chain. Saw 53 Da rton )3ezzd saw 5% 54 Billy Ghat Vacuums 55 Olathe -Chi Sw s ')0/ 56 Fury Vac Vacuums 57 Giant Vac Vacuums 8 Parker` Vacuums 59 Turf Vac Vacuums 6Q El pant Vacuums 9. ENGINE (UNIT OR UNITS PARTS): - % Discount 61 Kawasaki Units z Kawasaki Farts 63 Kiortz E ine gwo Units 64 Kipriz Engine (Cycle Pads 5 Kubota Units 66 Kubota Pacts 67 suzu Units uzu Parts q]Snapper awson Units awson Darts Unit PAGE 0 AWAM SHEET ADDENDUMkN. tt,z9nt 07f2:.'2004 04:03 3052625215 i ACE LAW!•IMOWER SERVIC 72 73 sa er Parts Techumsen Units J� 74 Techelmsen Parts 75 iEcho F. WEED EATER PARTS: Weed Eater % Discount 75 77 � Machine Weed Eater MaLuMa Wced Machine 7$ Wee-die Weed Eater 10% G. NUSCELLANEOUS PARTS: % Discoulit 79 Faimiont Hydraulic Tools 80 Stmim Hydraulic Tools 81 Ransome Powered Blower 82 TMC Knapsack Power Blower Folley Belsaw 10% 83 Follev Blade Grinder 84 Folle y Reel & Bedknife Grinder 85 Mataway Ran Power Train 85 ISpeedy Stripper Maohine 87 Weed Eater nylon 88 Vicon Fertilizer §Lreader $9 Lely Fergliza S rrexder 94 Broyhill Sprayers 91 i ht -Mac S ra er 10% -"doe Sprayer g942z-lt land Stump Master All Pressure C'leancr 95 Milwaukee Grinders disc 96 R a Turf Care ui meat 1. REPAIR HGL7R Y LABOR MATES Per W. 97 In Sho2 Repain $39.50 9� In Field Repairs $69.50 ALL OTHER INFORMATION REMAINS THE SAME PAGE 04 "WARD 56iUT AVOUNDOM FW 1 V291"W City of South Miami Police Department INTER-OFFICE MEMORANDUM TO: Kathy Vazquez FROM: Brian Edney DATE: October 11, 2004 SUBJECT: Open Purchase Orders DELL COMPUTER CORPORATION Dell Computer Corporation provides the Police Department with computer equipment and maintenance and support. This purchase order will be used to acquire an additional server and a replacement server; desktop computers, printers, monitors, handheld devices, and laptops. Total purchase order $30,000 AETHER SYSTEMS INC. Aether Systems Inc is a current vendor which provides the Police Department with mobile software that access Florida Crime Information Center (FCIC) and National Crime Information Center (NCIC). This PO will be used to purchase software for two handheld devices. Total purchase order $6,000. AT &T Wireless The Police Department is currently in the final year of its contract with AT &T Wireless. This purchase order will be used for payment wireless service from October through the end of the contract. Total on purchase order $12,000. I CAI �1 Brian Edney MIS Specialist South Miami Police Department ek 9j tLLI -; I KNj.U:, INC.; ALF.1.ELL`t"ATRO VICS.1) C. CERTIFIED ELECTIUC" CONTRACTORS L,(CE.NSE NO. ECA000972 WT1 NOVEMBER 12, 2003 TO: Cif! OF SOV= MIDI 6130 BURNET DRIVE SOUTR AWaAML FWRWJL 33143 ATTN: MRS, LISA CORBINN C IWIE PAGE 61 KW- -_ TSANK YOU FOR PROVIDING 113 WrM TSE OPPORTUNITY TO PRiI3;DTT TRIS PROPOSAL FOR THE FOLLOWINO: INSTALLATION OF ACCESS CONTROL SYSTEMS IN ADDMON TO TSE E KISTING STS72m. INXTALLKTION OF RELEASE BVWON PROM DOOR. TO DL3PATCSER. LIST OF -ramp mms • I POINT GUARD 2 - REA ER STITEM PROCESSORS • 1 HID PROAPOINT PROx41VI1TY C UkD READER (111-3" REED RANGE) • 1 ELECTRIC DOOR STRISE (24V - DC) • 1 REQUEST TO EXIT MOTION SENSOR • I AMONE INTERCOM DOOR sTATION • 1 RELIMSE SUTTON TOTAL PRICE FOR TIM ABOVE INCLUDING ALL 11iECE311ARY WARDWASE,CABLES, P1I"ING, LSBOR AND MBTERIKKA IfiILL BE...$ 3,200.00 PLUS TAR. IF YOU 880VLD YOU BATE ANY QUESTIONS OR REQUIRE ADDITIONAL INFORMATION, PLEASE DO NOT HESITATE TO CONTACT OUR OFFICE. TMINK YOU, BELL NA ESQM2(J i; ADPAMISTRATIVE ASSISTANT TO: SAM BEN -Ommy; PRESIDEN? OF i EXXCTRONICS, nwc. .r 50% DEPOW IS REQUDtID COMMENCE Df3TALuTjON. TO SSOW YOUR AMOVA 6, PY. mm: SIGN 'DATE END Fix IT BACK TO (305)654 -97". TBE 0 BALANCE WILL RE DUE UPON GOIVIPLETYQN. TmE PRICE OF THIS PROPOSAL IS BASED ON THE INSTRUATION OF: ZBS AW 1 dS ST., SUM #23 MIAMI FL, 33179 OFF.: 305- 654 -UU FAX. 3O3 -654 97991 AAlL: ai�Vbtftvmek.xd C71� ALF' �rT,�i1� 11/7/2DD3 2:57 PH FAODi: Fax Florida State Fire _Security TO: 41 (305) 663 -6353 PAGE: 002 OF 002 FLORIDA STATEFIRE & SECURITY, INC. PROTECTING PEOPLE • PROTECTING PROPERTY PROPOSAL Submitted To: LISA CORBIN Date: November 7, 2003 South Miami Police Department Estimate Number." FSFS -1709 6130 Sunset Drive South Miami, FL 33143 x We are pleased to submit the following cost estimate: Job Description: Installation of additonal Access Control Equipment Police and City Halt Building--.2nd- Floor MATERIALS PRICE I TOTAL 1 PointGuard 2- Reader System Processors 1,697.00 1 HID ProxPoint Proximity Card Readers 1" -3" Read Range) 118.00 -1 1i 3. lq 1 Electric Door Strike 24VDC 128.002$ €I 1 Request to Exit Motion Sensor 102.00;:::.;.:. 1 E3 2 .l)Q 1 Aiphone Intercom Door Station 34.00 s € €i > >?4tfig' ALL Labor to Install ALL lCable and Miscellaneous Materials Needed for a 0 2)}pt Complete installation as per Scope of Work Estimate Total.' li ; =ii,;t; li tJi >J OPTIONS QUANTITY DESCRIPTION PRICE TOTAL OpWns Total: Total estimate -V VF= yr vvvmr%; F, Florida State Fire & Security will install an additional card reader to control the City Hall door to the Police Department offices on the 2nd floor of the building. There will be a card reader on the City Hall side with free eqress on the Police Department side. The PD side will also be equipped with a Request to Exit motion sensor to tell the system someone is leaving through the door and not forcing the door open from the City Hall side. Additionally, there will be an intercom door station on the City Hall side connected to the existing master intercom at dispatch that will allow for someone at dispatch to unlock the door from the front desk. The electric door lock on this door willl be tied to the fire alarm system to automatically unlock the door whenever the fire alarm is activated as per Life Saftey Code. As your current access contorl panel is full, it will be necessary to add a scond control panel to the system to accommodate this new reader. *V 3921 S.W. 47TH AVENUE, SUITE 1004 - DAVIE, FLORIDA 33314 - STATE LICENSED & INSURED - EFOOD1063 DADE (305) 651 -8122 - BROWARD (954) 791 -1313 - BOCA/ PALM BEACH (561) 852 -1330 - FAX (954) 791 -0688 �� P.01 NOV -18 -03 02 :25P Phil Cerber Phi I.CCftrCai.ccurfryotx.C" Ext. ZW Systems- "Unleash Me Riwer gf'one" 1200 N.W. 27"Sbow. Suitt 114. Muni. FL 33112 141: 365631 -742 Fez- 'IW131 -Tilt To;j Prone: Phil Cattier Pho1w. Datw _I —16 Re: CC: ❑ Urgent ❑ For Review O Please Comment O Planar Raply A Please Recycle Comments: Select this text and delete it or replace ft with your own. To save changes to this template for fugue use, choose Save As from the File menu. In the Save As Type box, dloose t kxument Template. Next time you want to use k goose New from file He menu, and then doWe dick your template from the Start Working wait pane. U % -A 4em G(c)�tC S }�s Qt.5Cu Sf.�cc�, 1 C C:a V-3 C) M arc �' fs ck&L V ire R C' OCJk CONTRACT BID NO.: 1070- 3/07 -OTR AWARD SHEET (Previous Bid No. 1070 - 3/02 -3) AUTOMOTIVE AND TRUE; 're, PARTS & ACCESSORIES, CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS CONTRACT PERIOD: December 1, 2002 through November 30, 2004 COMMODITY CODE: 60 -00 PART #L• VENDORS AWARDED F.E.I.N.: VENDOR: STREET: CITY /STATE /ZIP: F.O.B. TERMS: PAYMENT TERMS DELIVERY: PHONE: FAX: CONTACT PERSO 59- 2028023 PAPCO Auto Parts South, Inc. 80 West Mowry Drive Homestead, Florida 33030 DESTINATION NET 30 DAYS AS NEEDED (305) 24 9666 (305) 248 -9089 Buford Moore F.E.I.N.: 65- 0118452 VENDOR: Automotive Parts & Machine, Inc. STREET: 13517 S.W. 136th Street CITY /STATE /ZIP: Miami, Florida 33186 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DAYS DELIVERY: AS NEEDED nv��rr. .3n 2.3[1 2.100 t�v5) ��a -�tvv FAX: (305) 232 -2570 CONTACT PERSON: Terry Perrin F.E.I.N: 59- 1820682 VENDOR: Tropical International STREET: 3510 N. V'r. 60th Street CITY /STATE /ZIP: Miami, Florida 33142 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DAYS DELIVERY: AS NEEDED PHONE: (305) 633 -7575 FAX: (305) 638 -0849 CONTACT PERSON: Jose Garcia OTR YEARS: Three (3) 59- 2462297 Elio's Auto Electric 3251 NW 28t` Street Miami, Florida 33142 DESTINATION NET 30 DAYS AS NEEDED (305) 633 -3004 (305) 634 -8520 59- 3337687 National Truck Parts of Florida 3061 NW 75'' Avenue Miami, Florida 33122 DESTINATION NET 30 DAYS AS NEEDED (305) 591 -3200 (305) 591 -9239 �Sjs�Ge %cR�tl ��vvi�IJE BID NO. 10703-3PI-02-3 PAGE 2 OF _5 F.&I.N.: 59-0254510 VENDOR: Genuine Parts Co., DBA I NAPA Auto Parts) STREET: 9250 N.W. 58th Street C[T'/STATE /Z.1;?': Mir ni,Florida-"131 Q F.O.B. TERMS: DES TfNA1 TION PAYMENT TERMS: NET 30DAYS DELIVERY: AS NEEDED PRONE: (3305) 599-1-629 EA '11: (305) 599-4876 CONTACT P EE RSON: C-fiff Christopher F.E.I.N.: S9-2517314 VENDOR: S & H Distributors, Inc. STREET: 7754 N.W. 54th Street CITY/Sli-ATZE/ZZIP: Miarni, Florida 3311166 F.O.B. TERMS: DESUNATION PAV MFNT TERMS: NTET 30 DELIV fERY: AS N E EDED PHONE: (305) S92-1747 FAX (1-05) 477-6-033 COOT A CT PE RSON - Paul E. Sost F.E.I.N.: 59- 2027867 VENDOR: ArneHcan Genuine Auto True= STREET: (2777 '1N.W. 54th Street CITY/STATE/ZIP; Mianni. Florida 33142 F.O.B. TERMS: DESTINATION PAYMENTT✓RMS: NET 30OAFS .,FELIVERY: AS NEEDED =PHONE: (305) 6338-5020 FAX: (305) 638-2052 CONTACT PERSON: JUsto L. Diaz 9-0232; 36 c U - ,0 �fectrk Sales S., se-l-kAte Miami, Florida DESTENATION NET 350 DAYS A. S N E1 '-E D (305)754 -8646 (.305) 754-6398 Ray Ibberson F.E.I.N.: 59-00041470 VENDOR: Arrow M uffler Co., 'Inc. STREET: 14545 N.W. 7th Avenue C1 IT Mor;A Z'Z�KQ Yflafl-i'.. —a—i- F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET' 30DAYS DEUVERY: AS N EE D ED- PHONE: (305�6808-0574 FAX: (305 68 -0545 CONTA9-'-T PERSON. George M. DeJacomo BID NO. 1070-3/02-3 PAGE 30F5 F.E.I.N.: 3'8-2262714 VENDOR: Adfan-tic Truck Center STREET: 2565 West State Road 84 /SSA 1 E Zl"- MA `azlii, Florida da 3321142 F.O.B. 'TER 6S: DESTINATION PAYrAENT TERNIS: NET30DAYS DELIVERY: AS NEEDED PHONE: (954) 587-8220 FAX: (954) 7017-9720 CONTACT PERSON: Jay Luck F.E.I.N.: 59-110897294 VENDOR: jack Lyons Track Parts, hle-) STREET: F487 NAV. 96th Street CiTV/STATE/ZEP: Medley, Florida 33166 F.O.B. TE1Rl',111S: DESTUNIA '111ON PAYMENT TERMS: NET-70BAYS DEUVERY: AA NEEDED PHONE: (3205) 9841-4222 FAX: (305) 885-6168 CONTACT PERSON: Patrick Lyons F. E. I.N.: 59-13460099 VENDOR: Po-wer Brake & Exchange STRE ET: 2050 N.V-.7 23rd Street CITY /STATE/ZT?-: Miami, Florida 33142 F.O.B. TERMS: DESTINA TIION PAYMENT TERMS: NET30DAYS DELIVERY: AS NEEDED .PHONE- (3305) 635-1120 FAX: (305) 638-8351 CONTACT PERSON: John Kenned-, F.E.I.N.: 59-2150688 VENDOR: Re= Tire Supply Inn STREET: 5570 N. zed. 84th Avenue CITY/ST Al E/ Miami, Florida 323166 F.O.B. TERMS: TIES TTNATON PAYMENT TERMS: NETA' DAYS DELIVERY: AS NE E D ED PHONE-. (305) 512-0023 FAX: (305) 513-0054 CONT 'ACT PERSON: Guifllermo, Garcia F.E.I.N.: 36-1150280 VENDOR: (W W Gralqger, lrhc STREET: 2255 N,W. 09th Pac) CITY/ST_ ATE/ZlP: Miami, Flor:da 33172 F.O.B. TERMS: DES TINA TION PAYM ENT TERM S: NET 30v DAYS DELIVERY AS NEEDED PHIONE: (305) 594-3036 FA'?'-. (305) 592-5611 CONTACT PERSON: Joe Marty r- K 1Pl112f2004 13:46 9192690257 Oatt bar 12, 20 4 RXLNT MARKETING PLACE 02!02 MMUNrl OK FOSESTRY J6 9000VA DIVIRO t M 537 MACK TOM MWO ZINULAN UC .276*r 9I V 260 2429 WAX 9T} 269 4287' Truck and Cram Safes C'mpantian d.b.a American Track Care, Inc, 100151M. 97 Ave= Medloy, PL 33178 To whom it may corm: 7619 TO Mto that #m,adcan Tuck Crarc, IUD, is an 86F, thor;md dear fbr the wic and vc*rs of Prentice Indu bial Loadws. SiaorraiY� Dick I;AmmeWm vice Preaiaim" ales l qee 10 39Gd 3 v6O mrlHi N V,''lN3WV ME9L88S06I OC!ZZ 966t1LQ166 9IM 3DV-J IWI!A H1t10S _0 A.1II 89 �L�94c0F r?: ?f 967?l�ri IT, �, •v, tuvJ 7. 1iMfii W0. �C7 P.' Q VENDOR: Maroome Dodge of Miami STREET: 21151 NW 2 "6 Avenue CITYISTATEIZIP: Miami, Florida 33169 F.O.N. TERMS: DRSTINAYION PAYMENT TERMS: NET 30 DELIVERY: AS NEEDED PHONE: (305) 6$36343 FAX: (3D6) 66&`l414 CONTACT PERSON: Mark Hoadges FART #2: ITEMS AWARDED Repair Warts all vehicles bare unloaded Manufacturer to Dealer Cost *25% Repair and /or Labor at 1590 Fleet Discount from Dealer's Rate in its current Manufacturer to Healer Warranty Repair Labor Rafe Reimbursement Agreelnent.,(See Below for vendors labor rata.) C?ea i L RQR RATE 1 Marooe0 Chwrolet of Miami $64.65 2 Palmetto Ford $55125 3) Monarch vw o $56.18 4 $ull lJbtors ato no Ford of M, $54.49 8 Marome Dodge $5"110 6 Mamone Che;rolct LLC x88.45 7) Gus Machado Ford $57.80 0) Make Chevrolet $69.81 PART" Q.. AWARD NEORMAT! N (X) BCC OPMD AWARD DATE; 921101 AGENDA ITEMS #: 6N'IC 81427 -01 BIOS & CONTRACTS RELEASE DATE: 01/22/02 OTR YEAR: None ADDITIONAL ITEMS ALLOWED* YES SPECIAL CONDITIONS, Insurance Type 1I1 TOTAL CONTRACT VALUE: $10,964,125.00 MODIFIED CONTRACT VALUE; $NJA USER EPARTMENT GSA Aviation Seaport MOTA WASAD Public Works Parks WL�,�1hR AMOUNT ALL!2CATED a$7,p500,r000.(0�0{ $1 p83S,82$.00 $21,000.00 $260,D00.00 $1,125,DOO.00 $82,500= $350,000.00 SENIOR PROCUREMENT AGENT: J. CARLOS PLASEMC1A, CPA9 JCP)ms 01131!02 9TlhT 77"4 Ti.it�ri,a ta!nnr_ n - IV MR1 CONTRACT AWARD 4' SHEET No. 368 P. b BID NO,: 5347.0M (Previous Sid No, $x387. 4101 -4) OEM PARTS AND REPAIRS FOR DOMESTIC PASSENGER CARS, STATION WAGONS, VANS, PICK-UP TRUCKS, UTILITY VEHICLES. SUOURSANS, WALK -IN STEP VANS, AND MOTORCYCLES. CONTRACT PERIOD, FEBRUARY 1, 2002 THROUGH JANUARY S11 2007 COMMODITY CODE: 80- DON28.00 OTR YEARS: NONE PART #1; jNh! dR& AWARDED: F.U.N.: 85. 0802822 VENDOR: Abraham Chevrolet- d1bla- Maroorw Chevrolet of Miami STRI19T: 4101 SW 8" Street CITYATATLIZIP; Miami, FlWda 33134 F.O.S. TERMS: DESTINATION PAYMENT TERMS; NXT 30 DELIVERY: AS NEEDED PHONE; (305) "2.1000 PAX: (305) 445.2105 CONTACT PERSON: Leo Lamonis 1=.E.I.N.: 85.0944814 VENDOR; Bull Motors dlbla Maroon* Ford of Miami STREET; 16800 NW W Avenue CITYISTATEIZIP: Warm, FL 33016 P.B.S. TERMS,. DESTINATION PAYMENT TE MS: NET 30 DAYS OSUVERY: AS NEEDED PHONE: (303) $57.5540 FAX:' (305) $58 -4310 CONTACT PERSON., Chris Patterson F.E1N.., 55- 149"12 VENDOR: Monarch Dodgo STREET: 2000 N State Roars 7 CITYISTATCUMP., Lauderdale Lakes, Florida 32313 F.O.B. TERMS: DESTINATION PAYfj ENT TI»RMS; NET 30 DAYS DELIVERY: AS NEEDED PHONE: (954) 484»2300 FAX: (904) 484 -27YO CONTACT PERSON: Ed Proffitt �(1?•!(" 4�1fVi= T' �... ri h1�tii'1'T •CC �f�T - - -. TVNTt.%i Nina= -,n ir -, - -. — - 9T GT. 9 `)'id - -- - F.E.I.K; 58- 233001 VENDOR: Gus Machado Ford, Inc. STREET: 1200 Vilest 42th Street CITYISTATElZiP; Hialeah, FL 33012 F.O.B. TERMS DE=STINATION PAYMENT TERMS: Net 30 Days DELIVERY: AS WEE09D PHONE: (305) 822.3211 FAX: (305) 827 -2116 CONTACT PERSON.- Ed Machado I`.E.f.N.: 58•at336a3 VENDOR: Stake Chevrofvt Cadillac & Oldsmobile, Inc. STREET: 30401 South Dixie Highway CITYISTATEIZIP. Nonwitead, Florida 23030 F.O.S. TERMS: DESTINATION - PAYMENT TERMS: Not 30 Days DELIVERY., AS NEEDED PHONE: (305) 147.2'121 FAX: (305) 243.9062 CONTACT PERSON: Craig Pearce 5373654 VENDOR: Palmetto Ford Trucks STREET: 7245 N.W. 36x" STREET C1TVSTA%/ZlP: Mlernl, Florida 33155 F.O.B. TERIVI'S. DESTINAT.kOAt FAYMEUT TERMS; NET 30 DOUVERY: AS HEWED PHONE: (305) 592.3673 PAX: (306) 470 -1398. CONTACT PI<RSON: R. l9leslas F.E.I. N.: 38. 2262714 VENDOR! Atlantic Truck Center +► STREET: 2558 West State Road 84 CITYiSTATElZIP; Ft. Lauderdale, Florida 33312 K,0.I1. TERMS: DESTINATION PAYMENT TERMS: NET 30 DELIVERY: AS NEEDED PHONE: (954) 687.9220 FAX: (954) 797.9720 CONTACT PERSON: Jay Luck F.E.I.N.: 86. 0944181 12/11/2003 15:28 3056621474 AMERILUMBER PAGE 01 "s t8 /L8 3�J�d X PLWE .PROVWE MIL WTTU A QUOTE VtA WAX ON THE'. FOLLOV&NG rat s. A.9.4-g. • miss PVJCE (EACH) .4 eg —Y •rr rraWr+r. x r rrrw —.� +w.+�•� +�Iw.wwowrs x r �xr��a.� ■ �r.irrar � ��— ...yo r ' ao� cta�vrMrau•�rs. XLE.ASE ADVISE W YOU HOLD ANY COUNTY, STATE•+[ A SGBO�ir $4AR�► BSS. � nrO l a HAVE ANY QUESTIONS PLEASE GALL Aru.Skl" THANK YOU TWb!TW WIr)M an AI V) rr.•►.T cnn7IT7 e 7r 12/12/2003 10:07 FAX lao01 12/11/2003 14:58 3056687208 CITY OF SOUTH MIAMI PAGE 01/01 t ' F,ctG- F.t7iC• FAX.. FAX- FA.X,F,C7t•F.tx,- F.�3�'AW�'AJL -FAX• FAX - FAX- E'.�ic.F.�X -FnX FA:- F�Re7t- Ratt.lP.�s�F�. . FAX FAM Grry o F sou i H mtr mi .!CENTRAL SERVICES DMSION 6110 SUNSET DRIVE SOUTH MIAMI•, FL. 33143 MOVE: (300663 -6339 FAX. (30S) 6&9 -7&,D2 xo: �S`ti� ,14a.,.c-.,w FROM CErTT'IA. sERvICEs A�' 'BEN Ito : e T' - C-- /PS KA 7zrr V.oflgz FAX NO.% (302) :456 DATE: �•� t� a.3 paOI:E N� : �3D S • B / ^^ PAGES. X PLEASE nOVIDE mm wrrn A otrorz VxA FAx orq 213E . FOLL U1MG r[EMS. ASA -P. ITEMS: ,PRICE (EACH) r Ao 4. ,PLEASE ADVISE iF Y80 NOILD ANY COUNTY, STATE, OR SCHOOL BOARD DXDS. *D ""-tJ ' Y0U HAVE ANY QVESTION'S PLEASE CALL ME. * * ** Ace flar &w I Lumber 2733 SW 27TH A BLOCK NORTH OF U.S. ,VE, FL 33133 CORAL WAY SW ACE- SHT.LL 2Z 1 OAD COCONUT asell �n�.R56.6401 305-856-0752 12/16/2003 14:13 3056677806 CITY OF SO MIA PORCH PAGE 02 QUOTE4 f T E PT P;7-14; 3 "'i. Ora PC 137 21 PE R 3. 84,21 PU DRYWOLL Re.$- 1/2",,47 K@7 1.,,LR 6' s-q Ur ywa ILL Fy' ,E— X t, tk Ku x 51 7. J54o 1. V EN J0INT COMPOUND ZkiAL 6k� lo, tivio I to. 504. i. k1t FIC - cl, LE)X `f/8"x-44xgl PILYWOUD 5(a WL, R ti. *k" Vr As U T KE p LA, IPVI THA z 7. @feN) C, 6 A rf, P'Rlt—E PkE '3VLAJ't:f-:*T TO CmANtzE !4j,Tm.rL)j luuTILE T,-4(-)Nk,' YUU P C R Yr)Ljk � ,AT'Jtj:jiq4:G-t 016,34 FROM; To. 13756 €672 8 i�.r June 15, 2004 CITY OF SOUTH MIAMI 4795 S'Vf 7e AVE SOUTH MIAMI I'L. 33165 PROJECT: GARAGE RE: APT -# 10145 PROJECT P$ OPOSAliAGREEMENT We are pleased to submit this proposal to perform the scope of wo* as described on the project AIMS and specifications, andfbr this proposal, which shall define the project. 5Mpe of work 1, REPLACE EXISTING BENNETT DISPENSER WITH A NEW SENNET'T MODEL W= TWO PRODUCT DISPENSER. NOTE: 1, REUSE EXISTING HOSES AND NOZZLES 2. REUSE EXISTING EXTERNAL FILTERS. TOTAL PRICE $5,510,00 Thank far your consideration of A.T,P. Petroleum Incorporated, and we took forward to the possibility of working with you for the su assfuf cr m;Aetlon of this project. if you have any questions, please feel free t contact us. Cordially, A.T,P, PEB"RCLIaUM INCORPORATED. Sales/Project Manager i�la Z m :z Olt* c cn > m — cn -0 :7J 7: Cn to 0 Z m Z rn M M C> D OMKMOXXMXEM tea, a 0 lzr oz>xomoowmm -<Mzom Hz --i m a cx a CL Zo a m > --i > o X z > 0 M 0 0 z cn 0 — --i sla- 0 > � X CD X m 0 m 4 m m xoo> fi=r > 0 X lc:- m -0 m co ;u cn _v M (D r.L __ > � ;u > 0 0 > z z Z m m 0 Q < z cn m m z 0 0 R (D = > _ nq > z m g m 72 0 0 M --i > m c Z M 0 > m g.0 Qn,. z m m 0 rn cn _n � z 4n--- 0 > 0 > > 0 m > m > —4 cn m • fA 0 z m 19 b m G1 0 0 C 0 --I w c0 JR] 4A 0 rp CWD CAI CL t 1) 0 a * *8 w m Ro i. OAJ �00 0 E3 0 0 CD ch CIO oz z Cc 0 CIO it lEj LJ 12 r 10 CIA 01 V\ Pit - v. 64 6i 0 f- A :L U 0 co -0 o CD > Cl) 30 1 03 CL 0 zo; jR 60 m z M6 cn 3 S CD 0 M CL V 17 RZ V) & r1l cn IX Im r o 6,9 r MOO c 0 9 0) cn > c: I , — ;d C: --1 :c ;Q 0 0 C: .. 0 � (D < �5 CD tA JV� \: C/2 0 - � , rn 3 :K, > ;v M m = CR m 0 M ;u > N > M _C = 67" 0 G 90 m (n 0 CL > co 0 0 m X �U 1c U- U2: 0.4p Wince Quld 305 -267 -0267 02/18/2004 at 01:53 PM Job Number: 8015E �. UNIBODY COLLISION License. #:MiR 23106 .920 Fede -rat ID . #:MV47350 Lifetime 'Guarantee on all repairs except rust V181 N. Waterway Dr. Miami, FL (305)2C-6 -2172 Fax: (305)267 -0267 PRELII+InaMY ESin4ATE Written By: VINCE OULD Adjuster: Insured:' South Miami Police Claim # Ooerer: South Miami Police Policy # Add# -ess: Dedvctihle Date of Loss: _ ...__ �F�►'p`a: o� Loss Evening. --(A fV I. Poi:tt of Impact:- Inspect LoCa.tlon p.2 I223'Q'rH2SCe Company: Days to Repair 2000 FORD CROWN VICTORIA POLICE 8- 4.6L -FI 4D SED VIN: 2FAFP71W4YX192530 Lie: Prod Date: Odometer: Air Conditioning Rear Defogger Tilt Wheel Intermittent Wipers Body Side Moldings Dual Mirrors Clear Coat Paint Power Steering Power Brakes Power Windows Power Mirrors Driver Air Bag Passenger Air Bag 4 Wheel Disc Brakes Cloth Seats Bucket Seats NO. OP. DESCRIPTION QTY EXT. PRICE LABOR PAINT 1 FRONT BUMPER ------ - - - - -- 2 R &I R &I bumper cover 1.9 3* Rpr Bumper cover i,a 2.8 4 Add for Clear Coat 1.1 5 FRONT LAMPS 6 Repl RT Side marker lamp 1 46.00 Incl. 7 FENDER • 8 Repl RT Fender 1 245.00 3.0 2.8 9 Add for Clear Coat 1.1 10 Add for Edging 0.5 11 FRONT DOOR 12* Rpr RT Door shell w/o keyless 4.0 2.2 entry ' 13 Overlap Major Adj. Panel -0.4 14 Add for Clear Coat 0.4 15 Repl RT Mirror assy 1 127.87 0.3 0.5 16. Overlap Minor Panel -0.2 1 i-eb 18 04 02 :05p Vince'Ould 305 -267 -0267 p.3 02/18/2004 at 01:53 PM Job Number: 80158 k PRELIMINARY ESTIMATE 2000 FORD CROWN VICTORIA POLICE 8- 4.6L -FI 4D SED N0. OP. DESCRIPTION QTY EXT. PRICE LABOR PAINT 17 Add for Clear Coat 0.1 18 R &I RT Handle, outside w /police 0.5 package 19 R &I RT R &I trim panel 0.4 20# Rpr Buff Rt Rear Door / No Paint 1.0 work needed 21 QUARTER PANEL 22* Rpr RT Quarter panel 1.0. 1.5 23 Overlap Major Non -Adj. Panel 24 Add for Clear Coat 0.3 254 Rpr Buff rear bumper cover / No _ ..... _....._ 1 -, 0_...... _ __.- ........ _ .. - -. Subtotals =_> 418.87 14.2 12.5' Parts 418.87 Body Labor 14.2 hrs @ °$ 32.00 /hr 454.40 Paint Labor 12.5 hrs @ $ 32.00 /hr 400.00 Paint Supplies 12.5 hrs @ $ 18.00/hr 225.00 SUBTOTAL $ 1498:27 GRAND TOTAL $ 1498.27 ADJUSTMENTS: Deductible 0.00 CUSTOMER PAY $ 0.0 INSURANCE PAY I498.27 FAILURE TO USE THE INSURANCE PROCEEDS IN ACCORDANCE WITH THE SECURITY AGREEMENT, IF ANY, COULD BE A VIOLATION OF S. 812.014, FLORIDA STATUTES.. IF YOU HAVE ANY QUESTIONS, CONTACT YOUR LENDING INSTITUTION. IF A CHARGE FOR SHOP SUPPLIES OR HAZARDOUS OR OTHER WASTE REMOVAL I5 INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: "THIS CHARGE REPRESENTS COSTS AND PROFITS TO THE MOTOR VEHICLE REPAIR FACILITY. FOP, MISCELLANEOUS SHOP SUPPLIES OR WASTE DISPOSAL." IF A•CHARGE FOR NEW TIRES OR A NEW OR REMANUFACTURED LEAD -ACID BATTERY IS INCLUDED ON THIS ESTIMATE, PLEASE NOTE THE FOLLOWING: A $1.00 FEE FOR EACH NEW MOTOR VEHICLE TIRE SOLD AT RETAIL IS IMPOSED ON ANY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW MOTOR VEHICLE TIRES WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX CHAPTER 403.718. A $1.50 FEE FOR EACH NEW OR REMANUFACTURED LEAD -ACID BATTERY SOLD AT RETAIL IS IMPOSED ON A-NY PERSON ENGAGING IN THE BUSINESS OF MAKING RETAIL SALES OF NEW OR REMANUFACTURED LEAD -ACID BATTERIES -WITHIN THE STATE OF FLORIDA. FLORIDA STATUTES TITLE XXIX 403.7185. FROM : METRO AUTO PAINTING 02/19/2004 at 10:26 AM 83718 FAX NO. : 305 663 6471 EXOTIC AUTO COLLISION LicenSe #:MV- 27823 COMPLETE AUTO BODY SHOP 8040 S.W. 69TH AVE. MIAMI, FL 33143 (305 )663 -0023 PRELIMINARY ESTIMATE Written By: JOSE CARBAL•LO Adjuster: Feb. 19 20e4 12:e2PM P1 :7c,h I`7umber: -0001 Insured: S. MIAMI POLICE Claim # owner: S. MIAMI POLICE Policy Address : Tieduccx�ie - - - -- • - Date' -af Loss: Business: (305 )668 -7209 Type of Loss: Fax: (305 )668 -7211 Point of Impact: Inspect Location: insurance Company: Days to Repair 2000 FORD CROWN VICTORIA POLICE 8- 4.6L -FI 4D SED vIN: 2FAFP71W4YX19253Q Lic: . Prod Date: Odometer: Air Conditioning Rear Defogger , Tilt Wheel Intermittent Wipers Body Side Moldings Dual Mirrors Clear Coat Paint Power Steering Power Brakes Power Windows Power Mirrors Driver Air Bach Passenger Air Bag 4 Wheel. Disc Brakes Cloth Seats Bucket Seats ~NO. ~- OP, __----- +_TDESCRIPTION QTY EXT. PRICE LABOR PAINT 1 FENDER 2 Repl RT Fender :1 245.00 3.0 2.8 3 Add for Clear Coat- 0 0.00 0.0 1.1 4 Add for Edging 0 0.00 010 0.5 5 FRONT BUMPER 6 R &I R &I bumper cover 0 0.00 1.9 0.0 7* Rpr Bumper cover o 0 0.00, 3.5 2.8 8 Add for Clear Coat 0 0.00 0.0 1.1 9 Repl Cover molding black 1 44.33 0.5 0.0 10 FRONT DOOR 11* Rpr RT Door shell w/o keyless U 0.00 9.0 2.2 entry 12 overlap Major Adj. Panel 0' 0.00 0.0 -0.4 13 Add for Clear Coat 0 0.00 0.0 0.4 14. Repl RT Mirror assy 1 127.87 0.3 0.5 15 Overlap Minor Panel. 0 0.00 0.0 -0.2 16 Add for Clear Coat 6 0.00 0.0 0.1 FROM METRO AUTO PRINTING FAX N0. : 385 b63 E471 F--J--,. 19 2004 12:02P1l P2 02/19/2004 at 10 :26 AM Jot) Number: B3718 PRELIMINARY ESTIVIXTE 2000 FORD CROWN VICTORIA -POLICE 8 -4 . 6L -F-P 45 SED 42� p00 I NO. OP. DESCRIPTION QTY EXT. PRICE LABOR PAINT 17 R &I PT Handle, outside w /police 0 0.00 0.6 0.0 package 18 R &I RT Belt w'strip U 0.00 0.3 0.0 19 FRONT LAMPS 20 Repl RT Side marker lamp 1 46.00 Incl. 0.0 21 REAR DOOR 22* Rpr RT Door shell 0 0.00 Z.0 2.2 23 Overlap Major Adj. Panel 0 0.00 0.0 -0.4 24 Add for Clear Coat 0 0.00 0.0 0.4 ..__..._.._. _.__....._L�_:_,__.•..__�1 .... R' T�Be` Tt- TaTs�ip_______.._.._._._,._ _.,..___0 - - 0.00 0.3 0.0 26 R &I RT Handle, outsi -de w /police 0 0.00 0.6 0.0 package 27 QUARTER PANEL 28* Rpr RT Quarter panel 0. 0.00 ° 3.5 2.3 .. 29 Overlap Major Adj. Panel 0 0.00 0.0 -0.4 30 Acid for Clear Coat 0 0.0.0 0.0 0.4 31 REAR BUMPER 32 R &I R &Y bumper ass .y 0 0.00 1.1 0,0 33* Rpr Bumper cover 0 0.00 1.5 3.0 34 Add for Clear Coat 0 Q.00 0.0 1.2 35 HOOD " :36 -Bind Hood 0 0.00 010 1.8 Subtotals �_> 463.20 26.1 +'21.4 _. Parts, 463.20 Body Labor 28.1 hrs @ $ 36.00 /hr 1011.60 Paint Labor 21.4 hrs @ $ 36.00 /hr 770.40 Paint Supplies 21.4 hrs @ $ 18.00 /hr 385.20 - SUBTOTAL $ 2630.40 Sales Tax $ 2630.40 @ 7.0000; 184.13 GRAND TOTAL $ 2814.53 t ADJUSTMENTS: Deductible 0100 CUSTOMER PAY 0,0 INSURANCE PAY $ 2614.53 2 H & M AUTO BODY REPAIRS, INC. -, 2675 S.W. 69/70 COURT MIAMI, FL 33155 PHONE: 305 - 262 -6990 FAX: 305 - 266 -5564 CD LOG NO 1991 -1 SHOP: H &M AUTO BODY REPAIRS, INC. ADDRESS: 2670 SW 69/70 COURT CITY STATE: MIAMI, FL ZIP: 33155- OWNER: SOUTH MIAMI, CITY OF DATE 02/19/04 INSP DATE: CONTACT: PHONE 1: FAX: 02/19/04 GEORGE PALAU (305) 262 -6990 (305)266 -5564 LIC #: STATE: VIN: 2FAFP71W4YX192530 BODY COLOR: MILEAGE: CONDITION: ACCTNG CTL #: USER- ENTERED VALUE E= REPLACE OEM NG= REPLACE NAGS EC= REPLACE ECONOMY UC= RECONDITIONED PRT UM =REMAN /REBUILT PRT EU= REPLACE SALVAGE EP= REPLACE PXN PC =PXN RECONDITIONED PM =PXN REMANVREBUILT TE =PARTL REPL PRICE ET =PARTL REPL LABOR IT= PARTIAL REPAIR I= REPAIR L= REFINISH BR =BLEND REFINISH TT =TWO -TONE CG= CHIPGUARD SB= SUBLET N= ADDITIONAL LABOR RI =R &I ASSEMBLY P =CHECK AA= APPEAR ALLOWANCE RP= RELATED PRIOR UP= UNRELATED PRIOR 2000 FORD CROWN VICTORIA POLICE INTERCPTR 4DOOR SEDAN 8CYL GASOLINE -4.6 CODE: P4173C /C OPTNS D /2B OPTIONS: TWO -STAGE — EXTERIOR SURFACES POWER DOOR LOCKS OP GDE MC DESCRIPTION MFG.PART NO. PRICE AJo Bo HOURS.R N 0006 FRONT BUMPER COVER R &I ADDNL LABOR OPERA 1.4 1 I 0006 COVER,FRONT BUMPER REPAIR 3.0 *1 L 0006 13 COVER,FRONT BUMPER REFINISH 4.0 4 2.8 SURFACE 0.6 TWO STAGE SETUP 0.6 TWO STAGE E 0282 MLDG,FRONT BUMPER YW7Z17C829AA 42.20 0.3 1 I 0030 PANEL,FRONT END REPAIR 1.0 *1 L 0030 PANEL,FRONT END REFINISH 2,8 4 2.3 SURFACE 0.5 TWO STAGE E 0062 LAMP,SIDE MARKER RT XW7Z15A201AB 46.00 INC 1 E 0104 FENDER,FRONT RT FBAZ16005AA 245.00 3.0 1 L 0104 FENDER,FRONT RT REFINISH 3.0 4 2.1 SURFACE n C "n 2000 FORD CROWN VICTORIA POLICE INTERCPTR 4DOOR SEDAN CD'LOG NO 1991 -1 2.5*1 I 0208 DOOR SHELL,FRONT RT REPAIR 2- MECH /ELEC SPOT INNER SHELL 3 -FRAME 35.00 L 0208 DOOR SHELL,FRONT RT REFINISH TAX ON LABOR. SUBLET REPAIRS 2.1 SURFACE TOWING STORAGE 0.4 TWO STAGE E 0210 PNL,FRONT DOOR OUTS RT 3W7Z5420200AA 189.70 L 0210 PNL,FRONT DOOR OUTS RT REFINISH 0.5 EDGE E 0230 MIRROR,OUTER R/C RT 4W7Z17682AA 122.02 I 0290 PNL,REAR DOOR OUTER RT REPAIR L 0290 PNL,REAR DOOR OUTER RT REFINISH 1.8 SURFACE 0.4 TWO STAGE RI 0312 W /STRIP,BELT OUTER* RT R &I ASSEMBLY RI 0308 PNL,INNER DOOR TRIM RT R &I ASSEMBLY RI 0306 HANDLE, RR DOOR OUTE RT R &I ASSEMBLY I 0390 - - - - L _ 0390 PANEL,QUARTER RT REFINISH 2.4 SURFACE 0.2 TWO STAGE RI 0534 TAILLAMP ASSEMBLY RT R &I ASSEMBLY 22 ITEMS 0.5 *1 2.5 4 7.6 1 0.5 4 INC 1 3.0*1 2.2 4 0.2 1 INC 1 PARTS & MATERIAL TOTAL 2.5*1 2.6 4 MC MESSAGE(S) 13 INCLUDES 0.6 HOURS FIRST PANEL TWO -STAGE ALLOWANCE FINAL CALCULATIONS & ENTRIES GROSS PARTS PAINT MATERIAL PARTS & MATERIAL TOTAL TAX ON PARTS & MATERIAL @ LABOR RATE 1 -SHEET METAL 34.00 2- MECH /ELEC 56.00 3 -FRAME 35.00 4- REFINISH 34.00 5 -PAINT MATERIAL 16.00 LABOR TOTAL TAX ON LABOR. SUBLET REPAIRS TOWING STORAGE REPLACE HRS 12.6 0.9 1 644.92 281.60 926.52 6.5000 60.22 REPAIR HRS 11.4 816.00 17.6 598.40 1,414.40 @ 6.500% 91.94 GROSS TOTAL 2,493.08 NET TOTAL 2,493.08 ADP SHOPLINK U2900 ES CD LOG 1991 -1 DATE 02/19/04 01:44:59PM R6.35 CD 12/03 HOST LOG (C) 1998 - 2003 ADP CLAIMS SOLUTIONS GROUP, INC. v PAGE 2 City Of 6130 sunset Drive South y * 0' Attention: Ms. Kathy L Vazquez Purchasing Manager Mr. Rudy ire La Torre Maintenance Manages Ms. Vazquez, on ce 1). Based the weekly low award Pri as per the Miami-Dade Gasoline and Diesel Contract regardless A.:f who Isthe #:... bidder : b product as outlined -; _ :` or Deliveries. .24 hour not ification of delivery based on 3 or 4 week mutually agreeable schedule to top off your thre6 of yout tank�, While we await approval ]i agreement we would begin #. monthly deliveries based on: number I above, provided it is acceptable to you., We look forward to your acceptance of this. plan.. Message Page 1 of 1 Vazquez, Kathy From: Balogun, Ajibola Sent: Monday, October 11, 2004 4:36 PM To: Vazquez, Kathy Cc: De la Torre, Rudy Subject: RE: Term Contract Okay, fine with me. - - - -- Original Message - - - -- From: Vazquez, Kathy Sent: Tuesday, October 05, 2004 2:47 PM To: Balogun, Ajibola Cc: Oshikoya, Hakeem; Virguez, Maria; De la Torre, Rudy Subject: FW: Term Contract Aji, I agree with Rudy's recomendation that going with Dade County prices would be simpler for all. After all the markup of $.28 is being figured from the awarded mark up to Dade County with would always be about the same if not the same. Let me know what you want to do and I will contact Mr. Wright. Thanks, Kathy - - - -- Original Message---- - From: John Wright [mailto:Johnw @bvoil.com] Sent: Tuesday, October 05, 2004 2:20 PM To: Kvazquez @cityofsouthmiami.net Cc: rtorre @cityofsouthmiami.net Subject: Term Contract Kathy, Here is the proposal as per our discussion of yesterday Rudy, Please forward the Lube specs for motor oil, hydraulics and greases. Thanks, John A. Wright Message Vazquez, Kathy From: Balogun, Ajibola Sent: Monday, October 04, 2004 5:07 PM To: Vazquez, Kathy; Oshikoya, Hakeem Cc: De la Torre, Rudy; Virguez, Maria; Davis, Maria Subject: RE: Fuel Page 1 of 1 Thanks! Maybe we should add BUJ Oil to our Open P.O. list. I look forward to receiving the contract. Again, thanks you. Ajibola - - - -- Original Message---- - From: Vazquez, Kathy Sent: Monday, October 04, 2004 1:04 PM To: Oshikoya, Hakeem; Balogun, Ajibola Cc: De la Torre, Rudy; Virguez, Maria; Davis, Maria Subject: Fuel FYI During these past 3 Hurricanes we learned that fuel companies did not find the City of South Miami to be among the "priority delivery list ". Maria Virguez did some investigation among several fuel suppliers and found that BV Oil offered a contract to vendors that would place them on the "priority delivery list" during an emergency. Therefore, Maria V set up a meeting and this morning Rudy, Maria V. and 1 met with John Wright of BV Oil. The contract he is proposing is simple: 1. they will honor Dade County weekly prices and, 2. Will schedule automatic deliveries as needed base on usage. (could be weekly, bi- weekly or monthly) Benefits: In case of an emergency we will have priority for scheduled deliveries. John will e -mail a contract by Wed. for our consideration. As soon as 1 receive this, i will forward. Kathy 10/12/2004 10/12/2004 02:05 305- 235 -4690 BENSON ELECTRIC PAGE 02/04 MIAMI -DADE COUNTY BLANKET PURCHASE ORDER BP) ID: ABCW0400369 PRINT DACE:, 02/25'/20041 P]►GIL: OI VENDOR ID: RECEIVED PRIME VENDOR SET ASIDE : MULTI - VENDOR BPO MAR �y�y SU,BVENDOR GOAL : 00% MAR 0 f 2004 PRIME 'trENt OR COMMITMENT: 00% NEON Et�3 Fit( SHIP TO: AS SPECIFIED ON INDIVIDUAL ORDERS PLEASE REFER ALL Q)' ESTIONS CONCERNING THIS ORDER TO; GONZALEZ L AU R ITII ID EXPR DATE DISCOUNT TERMS CONTRACT AMOUNT AVCW0300620 02/28/2005 2,660,000.00 BII 1 N MER 231.5-4/09 Pitt';- QUAL1919D VENDORS FOR MULTI - VENDOR BPO VEI Daft TD )?X VENDOR NAME DISCOUNT TERMS 593144828 01 CALLIES ELECTRIC INC NET15 599226489 01 BENSON ELECTRIC INC NET30 593584838 01 AMERICAN ELECTRIC OF MIAMI INC NET30 59.429661 01 DATA ELECTRIC INC 2 %10NET30 591, 605866 01 RDD HELMS ©ROUT? INC WRT30 65(618324 01 POWERSERVE TECHNOLOGIES INC NET30 te,r� era:, err�����arakYr�rYkw, a ,t#sr *� * * *at�r�r�ria�r��ar *s��, brie, t, rar�srra�w* ar�rir�, t*+ ►� *r,rk��:a:k *�k�rrr��: *�ak� TTI: M COMMODITY ID U/M UNIT COST 003 909 -39 2,860,000.0000 LO ELECTRICAL SERVICES: HEATING A= COCSLING, L --------- ...--------------- - - - - -- -END 6F ITEM LIST -------------------- ---- - - - - -- .� State Negoticifed AgrF,.ement Price Schedule State Purchasing • 4050 Esplanade Way • Tallahassee, Florida 32399 -0950 " To be completE!i1 k1y the Vendor Branching Out,Inc. is an Environmental Engineering, " SN_ APS 11 _ TM-." , "tcL AJ wo u�f L- - Ml✓ plq7"lmq Level One Period No , Level TwoPeriod _ Ama— {t 14 a9p. t No. Level Three Peric J 3 ZOO 4 Na. 5 9b 1 —3 Level Four Period Z Zn_o eG No. . 30 j — Federal Employment identi'cation or S.S. Number 65- 041760 SPURS No.r650417608003 Vendor Name Bran bin t 'VendorMailing Address _ 23300 S.W_ 134 Aueniip "6fy Homestead- .. ..,,..� state *Zip 33032 " Telephone Number �30 S _ o �8 _ $10 � ' Toll -Free Number Internet Address:, �' E -mail Address Sra thou janl rte, Area to be Sen-i.d _ Florida ' Fax Number _ 30 w st- Z a 1 Warranty One year 1. PURP051I ; Under authority of Section 287.042(1)(a) and (2)(a), the purpose of'this proposal is to'establish a negofi- ated agreement for commodities or services that are not available from a State Term Contract. The agreement will provide Stale Purchasing an opportunity to evaluate, assess and determine.the need, benefit and, value of commodities or services; and the feasibility of establishing state term contracts, through the"competiiive process. The agreement will free eligible users from the necessity of obtaining competitive quotations for a single purchase of commodities /services totaling less:. than Category IL The agreement does not exempt eligible users from the competitive bidding processes ti described ir: section 287.F.S. for commodities /services over the amount of Category II. Eligible users are state agencies, federal agencies, counties, municipalities, and institutions qualified pursuant to 240.605, FS.; private non - profit community transportation coordinators conducting business related solely to the Commission for the Transportation Disadvantaged qualified pursuant to 427 F.5, 2. The establis.limerit of this agreement does not constitute an endorsement of, the products or services by State Purchasing. . 3. SNAPS 11 ;agreements are not exclusive and other vendors may offer similar products and services. Usage of 51'-dAPS 11 by state agencies is not mandatory. Vendors and agencies using SNAPS 11 have other purchasing alternatives )vaila6le. These purchasing alternatives are defined in Chapter 287.F.S. 4. ORO6RIN4Gin LiMITS; State agencies may issue single purchase orders up to Category 11, and total cumulatively up to CATEGORY IV in an agreement year. Total agency -wide acquisitions during the each year of the agreement shall not exceed the •ihreshold amount for Category IV, except that acquisitions by agencies with decentralized purchasing functions shinll be considered on the basis of each purchasing office that maintains full -time. purchasing staff. 5. PRICES, TI!,RMS AND PAYMENT: Firm prices shall be offered and include all packing, handling, shipping charges and deliver, unless otherwise indicated. The vendor's name and address shown on invoices must be idenfiical to the vendor's na, ne and address on the purchase order. (a) Taxes: TF,. State of Florida does not pay Federal Excise and Sales taxes on direct purchases of tangible personal properly. Sep,: tax exemption number on face of purchase order or agreement form. This - exemption does not apply to purchases o° tangible personal property in the performance of agreements for the improvement of state -owned real property as 4efined in Chapter 192, Florida Statutes, b) invoicing .,and Payment: The vendor shall be paid upon submission of properly certified invoices to the purchaser at 1 of 4 Z0 30Vd ONI inn ONIHONVdg ZTBE89Z90E EE:TZ t700Z /TT /0T w--49 04 08:34a branohine out inc 3052583812 F.1 f 23300 S.W.134 Avenue E867 Miami Flo itla 33032 PCC SS725 ECC001470 Ph, (305) 2511-8101 Branching Out, Inc CEO 006150 fax_: (106) 255.3812 ("r ylEgrtarterrt� :unse ng Construction CFg 057075 April 16, 2004 Mr. George Green City Of South mismi 4795 South Vilest 7e Avenue Miami, Florida 33155 Re: Professional services for the ir stallation of new fuel dispensing unit located at South Miami Public ftrks Dept. 1 Purnose Of ActreeMent l Pro(ect Dmiallption 11_ Provide necessary iaboµ to remove existing fuel dispensing unit and dispose off as per '-kgte and Local requirements. 2. Provide and install one new dual hose dual product high speed fuel dispensing unit. 3. Provide and install tm 'axis e h fuel dispenting hoses, nozzles, breakaways and swivel;:a. It NOS- - Electric included in this proposal utilizing existing circuits and wiring only, any addifl,:)aal electrical services required a change order will be subrmittecl for the difference in cast. No impact or spacial sissessment fees included in this proposal No engineering drawings included in this proposal. No Permits for dispenser installation included in this proposal. r r 04 00 � 34,E br.annhi rag out inn P.2 l�f C�i�d�6�8 CONSULTANT anticipe1 as oomrnendng field work within three days after receiving writ en authorization, deposit, permits and shipment of equipment. IV Cornoensati on These tasks shelf be pedor'med for Lhe iurnp sum fee c���yy' pqp�{ p//p��Y�lp�■ a•rt•tr.wN +wfw.....F9 ♦a �w Mww YwA• +•w� + +wi�......W+s wwc ...... I., ...... - ........YF -0wrYwY 8$100,00 250- 000 -03 -1= IT Hardware IT Hardware 250- 000 -03 -1 Effective: 08/01/2002 through 07/31/2005 -<--- Rate this contract View survey Results To purchase under this Contract use a Request formal notes (Suggested Form). How to Use this Contract Contract Administrator Products Available Contractors Contract Revisions E- Procurement Amendment Page 1 of 1 http://www.myflorida.com/st—contracts/25000003 1/ 7/14/2004 [Contract Number] -- Vendor Information Page 1 of 4 IT Hardware 250- 000 -03 -1 Vendor Information Or 3Com 0 ABC Computers Ace Computers Acer America ADIC 0 Aethra.Inc. Alcatel American Power Conversion VP Annie Cmmnutpr IS� Avaya CDW -G (Toshiba ." Cisco YKON bffirP cnititinne ®r Impressions Solutions Inc. (Kyocera Mital Insight Public Sector (Formerly Comark) Conditioned Air and Power Inc (Liebert 4" Cyberguard http: / /www.3com.com solutions /en U / ovei http://www.abc2000.com/computer-st-gov-pr + http://`www.acecomputers.com/showpages.asi httD://www.acer.com/APP/AKC/INTERNET/A,g bttp:- www.adic.com /florida http://www.aethra.net/officiaI—price.pdf htttp:/Zwww.ind.alcatel.com/cf forms /florida/ http : // 159. 215 .19.5 /govrsir.nsf /state ?OpenVit htt : home pa e.mac.com /flcontract fl.pdf http: / /wwwl.avaya .com /floridastate /`florida4. bttp://www.cdwg.com/sbop/contracts/contra, http://www.cisco-fi.com/ http://www.ikon.com/extranet/`florida/techno http://www.impressionsolutions .com /florida/ http: / /www.ips.insight.com /floridaIT http://www.liebertstatecontract.com/ htt-w.1Lwww.cyberguard.com florida main.cfm *0 Dell http:/Zwwwl.us.dell.com/content/default. W—) EMC ft-p--/ /ftp.emc.com /pub /fusa http://www.myfloricla.com/st—contracts/25000003 1/order.htin 7/14/2004 [Contract Number] -- Vendor Information Page 2 of 4 Enterasats http• / /www.enterasys.com /solutions /verticals Epson httt ://cori3eai.com/StateFL.htm Extreme Networks http•/ /www extremenetworks.com /common /a SAL Executive Source htti)://www.execsource.com/sfl2OOo/ Foundry http://www.foundrynet.com/sales/- Fuiitsu PC http: / /www.fujitsupcT com /www /floridaPricing Fujitsu Technology http : // www. ftsi .fuiitsu.com/services /gov /flori 40 Gateway http://esource.ciateway.com/florida Hewlett-Packard http: / /www.compaq.com /state /florida 40 Hitachi http: // www .freedomstoraue— fflorida.com/ t Howard Computers http:/Jwww.howardcomputers.com /state /fl 0-1 IBM http: // www- 1Abm.com /gold /portal /servlet /gc 0 Innovative Tech http: / /innovativetechinc.com /state /price.htm 0 Lewis Digital, Inc. http: / /www.it.lewisdigital`.net 42t Lexrnark http: / /store.lexmark.com /cgi- bin /ncommerce.: w Marconi Communications http: // www. marconi.com /htmi /contact /states Micron http : / /mocs.buympe.com/state /state of floric Ta Minolta -QMS http : /lwww.minolta- gms.com /government /ste Ike NEC Solutions http:J /www.necsolutions— am.com /government Network Appliance http:/Iwww.neta[)i).com/sales/florida.html NH&A (Netscr en ) http: / /www.nha- fl.com/ Nortel Networks http: / /www.norteinetworks .com /prdJstatefla/ OCE'USA http://myoce.oceusa.com/StateofFL/florida in v Oki Data http://`bpx.okida6.com/fi.ns f POlycom http: / /www.polycom.com /florida/ http://www.myflorida.com/st–contracts/25000003 1/order.htm 7/14/2004 nce1954 December 19, 2003 City of South Miami GSA/Procurement Attention: Robert CORAL GABLES LINCOLN MERCURY 9 Effective December 19, 2003 mechanical labor rate of $53.50 applies to all mechanical repairs except menu priced items. Thank you, Jame* Enherg, Service Manager Gables Lincoln Mercury mailto: jenberg@gableslincolnmercury "T1 W Do X Ln 441 .41 4P Lnn cn Ul V Ul 0v 4 Four thousand one Ponce de Leon Boulevard Coral Gables Florida Three Three One Four Six FEB. 10, 1003 ; :1 xM NO. 363 P, 1 n� 7 4 AWARD SHEET ADDENDUM Nth. I Sara■ a■ e■■ rraaww■■ rarrwr■■ rrrt.■ rrr�rrr■■■■■ rr�rrr ■r■rarrrw ■.arrsaarrrrw►■ ■r TO: ALL DEPARTMENTS DATE: February 20, 2002 FROM: MIAMI -DADE COUNTY SUBJECT: BID No: 5387 -0106 GSNPROCUREMENT p.y m n c s� 1=1Z TITLE: DEALER OEM PARTS AND REPAIR SERVICES r.■■. a■. resarr■■ rrri�rrrrarr■■.• rrrrarrw■.■• rrrr■■■■■ ra�rw ■ ■■ ■rrrarrwr ■r■m ■ ■aaar■ ■..r Please note the following changes: Add the following Vendor effective 0211912002: P'.E.I.N.: - 66- 1004338- VENDOR: Ford of North Miami Beach (Klein Motom, Inc.) Street: 2168 NE. 163'd .Street City /State/Zip: Forth Miami Beach, Fl. 33162 F.O.B. Terms., Destination Payment Terms: Net 30 Delivery: As Needed Phone: (305) 493 -5150 Fax (306) 493 -5151 Contract Person; Cary Perez Labor Rate to the County$54.20 PMD APPROVAL DATE: 0211917002 ALL ELSE REMAINS THE SAME J. CARLOS PLASENCIA,, CPPB SENIOR PROCUREMENT AGENT CC: GSA/ FLEET, AVIATION, MDTA, PARK, PUBLIC WORKS, WASAD, BID FILE JCPfms N, 2003 9: i 6AM AVALARD 51-1i-FFET N0. 368 P. 4 ADDENDUM [40, 4 TO: ALL DEPARTMENTS DATE: May 17, 29Q,.? FROM: MIAMI-VADE COUNTY SUBJEECT: BID No- 53-YET-0106 GSAIPROCUREMENT TITLE: DEALER OEM PARTS AND RIEPAIR SERWIGES I P a . M 3 WMFM.R I MOP .*UZK9W9 WPM. 6 Z MTV" P b*GXWSF Ed ME R r U M a & * 0 DXN I kmp.v. D A Mvrnp; W'rmC A61 T R r r M r V Please notu- t1he folluiving chumye s.: Add the following Vendor effer,"U've 05.11 7/21X2. F.E * 1.14 ' 1. 69-0873507 VENDOR: Miami Lincoln Mercury Street: 8101 NW 7t" Avenue city/statelzip: Miami, Florida 33150 F.O.B. Terms; Destinafian Payment Terms: Net 30 Delivery: As Needed Phone; (305) 758-3377 Fax (305) 795-7759 Contract Person: Glover Tumer Labor Rate to the CountyjGG.22 PMD APPROVAL DATE: 0510912002 ALL ELSE REMAINS THE SAME J. CARLOS PLASENCIA, CPPB SFNIOR PROCUREMENT AGENT CC: GSAIFLEET, "IATION , MDTA, PARK, PUBLIC WORKS, WASAD, BID FILE JCp/MS 11/18/2003 09:13 3056236935 COSGROlE ENTERPRISES ENTERPRISE$ INC. 11113/2003 City of South Miami 6130 Sunset Drive Miami, Ft. 33143 PAGE 02 N. W. 491h Avenue, Mfamf, Florida 330!4 • "a -aroo r r s ITEM DESCRIPTION PAC1A FRICE 12225 LARGE ANGLE BROOM EACH $ 5.25 32902010 FORK MEDIUM WEIGHT 1000 $ 7.10 32902020 KNIFE MEDIUM WEIGHT 1000 $- 7.10 32902030 SPOON MEDIUM WEIGHT 1000 $ 7.10 35501200 TAL FOLD NAPKINS 10,000 $ 38.95 37001090 9` FOAM PALTI; 500 $ 19.65 37003060 6" FOAM PLATE 500 $ 17.00 88047DIAL ANTIBACTERIAL HAND SOAP 4/1 GL $ 41.95 ALTOSI6 16° UPRIGHT VACUUM EACH $ 198.00 A.P135 FURNITURE POLISH 3.2120 OZ $ 45.65 AP142 STAINLESS STEEL CLEANER 12/20 OZ $ 24.85 AP221 D109RCTANT DEODORANT 12/20 OZ $ 21.40 A.R4Z.8 ANTI -CRAWL INSECT KILLER 12/20 OZ $ 33.96 BE0760 STIR 20% PHOS BOWL CLEANER 12/ TS $ 350 BE1330 NEW PUSH ENZYME ELIMINATOR 4/1 GL $ 21.96 BE1381 PH7 NEUTRAL CLEANER 4/1 GL $ 31.95 BE1501 TOP FLIGHT ALL PURPOSE CLEANER 4/1 GL $ 19.96 BE1545 AX -IT STRIPPER 5 GL $ 25.55 BE2270 BEST SCENT ODOR ELIMINATOR 12/QTS $ 34.15 BE3031 PINE CLEANER DISINFECTANT 121 TS $ 37.80 $t3151 AF315 DISINFECTANT /CLE NER/DEODORIZF -R 4/1 GL $ 24.00 BE6081 SPRAY BUFF 4/1 GL. $ 26.96 BF-6105 HI -TECH 22% FLOOR, FINISH 5 GL $ 45.00 1381004 LDBRY BROOM EACH $ 1.95 CG1402 ALL PURPOSE CLEANER 4/1 GL $ 14.95 CG1802 PINE CLEANER 4/1 GL $ 15.96 CG2502 GLASS CLEANER 4/1 GL $ 9.95 CPC04910 PALMOLIVE 4/1 GL $ 41.50 CT0165 URINAL SCREENS WITH BLOCK DOZEN $ 10.80 CT0174 MAIDS CAR EACH $ 95.00 CT0595 FIBERGLASS MOPHANDLE EACH $ 8.95 CT0601 JAW STYLE FIBERGLASS MOPHANDLE EACH $ 9.25 GT07511 ArA FRESHNER DISPENSER EACH $ 14.99 6s(5Ro Ve. woo* 11/18/2003 09:13 3056236935 COSGROVE ENTERPRISES ITEM DESCRIPTION PACKED PRICE CT07907 METERED AIR FRESHNER 12/7 Oz $ 33.60 CT0922HL TRIGGER SPRAYER EACH $ 0.53 CT0932 32 OZ EMPTY BOTTLE EACH $ 0,33 CT20631Y MOP BUCKET WITH WRINGER EACH $ 4200 CT2818BL WASTEBASKET EACH $ 3.55 C17102B URINAL BLOCK 4 OZ DOZEN $ 4,55 STYLE FUREKA VACUUM BAGS 3 PK $ 9.95 G 1807 PINK LOT10N HAND SOAP 4/1 GL $ 15.96 GL4020 LATEX GLOVES MED /LARGE 10o/BOX $ 6.99 GL8440L YELLOW GLOVES EACH $ 0.66 HD3603 60' METAL THREADED MOPHANDLE EACH $ 3.30 HP508 AZZ HOT & COLD CUPS WITH HANDLE 1000 $ 63.00 IB1823 BOMIL BRUSH EACH $ 3.40 B6824 24" PALMY'RA PUSH BROOM- EACH $ 8 .70 LI5015 24 X 33 6 MICRON CLEAR LINER 1000 $ 12.60 LL5055H 38 X 6013 MICRON CLEAR LINER 200 $ 16.20 MH1024 24 OZ COTTON MOPHEAD EACH $ 1.80 MH2O20 20 OZ RAYON MOPHEAD EACH $ 2.00 MH2O24 24 OZ RAYON MOYHEAD EACH $ 3.00 PA0162 JR. JUMBO 2 PLY TOILET TISSUE 12/1000` $ 25.90 PA0200 2 PLY TOIELT TISSSUE 96/500 $ 27.50 PA410 HOUSE HOLD ROLL. TOWEL 3010 $ .19.65 PA.485 MULTIFOLD TOWEL 4000 $ 15.95 PA1020 20' ELITE BRAND FLOOR PAD 5 /C$ $ 16.20 P131020 -3M 20'3M B.RAND FLOOR 1'AD 5ICS $ 19.00 PD2102 SPOONGE SCRUBBERS EACH $ 0.55 BAGS VACUUM BAGS STYLE F & G 9 PK $ 23.00 TP9000 BLEACH 6/1 GL $ 8,35 UNHDSC 8' HEAVY DUTY SCRAPER EACH $ 37.95 UNNN90 36" NIFTY NABBER EACH $ 20.95 WL0001 FEATHER DUSTER EACH $ 2.45 WL10o0 BOWL SWAB EACH $ 0.85 WLJ518 18 X 5 DUSTMOP COMPLETF EACH $ 17.26 WL1536 36 X 5 DUSTMOP COMPLETE EACH $ 18.65 WLZ222 WHUTE 'RAGS 10 LB $ 17.00 WL2518 18 X 5 DUSTMOP REFILL EACH $ 4.80 V4M36 36 X 5 DUSTMOP REFILL EACH $ 535 WL61 BLUE LOOPED END MOPHEAD MED /LARGE EACH $ 5.65 PAGE 03 -w ,00 FROM :ALL CLEAN PAPER JANITOR FAX NO. :3052631414 Nov. 20 2003 10:11AM P1 c ALL CLEAN - PAPER. & JANITC."R SUPPLY CO. QUOTAnON,_SHEET DATE: 11/20/03 TO: City of South Iviiami ATT.N: Rudy de la Torre FAX #: 305- 668 -7205 FROM: Eva Abrea bm ' 9A P#txlt Lotion Soap (PLS) 6/1 gallon 598 Lemon Extra 4/1 gallon 9.25 Bleach 611 gallon 1.50 Barebones (stripper) (5 gall) 5 gal pail 52.50 P'ictue Perfect (wax) (5 gall) 5 gal pail 79.00 24oz cotton mop head each 4.20 Latex exam gloves 100/1 box 8.46 3M 20" floor pads 511 case 26.35 Scott toilet tissue 500 /2ply 96 rolls case 47.65 Heavenly Soft toilet tissue 500 /2ply 96 rolls case 35.00 Multifold white towels case 18.65 I N9XD TO KNOW THE SIZE O%t GALLON CAPACITi' IN ORDER TO l3E ABLE TO QUOTE YOU THE ffi DENSITY LINERS. Thank you for giving us the o1lportunity to quota you the above listed items. if you have any questions, please feel free to call us. Eva Abreu 305 -261 -8400 11/21/2003 14:27 305- 325 -8023 TROY INDUSTRIES TROY INDUSTRIES, INOW ♦i� of oz PAGES PAGE 01 1 038 NW 21ST TERRACE MAIMI, FLORIDA 33127 Phones 30324 -1742 Fax 30"25 -8023 TELEPHONE . y2 69.635 -A FAX 0305-) FROM:C., TELEPH(.N-E (305) 324-1742 FAX (345)325-8023 FOR YOUR INFORMATION . _ RESPOND AS SOON AS POSSIBLE _ PER YOUR REQUEST CALL AND VERIFY RECEIPT OF FAX _ COMMENTS: 11/21/2003 14:27 305- 325 -8023 TROY INDUSTRIES PAGE 02 9SO 060". two �.�• C a� 3 .anaa, eC � �.�' ,,a,it.r.P � spfV Q A. 7,E3/z;0 �Kjvd IWVIW HinDS -J0 A1I0 80754899506 00 :91 E00Z /0F,/TT 09/23/2003 12:48~ 3052737292 DAVID EUSTACE &C�n fn lam, Mk Cal T�-o,.., Cl�e I��d Con4n(-4 -w) f-o. k V1� M - • 3 ,�t,��ca�,er O-A -�6� David Eustace S T A T E D TEFJUTORX MANAGER Raarrafr�m 3.107 HamlBtnt Auenee Miami, iL Oemlam4 Ohio 44174 Cell: (305) 724.4552 1. (800) ST&CNiBbt'VM, 7494 wndu*tatetndiutrJa , wm Email: devici.eaaace @seauindusaial.com PAGE 01 - - ---------- 09/23/2003 12:4e 3052137292 DAVID EUSTACE U nn 10- PAGE 02 Page 1 of 2 oc Fr: x a D V . ............. 25421 ALGAECIDE CWT F-297 GLS. cs $198.54 25733 ALGA WD CWT F -410 GLB Cs $198.54 54183 AP GREASE D120 sc $566,40 101214 BASEBOARD STRIPPER- LvFR) QZl 9 cs $71.28 Z0626 CAP 38-400 PP FR SG75 LINER HEATSEAL EA $0.00 25195 CHAMP OT12 cs .$81.00 52042 - CITRb_-BLAST S§dN dL12ANER 6X3L cs $64.08 44838 CITRUS DISINFECTANT AEROSOL DZ16 cs $98,52 101183 CONVENTIONAL FLOOR FINISI I 2X2,6GL GS $75.00 25596 GOOLADE CONCENTRATED F-559 D55 sc- $1,503-70 44852 - CURRENT ISSUE DZ15 CS - $98.01 26064 CURRENT ISSUE D55ID210 BC $1,045. 43805 DRI AEROSOL DZ18,5 cs $76.32 25098 D-STROP OT12 cs $80.76 25102 D-STROY D20/075 BC $403,80 43585 ELC-NON- FLAMMABLE DZ8- GS $147,96 44525 ELU-PLASTIC SAFE DZ12 CS $91.80 37155 F-100 ICE REMOVER D1501KG68 BC $78.00 77048 F-190 WEED & BRUSH KILLER D20 Do $670.60 17113 F-236 SCENTED TERG-O-CIDE GL6 Cs $115.56 21014 F-525 CLOSED LOOP D20 BC $413.50 20675 - F-68A INI.)US]"RIAL rLV--ANER 13551D210 sc $719.95 43540 FIX FOAM DISINFECTANT CLEANER DZ18 cs $75.36 56100 FRAGRANCEFACTORY - AIMOND EA $7.00 100767CA FRAGRANCE PAK VARIETY CREATE-A-PACK EAl 2 Cs $75.24 104294 GREASE SLAYER DZ15.5 Cs $177.60 -fl-_02,50 43230 GRS LUBRICAN 1 OZ15 uu- 1 65018 HANDLE EZ CHANGE 54" EA $24.10 67457 HANDLES FOR FLOOR BRUSHES EA $6.49 52090 HANDS ON 6X31. cs $64.08 , 105370 HEAVY DUTY LINER DISP BAG 60 GL 100E Cs $46.001 106309 HEAW DUTY LINER DISP BAG 40-50 GL 100E GS $41.001 103183 HIGH PERF7 STRIPPER --LR WIZARD) GL4 Cs $81,801 43242 IN -SIGHT cs w.121 64050 JONADE BLUE 5 OZ BLOCK EA12 Cs $54.60 25670 KONTROL WITH APPLE ORCHARD QT12 cs $97.66 25080 _ KONTROL WITH MINT OT12 cs $75.96 25678 KONTROL WITH PERFECTLY PEACH QT9 Cs $137.88 18055 LIL BROTHER SAM OT12 cs $102,48 22141 LIME SOLVENT GL4 cs $91.80 67589 LINER POLY DISP BAG LITE 5003 1 IGL F-500 cs $70.00 67602 LINER POLY DI SPSDLE BAG MED WT#5509 E250 03 $52.50 43205 LUB SILICONE LUBRICANT DZ13 Cs $98.52 67130 MOP HEAD WHITE SORB 16OZ SYNTHETIC EA $4.59 67131 MOP HEAD WHITE 50R$ 20 OZ EA $6.60 101240 NON-BUTYL CLEANER 2X2.5GL/10L cs I_ $60.00 -NEUTRAL 44818 ORAN-GEL: (AEROSOL ) DZ17 cs $91,70 43210 PEN PENETRATING OIL DZ20 cs $71.28 20175 PINE PRO GL4 Cs $95.801 44850 RAPID WRENCH DZ12 Cs $119.88 101 216 RESTORER 2X2.5GUI0L- Ics 1 $76.84 Page 1 of 2 oc Fr: x a 09/23/2003 12:48 3052737292 DAVID EUSTACE PAGE 03 Page 2 of 2 2 T' !- 18072 62070 SCRAM LIQUID PIPE OPENER QT12 SCRUB SKIN CLEANER 6X3L Cs Cs $117.24 $64.08 77040 SPRAYER 1632 TRIGGER COMPLETE EA $1.00 2 SSG STAINLESS :-;T -91., CLEANER Dzio os $04.00 44858 SSD 11 OZ20 Cs $95.16 4 9 7 72049 2 0 72046 72046 72064 r44833O STATE 54 LINE PAD 17BI ArK EA5 STATE 54 LINE PAD 17RED EA5 STATE 54 LINE PAD 20BLACK EA5 cs Cs Cs $33-00 $33-00 $43.00 720,61 STATE 64 LINE PAD ORO EA5 cs $43.00 20739 101866 1 1866 STATE 999 D56fD210 THICK STRIP D5 TRADEWINDS APPLE ORCHARD DEODORANT DZIO BC BC Cs $542.30 $78.40 $79.56 44004 TRADEWINDS PERFECTLY PEACH Dzio cs X79.56 1 54035 URINAL ADE BLUE EA12 - Ur , , 08 70107 UTILITY REPLACEMENT PAD BROWN CS20 Cs $53.00 43250- WAG.WHITE-GREASE DZ16 Cs $70.44 1805 V-" WASH OM WIZARD APC QT12 GS $59.48 43535 WIP GLASS CLEANER DZ19 Cs $48.12 103219 103228 1103225 aku N INSECT REPELLENT DZ6 ZERO IN SOK MULTI-USE INSECT KILLER DZ16 ZERO IN WA3 WASP& HORNET 'SPRAY DZ14 cs Cs 1CS $104.30 $121.88 $78.72 i Page 2 of 2 2 250- 000 -03 -1= IT Hardware IT Hardware 250-000-03-1 Effective: 09/01/2002 through 07/31/2005 gel Rate this contract * View survey Results To purchase under this Contract use a Request for Quotes (Suggested Form). How to Use this Contract Contract Administrator Products Available Contractors Contract Revisions E- Procurement Amendment hffp://www.myflorida.com/st—contracts/25000003 I/ Page 1 of I 7/14/2004 [Contract Number] -- Vendor Information Page l of 4 IT Hardware 250 - 000 -03 -1 Vendor Information 0 3Com ABC Computers Ace Computers Acer America ADIC Aethra, Inc. Alcatel 4.t. American Power Conversion Ut Ample Computer AN6 AN Avaya CDW -G (Toshiba) 0 Cisco IKON Office Snlutinnc NIT Impressions Solutions Inc. (Kyocera Mita a Insight Public Sector (Formerly Comark) 40- Conditioned Air and Power Inc (Liebert 4t Cyberguard Dell EMC htt ://www.3com.com/solutionsZen--US/govei http://www.abid2OOO.comZcomputer-st-gov-pri http:/Zwww.acecomputers.com/showpages.asi http://www.acer.comIAPPZAKC/INTERNET/ http: / /www.adic.com /ft rQ ida h_ p: / /www.aethra. net /officia l- price. pdf http://www.ind.alcatel.com/cf forms /ftortda/ http: // 159.215 .19.5 /govrslr. nsf /state ?OpenVie http://homepage.mac.com/ficontract/fi.pdf htip:- / /wwwl.avaya .com /floridastate /`florida4. ham: / /www.cdwg.com /shop /contracts /contras http :I/www.cisco-fl.com/`- http://www.ikon.com/extranet/flo,rida techno bLttW://www.impressionsolutions.com/floridaZ http: / /www.ips.insiaht.com /floridaIT http:/Iwww.liebertstatecontract.com/" http: / /www.cyberguard.comLorida main.cfm http:Zlwwwl.us.dell.comicontent /default asp) ftp://ftp.emc.com/j)ub/`fusa http://www.myflorida.com/st—contracts/25000003 I/order.htm 7/14/2004 [Contract Number] -- Vendor Information Page 2 of 4 0 Enterasys http: / /www.enterasys.com /solutions /verticals Ve Epson http: / /corpeai.com /StateFL.htm A h6 Extreme Networks http : / /www.extremenetworks.com /common /a Executive Source http: / /www.execsource.com /sf12000/ Found_y http: / /www.foundrynet.com /sales/ Fujitsu PC http: / /www.fujitsupc.com /www /floridaPric!nQ 0 FuJit u Technology h- _p: / /www.ftsi.fujitsu.com /services /gov /flori Gateway http : / /esource.gateway.com /florida 0 Hewlett- Packard http : / /www.compaq.com /state /florida Hitachi hftp://www.freedomstorage-florida.com/- 0 Howard Computers http: / /www.howardcomputers.com /state /fl IBM httu1/ www- l.ibm.com /gold /portal /serviet /qc Al. Innovative Tech http://innovativetechinc.com/state/price.htm 4t Lewis Digital, Inc. http: / /www.it.lewisdigital.net Lexmark http://store.lexmark.com/cgi-bin/ncommer.c. e. 41 Marconi Communications http: / /www.marconi.com /html /contact /statec Micron http: / /mgcs.buympc.com state state of floric E Minolta- MS _— htt . — �1/w,w-w.minolta- ams.com government /sty NEC Solutions http-://www.necsolutions-am.com/governmen / goovernment NO Network Appliance http:// www .netapp.com_Jsales /florida.htmi NH&A Netscreen ( ) http,://www.nha-fi.com/ Nortel Networks htt www.norteinetworks .com /prd /statefla/ OCE'USA http : /Zmy ce.oceusa.com /StateofFL /florida in Oki Data httW :.L/_px.okidatacom fl.nsf Polycom http : / /www.00lycom.com /florida/ http; / /www.myflorida. com /st _contracts /250000031 /order.htm 7/14/2004 [Contract Number] -- Vendor Information Ali Pomeroy Computer Resources (Juniper) Powerware Premio Promark (Exabyte & Overland Data) Radvision Radware �� RiCOH Riverstone M06vorks SonicwALL Ol Sony 4't Spectra Logic StorageTek Sun NI Tandberg, Inc. 0 Telcom Engineering Consultants (VUGATE) Unisys 40 VCON VTEL Winncom Xerox Page 3 of 4 htti)://web3.pomeroy.com/`stateofflorida/ htt www.oem.poL erw�re.�Q�$ta offlorid htt //www_premiouc.com /florida /state ricinc http:: ii vww. promarktech.com /fltermcontract/ http. / /www.radvision.comZNSU /State +of +Floi http://www.radware.com /content/ USA -FLT http://www.ricoh-usa.com/rmap/floridastate p http:J /www.riverstonenet.com florid,/ httD://www.sonicwall.com/floridastate/ PRICING http:// www. spectralooic.com /commonlcollate http[ /www.stora etek.com /florida/ bttp://www.sun.com/products-n-solutionsLao hti [/tandbergflorida.gearboxx.net htt www.tec- inc.com FloridaContract.htmi http://www.app2.unisys.com/state/fl/hardwa http:Ilwww.vcon.com/state/floridaZ httoJ /www.vtel.com/state /florida/ httv://www.winnco i -bin projects.Dl? http: idsdocushare2 .xids.com /dscgiids.py/Vi IT hard ar., H'dnw http://www.myflorida.com/st—contracts/25000003 I/order.htm. ' 7/14/2004 DELL AUTHORIZED RESELLERS American Data & Computer Products — Certified Hispanic "I" & Dell Marketing L.P. 6107 -D Memorial Hwy. Tampa, FL 33615 -4564 Contacts: Robert Castro Email: rcastro@adcpi.com Terry Castro Email: tcastro@adcpi.com Phone: 813- 889 -0584 FEID #: F592883005 -007 C &C International c/o Dell Marketing L.P. — Certified African American "H" 7777 North Davie Rd. Ext., Ste. B 100 Hollywood, FL 33024 Contact: Bill James Email: ccinter @shadow.net Phone: 954 -450 -0023 FEID #: F650578613 -002 Innovative Tech, Inc. - Certified Woman "Ivr' and Dell Computers 31.52 Shadeville Road Crawfordville, FL 32327 Contact: Robin Clewis Email: iti@,nettally.com Phone: 850- 421 -9449 FEID #: F593323580 -003 Megabyte International — Certified African American "IT' c/o Dell Marketing L.P. 5610 West Sligh Ave., Ste. 106 Tampa, FL 33634 Contact: Matt Tyndall Email: mbMdall@mitcit.com Phone: 800- 226 -3421 ext. 27 FEID #: F592871043 -024 SPURSview - PO Reports TH search I directory 1 contact us 1411 1 subscribe 1 tour I help Services Business & Industry > Online Forms > PO Reports Business & lndusWj POs ISSUED by ORGANIZATION CODE Calendars & Summary Report Events <td al Communities & Recreation Disaster Management Education Empigyment Environment Health & Family Licensing & Permitting Public Safety Science & 1 echnoloav_ Transportation Org Code PO Count Amount 36703010000 0 $,792.00 37050103001 �� 9,779.00 37054107001 u 7,040.00 37101000555 �� 2,476.03 37103000000 1372502020011 597.00 37357010100 37500100777 7,566,72 41004444000 L__ �J 23,305.63 41101000410 L _ 2, 767.18 41101000700 1, 383.59 41102000400 L 'J 15,219.49 41103000000 16, 892.45 41104000000 C1� 4,150.77 41105010000 6,917.95 4160601 0000 41608000000) 41,507.70 41609500000 I Jr 25,752.22 416096000002 66, 413.62 41702000000 26,918.60 [417-03000000j] 32,858.90 42010200000 —� 1, 763.58 42010750400 9,012.72 42030302000 1 2,358.82 42080822005 �� 38,600.00 42120101000 4213{3101OWi 3,070.00 1421302040021 730.00 42140202111 814.90 43319fl000W � —� 4,759.{i0 43550000000 2 119, 825:94 http: / /myflori4a.com/owa spurs/owa/spurs_www.po tports.results Page 1 of 3 7/21/2004 SPURSview - PO Reports 463 - 101.04000 �1.1 . 1,44400 - 46310124000 L + t 2, 742.00 1463200000001 2 15, 049.05 .14632-1030000-1-1 1.9 280; 93852 http: / /iny-flor da: c -om/owa_spurs /`owa/spurs_wv-w.po reports :result -s Page 2 of 3 7/21/2004 SPURSview _ PO Reports http://myflorida.com/owa—spurs/owa/spurs—www.po_reports.results Page 3 of 3 Se -P-20. 2004 12:01PM DISPLAY SALES No-0953 P• 1/1 DISPLAY SALES Fax/Email Form 10925 Nesbitt Avenue S., Bloomington, MN 55437 Total pages, including cover: _ 800.328,6195 Fax- 952.885.0099 E- Mail: sales gdi.splaysalesco.coni Date September 30, 2004 _ - Fax # 305- 668 -7208 _ From Cheryl Logan Ext. To Cynthia Corujo Re Christmas decorations Phone # Co Name SOUTH MIAMI CITY OF City /St/Zip South Miami FL 33143 Thank you for your call. i have listed the information for your below and as of today we have the trees in stock and ready to ship, We have only 5 trees left at this size. The streetlines will take •10 -14 days to make and the bells will drop ship in 10 clays.. We would be delighted with all or a portion of your order. We have provided your cGinmu,nity with our banners and fags in the past and hope to serve you again! Please call if you need more information. 2 —18 ft TOWER TREES with 624 C7 clear lights 2 — 40 £t double draped candle wreath streetdines 200 - silver or gold Mastic bells to decorate tree 9" size Shipping TOTAL Cheryl Legan cIcgap@di PP laysales.com 900- 328 -6195 $ 6,800.00 $ 2,098.00 $ _ 640.00 1,295.00 $10,83.00 Fax.F.mail Pmdud.doc /bt Rev. 2/12/2003 Eno. Arl/Pdoe chvt �� Sw4oteS- Sep 30 04 08: -54a 44, ON �1 14011 TEMPLE display, ltd. Sold To: South Miami, City Of 6130 Sunset Dr. South Miami, FL 33143 Temple Display Temple Display, Ltd. 114 E. Kirkland Centre Oswego, IL 60543 Phone 630 -851 -3331 Fax 630 -851 -4144 Ship To: South Miami, City Of 6130 Sunset Dr. South Miami, FL 33143 630 -851 -4144 p.P SALES ORDER Sales Order # TDLQ3944 Date 09/30104 Sales Rep. Tyler P.O.# Ship Via/Date: Best Way I ASAP Terms. NET 30 Shipping: Prepay & Add Qty Part No. Description Unit Price Ext Price -2 SSPT -18 -18' Deluxe Branch Garland Panel Trees - $3,846.00 $7,692.00 Lighted wIC -7 Lamps 2 OH -518 40' Double Drape Wreath Skylines - Lighted $856.00 $1,712.00 2 Deluxe Metallic Ornamentation Packages for $750.00 $1,500.00 Panel Trees SubTotal $10,904.00 Sales Tax $0.00 Shipping Total $10,904.00 Special Instructions: R Authorized Signature Claims must be made within 5 days of receipt of goods. This orders ubject to acceptance from home office. Sales tax where applicable. Interest charges applicable on overdue accounts. Cancellations subject to sellers consent. FOB Factory., Vyf3Uf'LVV4 I2-:4� h 8 J ;e 34J V I U 4 UL8K -N J8LL6 ui3rLRY 1141. CLARK SALES DISPLAY, INC. "THE CHRISTMAS PEOPLE" POST OFFICE BOX 1007 TAVARES, FLORIDA 32778 1 -800- 962 -7837/ 352 - 343 -5699 /FAX: 352 - 343 -0184 W. vvc! vvc PROPOSAL SALES LEASE - INSTALLATION WWW.CL4RKSCHF?ISTMAS.COM SOUTH MIAMI, CITY OF 06 NAME / LOCATION �uestions7 Please call ANNE-MARIE Glaote Expires can: 10/3012004 Quote Number: 2004118 Date 9130/2004 Acceptance of Proposal- 74 mdit*Avc"s ep rca a Odd omau" ALL MATERIALS 18 GUARANTEED TO BE AS 'm W&4wav i°'"d a" 1` deaod$14 ffisa aye mokepd es 4 fib SPECIFIED. ALL WORK TO BE COMPLETED IN A 4&4&d. ,� me & as SNO W4 e&w& PROFESSIONAL MANNER ACCORDING TO (�' ! STANDARD PRACTICES. ANY ALTERATION OR DEVIATION FROM ABOVE SPECIFICATION $ r '(. .- 0rcy INVOLVING EXTRA COSTS WILL BE EXECUTED ONLY UPON WRITTEN ORDERS, AND WILL Ste: BECOME AN EXTRA CHARGE OVER AND ABOVE THE ESTIMATE. ALL AGREEMENTS CONTINGENT UPON STRIKES, AGGIDENTS OR DELAYS BEYOND OUR CONTROL. OWNER TO CARRY FIRE, TORNADO AND OTHER NECESSARY INSURANCE. OUR WORKES ARE FULLY 10/01/2004 10:16 FAX 714436'0612 DEKRA LITE + ,V EICR —L.t I.L. 3102 W. Alton Ave. PROPOSAL PRY006294 Santa Ana, CA 92704 DATE 10/1/2004 Phone: (714) 436.0705 Fax: (714) 436 -0612 ,The Light Before Christmas" www.dekra- Ate.com BILL TO: SHIP TO- CI'I°Y OF SOUTH MIAMI CrrY OF SOUTH MIAMI 4795 SW 75TH AVE 4795 SW 75TH AVE MIAMI FL 33155 MIAMI ILL 33155 CYNTHTA CONUJO FTIONE (305) 663 -6350 Ext. 0000 INSTALL DATE FAX (305) 668 -7208 Ext. 0000 REMOVAL DATE PO Number Customer ID Salesperson ID Shipping Method Payment Terms Req Ship T)atc Master No. SOIJ02R GL 13I3STWAY 50/50 10/3012004 7,535 Quantity Item Number Description UOM Unit Price Extended Price 2 MISC 40` Deluxe Streamer w/ 3 Candles Each $1,175.00 $2,350.00 replacing standard lantern. 2 AUSC l 8' Giant Seqouia Tree Each $7,481.25 $14,962.50 9' Width at base lit with 324 C•7 5 watt bulbs. UV rated garland for long life, powder coated frames, Eagle brand electrical sackers. 1 DISCOUNT Discount Each ($5,200.00) ($,5,200.00) 2 M1SC Custom ornament package far 18' Tree Each $2,693,00 $5,386,00 Please sign and fax to 714 - 436 -0612. Subtotal $17,498.50 Freight to be determined. Tax $0.00 Freight $0.00 We propose hereby to furnish product and /or labor- completely in accordance with strove specifications. tot the sum of Total $ %17.499-S SO OROSiT DUF UPLiN ACCFPTAmCE OF PROPOW, Amount Due Upon Acceptance of Proposal S $8,749.25 BALANCE AMOUNT DuC UPON INSTALLATION OR DELIVERY $ $9,749.2-5 Balance Due Upon Installation or llc.livery General Terms: The parties agree to the following additipnpl term$ of this ConlracL A deposit of 50% is due upon execution of this Contract with the balance due on the Installation data or delivery date unless spacitied above.. All requested changes to the above - described work will be subject 10 additional charges. Cancellations and radltetmns are subject to a 30% tesmcking fee Any amount not paid when due Is subject to a late chat ffe of 1.6% per month (111% Der annum). Owner Is responsible for proviErmy and maintaining adequate electrical outlets adiacant to the proposed toeationsior lit decorations and balid)ng tights, Dekra -Ella is not responsible for any proaucts damaged or lost due to vandalism, extreme weather condfhnns, or ante of God and will make efforr5 to replace such product iot an additional charge. All dates specilrud are Subject to chdnge due to Inclement w0udiur. Dukra-Lilu will ruplucc any malfunctioning product but does not quaranree that each Indlvidual lamp will Ildhr during the anbro Installed period. This Contract is governed by Caldornfa w and is the entire contract between the parties, superseding all prior ronvarsaiions and wrnings herween the padler. In the "0111101 a di4pnl0 atisulg Out Of this Contract, 1.110 parbas shall r�itralc In Dr a aunty befurc a single arbitrator selected through .I.A.M.5,IENDISPUTE, Any Judgment upon the award rendered by the arbitrator may be enlorea In any court having jurisdiction thereof. e pI III p y in arbitration shelf be entitled to its reasonable attorneys' ices and cods, , it not accepted within �_ days, tills proposal may be withdrawn. Dekra -Lire: _ Amooplence of Proposal: The Indlvldudl signing this Contract acoeptS lire above Proposal and cerifes to Dekra -Lice Char he or she is authorized to enter into thi Contract on behalf of Owner Property Owner: Authorized Agent Date: -.�— By -- CITY OF SOUTH MI13PA 13112/28 -34 16:13 956E872EB CAGE 12112 AGREEMENT STORM DPLU'vAGE CLEANING SERVICES r tai THIS AGREEMENT is made this clay o€ , 200:3, by and bemeen ENVIROWASTE SERVICES GROUP, INC. (herei�iafter "Contra toe'), and the ']C('fWN OF :MIAMI LAKES, FLORIDA, a Florida municipal coTration, (here-inaf er the "Town WR REAS, as pact of its stormwater program, the Town requires a contractor to perfarm storm drain cleaning %rillun the Town; and WHEREAS, the 'Village of Pinecrest (the "`Village ") has contracted with. Contractor fo '4 r the ,jetting and cleaning of catch basins, French drains and connecting pipes subsequent to their response to a Request for Proposals; and WHEREAS, pursuant to Section 2(0)(2) of the Town Purcl?a.sing Procedures, the Town may enter into contracts without following competitive bidding procedures when another public agency has already followed such procedures; and WHEREAS, the Town Council has voted to approve the pricing and terms of the contract between Contractor and the Village. NIC9'(7F', THEREFOPE, in consideration of the mutual covenants and conditions contained herein, Contractor and the Town agree as follows.- 1. Scarrtae of services. The Contractor shall, to the satisfaction of the "town, fully and timely provide 'storm drainage systerrrcleaning services as requested. Specificalty Contractor ti:,ill perforrn: & Cleaning of Catch Basins; b. Cleaning of French Drains, C. Cleaning of Connecting Pipes; and d, Cleaning of Ourfalls, Along with the cleaning Contractor shall submit reports, should any problems be encountered such as broken lines, roots found or collapsed catch basins. 2. 'Term. 2.41 This Agreement shall become effective, upon execution by both parties, and shall remain in effect for a period of two (2) years, unless earlier teminated in accordance with Section 4 of this Agreement. I ;$(TDF OF OPET+ I. 7: ON9tl. GCA7fGMr1�K�.E�•"�flStoese #79EV nY eleWm +�su...a.c..w...- nw......,.• -. own of Miami Lalt es is named as an StdiLtional inavxsd for General. Liability }Lao regktived by writt6n conksac't_ ERTIPICATEHOLDER _Y J ADDIMML INSURED; IN$URML- ErfER:_ CANCELLATIOt4 SHOULP ANY DF THE ABOVE DEWRIBED POLICIES 6E CAN0EL4E0 BEFORE THE E1CPCiATtt1N DATE THEREOF, THE ISSU1NGJNEURERWLLtNDEAVORTO MAIL _L0— L0 ToJM of Ml ami Lakes Nonce Ta THE CERnFICA'M AOLDEk NAMED TO WE LEFT, RuT FAILuM TO DO sC SHALL ,J.tttj, Rafati1 casals IMPOSE 04000LK: ATI04 OR LIABILRY OF ANY KIND VFOY 7ME INSURHR, ITS AOMN"QR E6J3 M&;Ln Street REPRIiSUNTATIVES, Miami Lakes FL 33014 1,,: s THE Y� :®RD 26-S (1197) �`,PP W#Srg.. 10/12/2004 16:38 3056687209 CITY OF SOUTH MIAMI PAGE 01/11 .1.02 The Toren shall have the option to rcnew this Agreement, under the same terrins and conditions, at the expiration.of each term for an additional period of two (2) years by a written notice to Contractor no later than 60 days from the expirarion of the Agreement. 3. 01 5. C Compensation and P%yment. 3.01 As consideration far providing the services required by this Agreement, the Town shall pay the Contractor the following, amounts far work complcted: Cleaning of Catch Basin Cleaning of French Drains Cleaning of Connecting Pipes Cleaning of Outfalls $ 60.00 $ 75.00 5 '2.00 per linear foot S 150.00 each Such amounts shall include all equipment, labor, materials, and disposal costs. 102 Additional services will be billed separately and shall be performed stalely _upon_ the written request of the Town Manager. 3.03 The Town shall pay Contractor within 45 days of approval of an invoice by the Town Manager, as required by the Florida Prompt Payment Act, 3.04 The Town shall mare payment on said invoices of approved amounts due, which are not subicct to set off, as required under the Florida Prompt Payment Act. No payTncnts shall be dui: or payable for Work not performed or materials not furnished. Termination. 4.01 Either party may terminate this Agreement upon thirty (20) calendar days written notice to the other party. 4.02 In the event of temination by the Town, Contractor will be paid for all work authorized and accepted by the Town up to the date of termination. The Town rnay withhold all payments to the Contractor for such work until such ti,rn.e as the Town determines the exact amount due to the Contractor. o_u d-- scirimin atiorn. During the term of this Agreement, Contractor shall not discriminate against any of its employees or applicants for employment because of their race, color, religion,, sex, or national origin, and to abide by all Federal and State laws regarding nondiscrimination. Any violation of such provisions shall constitute a material breach of this Agreement. Attornea bees and Waiver of Jury I riai<. 10/2212004 16:30 3056637206 CITY OF SOUTH MI4MI PAGE 02/11 6.01 In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys' fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and appellate levels. 6.02 In the event of any litigation arising out of this Agreement, each party hereby knowingly, irrevocably, voluntarily and intentionally waives its right to trial by jury. 7. Indemnification. 7.01 Contractor shall defend, indemnify, and hold harmless the Town, its officers, agents and employees, from and against any and, all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising out of, related to, or in any way connected with Contractor' negligence, tortuous acts, unlawful conduct or non- performance of any provision of this Agreement including, but not limited to, liabilities arising from contracts between Contractor and third parties made pursuant to this Agreement. Contractor shall reimburse the Town for all its expenses including reasonable attorney fees and costs incurred in and about the defense of any such ciaian or investigation and for any ,judgment or damages arising out of, related to, or in any way connected with Contractor' negligence, tortuous acts, unlawful conduct or non- performance of this Agreement. 7.02 The provisions of this section shall survive termination of this Agreement. S. Notices/Authorized Representatives. 8.01 Any notices required or pennitted by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand - delivery, by registered or certified mail with postage prepaid returns receipt requested, or by private postal service, addressed to the parties at the following addresses: For the Torun: Town of Miami Lakes Attention: Alex Rey, Town Manager 6953 Main Street. Miami Lakes, Florida 3301 Telephone: (3051 558 - 8244 Facsimile: (305) 558 -851 With a copy to: Weiss Serota Helftnan Pastoriza & Guedes, P.A,, Town Attorneys .Attention: Nina L. Boniske, Esq, 2665 South Bayshore Drive Suite 420 Miami, FL 33133 3 10/12/2004 16:30 2056637208 CITY OF SOUTH MIAMI PAGE 03111 Phone: (305) 854 -0800 Facsimile: (305) 854 -2323 For Contractor: B. Rafael Barba, president Envirowaste Services Group, Inc. 5331 S.W. 88" Street Miami, Florida. 33136 Thane: (305) 7401 -6315 Facsimile: (305) 740=0316 8.02 hither party shall have the right to change its address for notice, purposes by sending written notice of such change of-'address to the other party in accordance with the provisions hereof. 9. Governine Law. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Exclusive venue for any litigation arising out of this Agreement shall be in Miami- Dade County, Florida. 10. Entire A2ree exw I odiftcation /Amendment. 10.01 This writing contains the entire Agreement of the patties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that arc expressly set forth herein. 10.02 No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreezr cot, unless executed with the same formality as this document. 11. Access to lEee> »url6ts. 11.01 Contractor shall maintain any and all Records pertaining to work performed under this Agreement during the term of this Agreement and for a period of three (3) years following termination of this Agreement. 11.42 The Town Manager or his designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any Records of Contractor involving transactions related to this Agreement. 4 10/12/2004 15:30 3056687208 CITY 01'- SOUTH MIAMI -PAGE 04111 11.03 The Town may cancel this Agreement for refusal by Contractor to allow access by the Town Manager or his designee to any Records pertaining to work performed under this Agreement that are subject to the provisions of Chapter 119, Florida Statutes. 11.04 The Contractor shall provide the Town with a monthly report of all services provided under this Agreement. The report shall include the service provided, dates of service, employees performing the service and other information the Contractor deems relevant. 12. Nonassi2nability. This Agreement shall not be assignable by Contractor unless such assignment is first approved in writing by the Town Manager. 13. Sewtsrabil'i If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provisions of this Agreement shall be valid and be enforceable to the fullest extent permitted by law, 14. Waiver. The failure of either party to this Agreement to object to or to tame affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach,, or of any future violation, breach or wrongful conduct, 15. Days All references to days throughout this Agreement shall refer to calendar days 16. Pro iibition Of Contineencer Fees, Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any persons j, company, corporation, individual or firms, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 17. Independent Contractor. 17.01 Contractor is and shall remain. an independent contractor and is not an employee or agent of the Town. Services provided by Contractor shall be by employees of Contractor working under the supervision and direction of Contractor and Bathing in this Agreement shall in any way be interpreted or construed to deem said ernPloyees to be 3 10/1,2/2004 15:30 3056687208 CIT' OF SOUTH MIAME P€ GnE 05/11 agents, employees or representatives of the Town. Contractor agrees that it is a separate enterprise from the Town_ 17.02 Contractor shall be responsible for all compensation, tax responsibilities, insurance benefits, other employee benefits, and any ether status or rights of its employees during the coarse of their employmem with Contractor. This Agreement shall not be construed as creating any joint empioyTnent relationship between Contractor and the Town, and the Town will not be liable for any obligation incurred by Contractor, including but not limited to unpaid rniuimuin wages and/or overtime payments. 18. Warranties, of Conitractor. 18.01 Contractor warrants and represents that at all time during the term of this Agreement that it shall maintain in good standing all ,required licenses and certificates rewired under federal, state and local laws necessary to perform the Scope of Services specified in this Agreement. 18.02 Contractor warrants and represents that its employees have received sexual harassment training and. that Contractor maintains appropriate sexual harassment and non- discrimination policies. 18.03 Contractor warrants and represents that its employees will abide by the applicable provisions of the Code of Ethics for Public Offi mers and Employees, Chapter 112, Florida Statutes and the Conflict of Interest and Code of Ethics ordinances sets forth in Section 2- 11 A of the Town Code and Section 2 -11.1 of the Miami -Dade County Code, as these codes may be amended from time to time, 1.9. Protection of Frop= 19.01. The Contractor shall continuously maintain adequate protection of the work site during the performance of this Agreement and shall protect public and private property from injury or loss arising in connection with this Agreement, 19.02 The, Contractor shall take all necessary precautions for tN-, safety of employees in the performance of the Work on, about or adjacent to the premises, and shall comply with all applicable provisions of'Federal, State, and local laws, =including, but not limited to the requirements of the occupational Safety and Health Act of 1970, and amendments there, to, the Construction safety Act of 1969, and amendments thereto, and building codes to prevent accidents or in ury to persons on, about or adjacent to the premises where the Work is being performed. 19.03 The Contractor shall be oompletely responsible for, and shall replace and make ,good all loss, injury, or damage to any property (including landscaping, walks, drives. or. structures of the Town) and of any land adjoining the work site, which may be caused by Contractor. The Contractor shall, at all times while the work is in progress, uGc extraordinary care to see that adjacent property, whether real or personal, is not 0 10/3 21/2004 16: 30 :3056667206 CITE' OF SOUTH MIAMI PAGE 06111 endangered in any way, and shall take all necessary or directed steps, to protect the property. The sarne care shall be exercised by all Contractor's employees. 19.04 Buildings, sidewalks, fences, shade trees, lawns and all rather improvements shall be duly protected from damage by Contractor, Property obstructions, such as sewers, drains, water or gas lines, poles, walls, utilities, manholes, meter boxes, etc.., shall be carefully protected from injury and shall not be displaced. The Contractor shall give due notice to any department or public service corporation controlling such items valve boxes, meter boxesprior to adjusting them to grade and shall be held strictly liable to the affected utility if any such appliances are disturbed, damaged or covered tip during the course of the Work. 20. Insurance 20.01 The Contractor shall provide and maintain during the life of this Agreement the following coverages. a. "'Worker's Compensation Insurance" in amounts as specified by Florida Law. b. Comprehensive General Liability and auto, insurance policies. Insurance shall be provided with a limit of S2,000,000,00 in each of three policies as follows: I. Comprehensive General Liability Insurance, including Products and/or Completed Operations, Explosion Hazard, Collapse Hazard. and Underground Property Damage Hazard. The Town shall be named as additional insured. 2. Comprehensive Auto Liability Insurance. The Town shall be named as an additional insured. 20.02 All insurance shall be obtained from companies than are licensed and authorized to do business in the Mate of Florida and must maintain an A rating. 27.,03 At the time of execution of this Agreement, the Contractor shall file with the Town certificates of such insurance that arc acceptable to the Town Manager. These certificates shall contain a provision that the coverage afforded under the policies will not be canceled or materially changed until at least thirty (30) days prior written notice has been given to thc'Town, [THE REMAINDER OF THIS PAGE IS INTENT'IONA.LLY LEFT BLANK) 7 10'1212004 16:30 3056687208 CITY OF SOUTH MIAMI PAGE 07111 IN WITNESS 'WHEI?,EOF, Contractor and the Town have caused, this instrument to be signed by their respective duly authorized, all on the clay and year first above written. EN"VIROWASTE SERVICES OROUP a Rafael B a, esi eat Beatns A:rguelle , CMC� own Clerk Approved as to form and legality for the use and benefit of the Town of Miami Lakes only: Weiss, Serota, Heltman, Pastoriza, Guedes Cale & Boniske, P.A., Town Attorney 9 TOWN Of MIAMI LAKES By:_ AIex Rey, Town Maanag:r 1B/12/2004 16:30 3056697206 CITi' OF SOUTH MI- MI A. 1111 111111liq t0 ua> f ° — rown 6 Brown, Inc. 900 ) . Andrews -Ave . 03 00 .O. F qx 5727 t. Lauderdale Fig 33310 -5727 i ,hone 954- 776 -2222 Fax:954- 776 -4446 PAGE De/11 D.ATI: IA3M,00r") 08/21/03 THIS CERTIFICATE M ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO NIGHTS UPON THE ciirFtC,RTE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE ir;ta€d 1 INSURER A: The Travelers Lnsurance@ Co. INSUf7EA B: Enviro Waste Services Group, Inc. INSURER C: 57� Ml Beth ®'a FL 33156 -INSURER am7 �..._ INSURER E; OVERA 399 THE PW :IES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOWATFISTANDINC, ANY RMI IIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY se ISSUED OR MAY PER' AIM, TWE INSURANCE AFFORDED BY THE POLICIES DESCRIBED NER&S I IS SUBJECT TO Aj. THE TERM$, RX04V61ONS AND CON0171ONS OF SUCH POLICIES. A00RWATE LIMIT$ $HOWN MAY NAVE BEEN REDUCED BY PAID CLAIMS, ? TYPE Of INSURANCE POLICY NUMBER DATE MMroDIYr OATS MIA .1ATI) LIMITS PROPERTY DAMAGE S I (Pelt Actldent) WORKS EN (�[I()IPEN$ATION AND 70RY LIM T5 F4i SUKO) ERS' LIAnuty E.L. EACI�@AQQVENT $ E.L. DISEASE - EA, EMPLO'fEE ffi EL DISEASE . POLICY LIMIT $ OTHER Equi Mont Floater DTC07705A62,kTCT03 07/01/03 ' 0i/{}1/04 S, /Ranted $i5,00ti Ded $1 DOO c6CRIP77G t I IF OPERATIOW :�{,�}¢ATPONSP.+ENICf,F IEI' (OLDS @DINS ADORd @;Y ENDORSYAOENTtSPECIAL PROVISIONS OSR%16 E LIABILITY AUTO ONLY - EA ACCIDENT S Ah (AUTO � EA ACC S {� ETHER THAN J_,J® AUTO ONLY: AGG S EXGES! LIABILITY aC )UR � CLAIkI�,. MADE 4E 3UCTIBLE R� :NTIaN s GERD AL LIABILITY ' C)MMERCIALGENERALLIABILITY CLAIMS MADE ® OCCUR X iar Project A+Tq – T- -- GEN'L IGGREGATI; LIMIT APPLIES PER F, ILICY ;¢[ PRO. JECT LOC DTC0770SA62ATC'T03 f I I– 07/01/03 I I l 07/01/04 EACH OCCURRENCE $1,000,000 a IREDAMAGE(Anypnel@'B) 9300,000 MEQ E %P (Ai9y ona pgrQpn} S S 1000 PER50NAL &ADVINJyIPY S1, 000,000 GENERAL A.0GRE,ATF, .._.._,.......,, 'J ,400,Ot�0 ...._ .,0 PRODUCTS - COMPJOP AGG 1 , 000,000 Firt So =Y1. 1,00- 0,000 I. AUTO! 7L OBILE LIABILITY AIIYAUTO Ai L OWNEb AUTOS St WRDIXED AUTOS HI @EDAUTOS W N -OMED AUTOS I)TI3107705,A,62ATCT03 i 07/0`1/03 + 07/01/04 COMRIi Q0 CQMBINEO SINGLE LIMIT S 1,000, 000 BODILY INJURY IPer otrtan} S I X x BODILY INJURY (Per accident) S PROPERTY DAMAGE S I (Pelt Actldent) WORKS EN (�[I()IPEN$ATION AND 70RY LIM T5 F4i SUKO) ERS' LIAnuty E.L. EACI�@AQQVENT $ E.L. DISEASE - EA, EMPLO'fEE ffi EL DISEASE . POLICY LIMIT $ OTHER Equi Mont Floater DTC07705A62,kTCT03 07/01/03 ' 0i/{}1/04 S, /Ranted $i5,00ti Ded $1 DOO c6CRIP77G t I IF OPERATIOW :�{,�}¢ATPONSP.+ENICf,F IEI' (OLDS @DINS ADORd @;Y ENDORSYAOENTtSPECIAL PROVISIONS OSR%16 E LIABILITY AUTO ONLY - EA ACCIDENT S Ah (AUTO � EA ACC S {� ETHER THAN J_,J® AUTO ONLY: AGG S EXGES! LIABILITY aC )UR � CLAIkI�,. MADE 4E 3UCTIBLE R� :NTIaN s EA.OH OCCUEtRENGE I S — s Own of Miami S.akQg is named as an additional insured for C+Qneral tj&bila.ty hen required by written =ntract,. MRTIFICAI E HOLDER A0017 N'IALINSURED:INAURCIRLETTER: COwn Of Mi*Mi Lakes . ktrtn Rafael Casals 5853 Mains Street 7 Siami Sakes FL 33014 �m ± ,ORD 26-9 CANCELLATION SHOULD ANY OF THE ABOVE DEBGR@BED POLICIES RE CAIdCBLLE4 BEFORE THE 17pIRATfD DATE THEREOF, rNP ISSUING INSURER mLL ENDEAVQR m MAIL „ DAYS WRITTEN NOTICE TO THE CERTIFICATE HaLISER NAMED TO THE LEFT, BUT FAILURE TO DO 50 $HALL IMPOSE NO OBLIGATION OR LIABILITY bF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTAT@vEs, 1988 10112/2004 16:30 3056GB7208 CITY OF SOUTH MIAMI PAGE 09111 RESOLUTION NO. 03 -F$5 WIW,REAS, as pan of its stormwatar program, the Town of Miaxni Lakes (the "Town ") requires a contractor to perform storm drain cleaning within the Town; and WHERFAS. the Village of Pionrest (the "Village") has contracted. with Etnvirowaste Services Group, Inc. ( "Envirowaste ") for the jetting sand cleaning of catch basins, French drains and connecting pipes subsequent to their response to a Request for proposals; and WHEREAS, pursuant to Section Z(G)(2) of the Town Purchasing Procedures, the Town may enter h90 contracts without following competitive bidding procedw= when another public agency has already followed such procedures; and WHEREAS, the Town would lilac to 'piggyback" the contract between lmvirowaste and the Village. 7MERMRE, BE IT RESOLVED BY THE TOWN COUNCIL OF t Sectfrsu 919 The foregoing Recitals are true and comet and art incorporated herein by this reference, Swflon. 2. ADIDiOV21 of Contrsct. The coatt�act for storm drain cleaning 10,111 212004 16:30 3056687208 CITY OF SOUTH MIAMI FADE 16/11 services between the Village of Pineerest and Envirowaste Services Group, Inc. (the "Contract"), a copy Qf which is attached as Exhibit "A". together with such chautges as my be acceptable to the Town Manager and approved as to Barn and legality by the Town Attorney, is approved. ee 3. Authgrizogn oiTae Eifil alp. The Town Manager and Town Attorney am authorized to take WI steps necessary to implement the terms and conditions of the Contract. Sxtioa 4. AuLhor_izad a of & gd_ Expwdiyr e. The Tom. Manager is authorized to expend budgeted funds to implement the terms and candidoas of the Contract. Section 5. Exemdan of Contract. The Mayor is authorized to execuw the Contract on behalf of the Town. section 6. Effwdve Dais. This Re olution shall take effect immediately upon its adoption. P PASSED AND ADOPTED this day of , 2003, k .J Mttiun to adopt by t y^�� f �,'t �r second by —. ,FINAI. VOTE AT ADOPTION , I Mayor Wayne Slaton Vice Mayor Roberto Alonso Co=ilmember Mary Collins Councilmernber Robert Meador -a Councilmomber Michael Pizzi Councilruember Narwy Simon Councihnemmber Peter Thomson Resolution No. ! 2 . 10/12/2004 16:30 3050007200 CITY OF SOUTH MIAMI PAGE 11/11 i Vayne STaton MAYOR ATTEST: 1-2 Beam 1�vI. Arguel es, CMC TOWN CLERK Approved a$ to forts and legality for the use and benefit of the Town oflt i nti Lees only: Weiss, Se:rota, Helfrnan, Pas#air , Gucdes Cole & Soniske, P.A- TOWN ATTORNEY Resolution No. Q -i 3 FROM :GENERAL WELDING SERVICE, INC. FAX NO. :3055918540 Dec. 11 2003 11:38AM P1 MIAMI -DAVE COUNTY BLANXICT VURCHAS3 ORDER - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - w N - N - - - - - - - .- ------------ UP6 ID: ASCW0400031 PRINT DATR: 10/14/2003 PAGES 03. ------------------------------------------------------------------------ - - - - -- ---- .---- - - -,.. .. e.. w. ,+-. ---- «- s— .— r-- --------- --- -- - - - - -- - — — - - — - — ------ w --- -r— -- — VERVOR ID; ,rwww,r *ww #* PRIME VZODoR SNT ASID8 MULTI- VRNPOR Bra SUIBVENDOR GOAL. : 00% PRIDE VENDOR COXNZTXZNT: 00% --------- ------- --- SHIP TO: - -" ---------------------------------- ----------- - -.- -- AS SPECIFIED ON INDIVIDUAL ORDERS PLEASE REFER ALL QUESTIONS CONCERNING; THIS ORDER TO: - - - - - - - - - - - - - - PEREZ , DSXRTiIA - - - - - - - • N XTS Io - - - - - - - - 4 - ----------- ------------------------------ EXPR 1)&TR. DI#Cov.1w,,THRMS CONTRACT AMOUNT AVCW0200765 09/3/7008 `i 18,000,000.00 ..,.- . -.,N- -------------------------------------------- r ---------- .,r-- N.--- -Y. -,. BID NUMBER PRR- QUALIFIZD 'VNNDORS FOR MUL I- VZNDAit. Bra VENDOR ID 8FX VZNnUR NJ 44. : _:` :, . ': , :. .., ... I DISCOUNT TXRMS 591573482 01 Gmm9AL lrmnm, SZRVICR :,INC NOT30 591692614 01 9YDRAVLIC'8ALX0 & SRRVICE INC NRT30 650128207 01 H7CDRAULIC MXCIMCIAN INC ' NMT30 650308542 0l iC INDUOTRIAL, MANUFACTURIXGi CORP XXT30 www�w+ rw# t***#* tttt* t+ Ir# tw# twwwwtttt## w_# wt## tt# e#+ �+ �,#* tttttw ,�wwwww�vwwrrttttt #.� #r.r #t ITEM COMMODITY ID - ..;1� /bi . : '� "UNIT COST ### w+ k## tt�t*, �wrrww' wwwwwwwwwrMwwwwewtwww, rt��'* w' it+ ktttttttttwww #wwtwt *ww,�t # #,4 * # # # * ## 001 929 -48 18,000,000.0000 Lo MAGKINZ SHOP AM FASRICATING SZRVZCSS, INDUSTRIAL ------------------------- - - - - -- END OF ITEM LIST ------------------------------ AMTORIZBD D3PT8 /U9l3Ra AUTHORIZED DEPT: AVwwwwwa ICAL,14ER ID CALLERS NAME DOLLAR LIMIT s $1,967,680,00 ALLOCATION: ]PROM NUMBER t ) - 07/13/2001 FRI 14:22 FAX 305 6882251. QUIALITY A?Ov SERVICE Ms. Kathy Vazquez Purchasing Department City of South Miami 6130 Sunset Drive South Miami, Fl 33143 Dear Ms. Vazquez: GLOBAL INIE)"U"STRIAL PROIDWCTS 13170 N.W. 43RDAVE. OPA-LOCKA, F1, 33054 The purpose of this letter Is to review the profile for out organization in the marketplace and to outline the service we are able to offer the-City of South Miami. Global CaTibe, inc. is a Florida Corporation in business, since 1975 and doing business as Global Industrial Products and Global Fluid Connectors. We are a State of Florida certified Minority Business Enterprise as identified in the attached State of Florida Certificate. Global Industrial Products and Global Fluid Connectors (Global) is the full line Parker Hannifin Corp. distributor for South Florida. In addition to our 13,600 square foot warehouse in the northwest area of Miami. We operate four Parker Store franchises which have exclusive territory privilege from Parker for an area from Ft. Lauderdale to Key Largo. Our stores are located in strategic locations in that territory to offer our customers emergency and over the counter service to handle their needs. As a Parker Hannifin full line distributor, we presently do business with several tax supported agencies in the State of Florida, including the Cities of North Miami, Coral Gables, Miami Beach, Florida City and others, (see copies of enclosed purchase orders) as well as Florida Power & Light, Miami-Dade County Public Schools and the Florida Department of Transportation. I hope this information will assist you in procuring a blanket purchase order for the City of South Miami's needs for hydraulic and pneumatic fluid connectors, Please do not hesitate to contact our office if you need any additional information. Since, M ric 1� P Vesid "ONE SOURCE FOR ALL YOUR SHOP, NEEDS" �s /i,6eLTivbus�9l 1- 800 - 344 -6$53 Fax: (772) 286 -8198 Local: (772) 287 -0000 October 12, 2004 South Miami Police 6130 Sunset Drive South Miami, FL 33143 Attn: Captain Dan Salerno RE: South Miami police copyrighted decal kits & Sole Source For Stimsonite 4500 Series Material Dear Ms. Davis Graphic Designs International has provided a new progressive looking vehicle graphic kit to South Miami Police since the 2000 -year fleet. Graphic Designs International takes pride in our graphic programs and has copyrighted our designs to protect our product lines. Therefore your design is considered proprietary and is copyrighted by Graphic Designs International. As such, unauthorized reproduction of this design by anyone other than Graphic Designs International is prohibited. © 2000, Graphic Designs International, All rights Reserved. Graphic Designs is a sole source for Stimsonite 4500 Series Material. We also understand that budget dollars are tight and price our kits accordingly. You are a valued customer, and w will always do everything possible to ensure your satisfaction. Respectfully, Alison Gallagher President Federal I.D. #: 65- 0517545 DUNS #: 87- 474.2190 • E :: 7 , �Z 1 CONTRACT AWARD SHEET DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION BID NO.: 6151- 2/04 -2 Previous Bid No.: 6151- 2/04 -1 TITLE: Uniforms for Miami -Dade Police Department for a One (1) Year Period. COMMODITY CODE NO.: 200 -72 OTR YEARS: -2 LIVING WAGE APPLIES: ❑ YES ® NO CONTRACT PERIOD: March 1, 2004 through February 28, 2005 AWARD BASED ON MEASURES: ❑ YES ® NO ® SP-PROCUREMENT AGENT: PABLO MARTINEZ ❑ PROCUREMENT AGENT: ❑ PROCUREMENT TECFINICIAN: PHONE: 305- 375 -2102 ❑ Set Aside ❑ Bid Preference ❑ Goal ❑ BBE ❑ HBE ❑ WBE Owned Firms ❑ Local Preference ❑ CSBE Level ❑ Prevailing Wages (Reno. 90 -143) ❑ Living Wage BPO NO.: ABCW0400416 PART #1: VENDOR AWARDED F.E.LN.: 231218590 VENDOR: ELBECO, INC. STREET: 4203 POTTSVILLE PIKE CITY /STATE /ZIP: .READING, PA 19605 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DAYS DELIVERY: SEE SPECIAL CONDITIONS TOLL FREE PHONE # 800 - 468 -4654 PHONE: 800- 468 -4654 FAX: 800 -543 -5308 E -MAIL: kbixler@elbeco.com CONTACT PERSON: DAVID L. LURIO 591323123 HARRISON UNIFORMS 3850 N. MIAMI AVENUE MIAMI, FLORIDA 33127 DESTINATION NET 30 DAYS SEE SPECIAL CONDITIONS -0- 305 -572 -1240 305- 572 -1245 miami@feichheimer.com ELIZABETH COWEN DEPARTMENT OF PROCUREMENT MANAGEMENT BIDS AND CONTRACTS DIVISION 1 AW T.dacb AMSO 250 - 000 -03 -I ° IT Hardware Page 1 of 1 IT Hardware 250- 000 -03 -1 Effective: 08/01/2002 through 07 /31/2005 Rate this contract ,,� View survey Results To purchase under this Contract use a Request for Quotes (Suggested Form). How to Use this Contract Contract Administrator ArnAllnt_-Q Atra i l ahl a Contractors Contract Revisions E- Procurement Amendment hup://www.myflorida.com/st-contracts/25000003 I/ [Contract Number] -- Vendor Information Page I of 4 IT Hardware 250- 000 -03 -1 Vendor Information 0 3Com Cyberguard http_[ www.3com.com /solutions /ert USIgove� http://www.abc2000.com/computer-st-gov-p ABC Computers 4) Ace Computers ;0 Acer America ADIC 4,It Aethra, Inc. 0 Alcatel American Power Conversion Apple Computer " Avaya CDW -G (Toshiba) t Cisco IKON Office Solutions Impressions Solutions Inc. (Kyocera Mita) Insight Public Sector (Formerly Comark) Conditioned Air and Power Inc Liebert Cyberguard http_[ www.3com.com /solutions /ert USIgove� http://www.abc2000.com/computer-st-gov-p r+ htto://www.acecomputers.com/showpages.asi http://www.acer.com/APP/AKC/INTERNETI htW:j /wwwo adic.com /florida ham: / /www.aethra.net /official price.pdf http: / /www.ind.alcatel.com /cf formsjflorida/ http : // 159.215 .19.5 /govrsir.nsf /state ?OpenViE http1[ homepage .mac.com /ficontract /fi.pdf http://wwwl.avaya.com/floridastate/florida4. http://www.cdwo.com/shop/contracts/contra http: //www.cisco-fi.com/` http://www.ikon.comZextranet-/florida/techno htt :j - www.impressionsolutions .com /florida/ http://www.ips.insight.com/floridalT http://www.liebertstatecontract.com/ httt ://www.c Dell http://wwwl.us.dell-com/content/default. as) EMC ftp: / /ftp.emc.com /pub /fuse http://www.myflorida.com/st—contracts/25000003 1/order.htm 7/14/2004 [Contract Number] -- Vendor Information Enterasys Foson Extreme Networks 0 Executive Source = Foundry -0 Fujitsu PC 411.1 Fujitsu Technology Gateway 0 Hewlett- Packard Hitachi Howard Com uters IBM 40. Innovative Tech Lewis Digital, Inc. Lexmark Marconi Cnmmunicatinnc V Micron = Minolta -QMS NEC Solutions Network Appliance NH&A (Netscreen) Nortel Networks OCE'USA Oki Data Polycom Page 2 of 4 http://www.enterasys.com/solutions/verticals http://corpeai.com/StateFL.htm http:Zlwww.extremenetworks.com/common/ htto://www.execsource.com/sfl20oO/ http : / /www.foundrynet.com /sales/ http://www.fujitsupc.com/www/floridaPricin g http://www.ftsi.foiLtsu.comlserviceslgoviflori http: / /esource.aateway.com florida htto://www.compag.com/state/florida hftp://www.freedomstoraue-florida.com/ http://`www.howardcomouters.com/state/fl http://"www-1.ibm.com/gold/portal/serviet/ci http://innovativetechinc.com/state/`price.htm http://www.it.lewisdigital.net http!l /store.lexmark.com /cgi- bin /ncommerce' http://www.marconi.comlhtmi/contact/statec http : / /mocs.buvmpc.com /state /state of floric http/1www.minolto- qms.com government /stz http: / /www.necsolutions= am.com /government http; /lwww. ne "p.com/sales/florida.htmi http://www.nha-fl.com/ htt www.nortelnetworks.com prd /statefla[ http://myoce.oceusa.com /StateofFL /florida in http://bDx.okidata.com/fi.nsf http: / /www.polycom.com/ florida/ http://www.myflorida.com/st—contracts/25000003 1/order.htm 7/14/2004 [Contract Number] -- Vendor Information 0 Spectra Logic 0 StoraaeTek Sun Tandberg, Inc. Telcom Engineering Consultants (VUGATE) Unisys Al, VCON VTEL Winncom Xerox Page 3 of 4 http:// web3 .pomerov.com1stateofflorida/ http:lLi6Lwv p rn owerw r x rn tateofflorid htto://www. rernlop corn/florldalstate ri inc http:/Iiivww.,promarktech.com/fltermcontract/ http: /www.radvision.com /NSU /State +of +Flof http: / /www.radware.com /content / - USA -FL /d� httw/ /www. ricoh- usa.com /rmap/floridastatep http_/1www.riverstonenet.com /florida,[ htt:,//www.sonicwall.com/floridastate l PRICING http:./lwww.spectralogic.com/common/collat e http://www.storagetek.com/florida/ http: / /www.sun.com /products -n- solutions /goy http: / /tandbergfiorida.gearboxx.net/ http://www.tec-inc.com/FloridaContract.htmi http://www.app2.unisys.com/state/fl/hardwa htiM.W.www.vcon.com/state/floridaZ http: / /www.vtel.com /state /florida / httn:l /www.winncom.com c i- bin /proiects.pl? httD://Idsdocushare2.xids.com/dscgizds.py/`Vil IT Hardwam Home http://www.myflorida.com/st—contracts/25000003 I/order.htm 7/14/2004 Pomeroy Computer Resources (Juniper) Powerware Vii" Premio Promark(Exabyte & Overland Data) Radvision Radware RiCOH Riverstone 1116vorks SonicWALL Sony 0 Spectra Logic 0 StoraaeTek Sun Tandberg, Inc. Telcom Engineering Consultants (VUGATE) Unisys Al, VCON VTEL Winncom Xerox Page 3 of 4 http:// web3 .pomerov.com1stateofflorida/ http:lLi6Lwv p rn owerw r x rn tateofflorid htto://www. rernlop corn/florldalstate ri inc http:/Iiivww.,promarktech.com/fltermcontract/ http: /www.radvision.com /NSU /State +of +Flof http: / /www.radware.com /content / - USA -FL /d� httw/ /www. ricoh- usa.com /rmap/floridastatep http_/1www.riverstonenet.com /florida,[ htt:,//www.sonicwall.com/floridastate l PRICING http:./lwww.spectralogic.com/common/collat e http://www.storagetek.com/florida/ http: / /www.sun.com /products -n- solutions /goy http: / /tandbergfiorida.gearboxx.net/ http://www.tec-inc.com/FloridaContract.htmi http://www.app2.unisys.com/state/fl/hardwa htiM.W.www.vcon.com/state/floridaZ http: / /www.vtel.com /state /florida / httn:l /www.winncom.com c i- bin /proiects.pl? httD://Idsdocushare2.xids.com/dscgizds.py/`Vil IT Hardwam Home http://www.myflorida.com/st—contracts/25000003 I/order.htm 7/14/2004 [Contract Number] -- Vendor Information Pomeroy Computer Resources (Juniper) 4.0 Powerware 0 Premio Pro mark (Exabyte & Overland Data) Radvision Ra dwa rp 0 RiCOH Riverstone Iivorks SonicWALL Song( Spectra Logic StorageTek Sun Tandberg, Inca %1 Telcom Engineering Consultants (VUGATE) V Unisys MW WON Page 3 of 4 htto://web3.Domerov.com/stateofflorida/ htto://www.oem.powenmgi re.�QmtagofflQrid http: // www-. premiopc .comJflorida /statepricinc http://www.oromarktech.com/fltermcontract/ http: /www.radvision.com/NBU/State+of+Floi http: l/www.radware.co content/ USA -FL /d hftp://www.ricoh-usa.com/rmap/floridastatLep http://www.riverstonenet.com/florida/` http:://www.sonicwall.com/floridastate/`- PRICING ht—tp://www.spectralogic.com/common/`collat e http://www.storagetek.com/florida/ http://www.sun.com/products-n-solutions/goi http: tandberc�floridamearboxx.nel http://www.tec-Lnc.comIFloridaContrAct.html http://www.app2.unisys.com/state/fl/hardwa http://`www.vcon.com/state/fforida/ WTEL hftp _/Jwww.vtei.comI state /fI or! daI Winncom http://wwww.winncomicom /cgi -bin projects.pl? XeroX http l/ idsdocushare2 .xids.com /dscgi /ds.py /yi IT hardware, Home http://www.myflorida.com/st—contracts/25000003 I/order.htm. 7/14/2004 Dec 11 `03 03:27p r Kilowatts 3056686667 P.1 .+wood r a uo l;1 1 Y U- b JUTH MIAMI PAGE 01/01 FAX -fAX- FAX - FAX - FAX- rANC,T X-FAX- FAX -FAX- FAX - FAX - FAX -F.%Y.FAX- PAX -r".M -tAk- FAX - FAX -rAX- VAX FROM • CITY OF SOUTH MIAMI - CENTRAL SERVICES i]MSTON 6130 SUNSET xlRM sour.0 ML0% FL. 33143 PHONE: (36)66-Mg FAX- ('305) 66 9 7A V d ' CU: AYSA,02a FROM: - CENTRAL SERVICES LTTENTION- KArmr,- tt0rj5z SAX NO.: ',(3cs- l 6 6 �- i6 t 7 ?ATE: ^42!/ 'HONE NO.. s 6 d d -S d 6 8 PAGES: X' PLEASE FROME ME V4Tf1 A QUOTE VGA FAX COX THE . ]FOLLOWING T' MS. A.S-A.P. ITEtl�9: PRICE (EACH) 11�.�S/L f 7.S ,frJ �vJlb's s t Jr' •yy r -a t c aJ ; S Jo a 5 ch E.vsd s 1! aZ- 5 -7 4 9 5 ' d S S . COMMENTS: PLEASE A visE [Y, YOU HOLD ANY COUNTY, STATE -IDR SL- HooJL. BOARD Bmss. * * * *IFYOU HAVE ANY QUESTIONS PLEASE CALL ME. *-*- THANK) MU 12/11/2003 15:36 8056687208 CITY OF 'SOUTH MIAMI PAGE l fA7' G• F�47t�Yt. Y,- FAk .f+tX.f'!JC- �A1K.4tiX•�lX-FtX RAX-rAxf,�X ,tX.tA7i- C•FJ4�•�• AX.rAXAP ,.TA4. _ mx PXCW CI'T'Y OF SOtl"iFi MANX CENTRAL SERVICES DMSION 8i3p SE)t�i D�ltY� 50UM Mirt14 o IM 33143 TO: MOM., • CErintA L sERVICES IFAX 110.1 1 -mss �L — 7. ... DATE: rlsOMEN0,; t"A G1w5; PLEASE PROMS ME ViUll A OUQTEVLA FAX CrTf TlIE . ,fOLLOy4 INO ITEMS. A.S.A.IP_ 1C!'7�11 Se PRICE (EAICB) 1 s �.� 2+= 17-- :a S. S1 1 comm. wn s .?LWE A-ID VUF- 10 YOU HOLD AN* Y COUNTY, '3'1`ATJY CSR 3"00L * * * *IF yorj HAVE; ANY QUESTJOKS PLEASE CALL ME. THANK)(OU FAX MESSAGE FROM SOUTH.DADE PAGE 002 P R I C E Q U O T A T I O N SOUTH DADE ELECTRICAL SUP INC 13100 SW 87TH AVE MIAMI FL 33176 -5921 Page 1 Printed At 15:08:02 11 DEC 2003, Quote Date Quote No. Quote Expiration Date Writer Slsm 12/11/03 147133 Net 01/10/04 42 104 Quoted To:CITSOU CITY OF SOUTH MIAMI 6130 SUNSET DRIVE SO MIAMI FL 33143 -5093 quotation Note: Ship To :CITSOU WH 1 CITY OF SOUTH MIAMI 6130 SUNSET DRIVE SO MIAMI FL 33143 -5093 KATHY VAZQUEZ Order Net Ext Ln Quant EDP Code / Description Price UM Price 1 1 M175 /U (64471) 15.860 EA 15.86 2 1 F34CW /SS (F40CW /SS) (24594) 1.270 EA 1.27 3 1 CF26DD /841 (20681) 10.480 EA 10.48 4 1 ADV R- 2540 -TPI 2- 40T12RS MKIII 10.920 EA 10.92 5 1 ADV R- 140 -TPI 1- 40T12RS MKIII 10.920 EA 10.92 6 QUOTING 120 VOLT BALLAST Quotation Total i $49.45 LAW ENFORCEMENT SUPPLY 10/12104 Capt. Dan Salerno South Miami Police Dept. 6130 Sunset Drive South Miami, Fl 33143 Dear Capt. Salerno, This letter is to advise the City of South Miami that Law Enforcement Supply, Inc. is the factory authorized distributor and installer for Code -3, Federal Signal and Whelen Engineering products in South Florida. Law Enforcement Supply has been established since 2986, and has been in the South Florida market since 1999. Please feel free to call us if you have any questions or if we can be of any service to you and your department. Sincerely, Tim A. Davis Office Manager LES -Miami 877 -554 -3726 ext. 4420 1666 N11' (02nd Avenue Miami, FI, 33 126 877.534.3726 voice 03.629.898) r -d E X45 - 120 -04 -1 = Office Paper, Virgin and Recycle' Content Page 1 of 1 Office, Paper, Virgin and Recycled Content 645-120-04-1 Certification Contract Administratol Price Sheet Ordering Instructions • _ Documents ORDERING INSTRUCTIONS ORDERING INSTRUCTIONS BIDDER: Mae Papers Inc VENDOR NUNIBER: F- 591059698 BidiContract Administration Page 1 of 5 Please identify the person who will be responsible for administering the Contract on your behalf if award is made, and include an emergency contact phone number: Name: Jerry Shane Title: Senior Vice President Street Address: 3300 Philips Highway, Jacksonville, FL 32207 E -mail Address: jerry.shane=,macpapers.com Phone Number(s): 904- 348 -3300 Fax Number: 904- 348 -3340 If the person responsible for answering questions about the bid is different from the person identified above, please provide the same information for that person. Name: Tom Fleming Title: Asst. Vice President Street Address: 3300 Philips Highway, Jacksonville, FL 32207 E -mail Address: tom.fleming@macpapers.com Phone Number(s): 904 - 348 -3345 Fax Number: 904 - 348 -3340 Direct Orders Please provide the following information about where Customers should direct orders. r ou must provide a regular mailing address. If equipped to receive purchase orders electronically, you may also provide an Internet address. Street Address or P.O. Box: See Attached List City, State, Zip: Phone Number Toll Free Number: Ordering Fax Number Internet Address: Federal ID Number Remit Address: City, State, Zip http://www.myflorida.com/st—contracts/645120041/0rderl.htin 7/14/2004 ORDERING INSTRUCTIONS Page 2 of 5 Mac Papers, Inca Authorized Ordering Locations: Locations for Orders: Mae Papers, Inc. F59- 1059698 -5 3300 Philips Highway P.O. Box 5369 (32247) Jacksonville, FL 32207 Phone 904- 396 -5312 or 800- 342 -3849 Fax 904 -348 -2404 or 800 -233 -5734 Customer Service Rep: Pete Coyne pete. coyne.kmacpgpers. com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the Jacksonville location: Alachua, Baker, Bradford, Clay, Dixie, Duval, Flagler, Gilchrist, Marion, Nassau, Putnam, St. Johns, Union and Volusia Mac Papers, Inc. F59- 1059698 -115 7601 Kingspointe Parkway P.O. Box 590115 (32859) Orlando, FL 32859 -0115 Phone 407 -370 -5595 or 800- 422 -1725 Fax 407- 352 -7330 or 800 -622 -2812 Customer Service Rep: Martha Thacker martha.thacker@macp4pers.com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the Orlando location: Brevard, Lake, Orange, Osceola and Seminole http://www.inyflorida.com/st—contracts/64512004 I/orderl.htin 7/14/2004 ORDERING INSTRUCTIONS Mae Papers, Inc. F59-1059698-1 1425 Commerce Blvd. P.O. Box 560 Midway, FL 32343 Phone 850-574-3700 or 800-342-2696 Fax 850-574-3757 Customer Service Rep: Sandra Swenson sandra.swenson@.mgogpers.com Fed I.D. 59-1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, Fl, 32886-0166 The following counties are serviced by the Tallahassee location: Bay, Calhoun, Columbia, Franklin, Gadsden, Gulf, Hamilton, Holmes, Jackson, Jefferson,, Lafayette, Leon, Liberty, Madison, Wakulla, Washington Mae Papers, Inc. F59-1059698-116 1701 N 50th Street P.O. Box 5657 (33675) Tampa, FT 33619 Phone 813-247-3461 or 800-227-1722 Fax 813-248-6926 or 800-248-6927 Customer Service Rep: Tarra Cooper tarra.cooper(gmNpavers.com Fed I.D. 59-1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886-0166 Page 3 ol'5 The following counties are serviced by the Tampa location: Charlotte,, Citrus, Collier, DeSoto, Glades, Hardy, Hendry, Hernando, Highlands, Hillsborough, Lee, Manatee, Pasco, Pinellas, Polk, Sarasota and Sumter Mac Papers, Inc. F59-1059698-117 5900 NW 176th Street P.O. Box 172640 Miami,, FL 33017-2640 http://www.myflorida.com/st—contracts/64512004I/order1.htm 7/14/2004 ORDERING INSTRUCTIONS Phone 305- 362 -9699 or 800- 432 -3098 Fax 305 -362 -0262 or 800- 533 -1269 Customer Service Rep: Merna Guessford merna. guessfordgmacpapers.com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inca P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the Miami location: Broward, Dade, and Monroe Mae Papers, Inc. F59- 1059698 -118 7970 Central Industrial Dr., North Riviera Bch, FL 33404 Phone 561- 840 -1900 or 800 -622 -2845 Fax 561 - 840 -9736 or 800- 622 -2860 Customer Service Rep: Carol Flannery carol. flanne ,macpapers.com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Orlando, FL 32886 -0166 The following counties are serviced by the West Palm Beach location: Indian Diver, Martin, Okeechobee, Palm Beach, and St. Lucie Mac Papers, Inc. F59 - 1059698 -8 5525 Commerce Blvd., W P.O. Box 191207 (36619) Mobile, AL 36619 Phone 251- 443 -5622 or 800 - 622 -4450 Fax 251- 443 -8488 or 800 - 622 -4454 Customer Service Rep: Rhonda Lee rhonda.lee@macpapers.com Fed I.D. 59- 1059698 Remit to: Mac Papers, Inc. P.O. Box 860166 Page 4 of 5 http: / /www.myflorida.com/st contracts/645120041 /orderl.htm 7/14/2004 —_ __ OCT -18 -03 10:29AM FROM- Toshiba T -106 P.003/008 F -ill MIAMI -DADE COUNTY BLANKET PURCHASE ORDF -A BPO ID: A.BCW0300250 PRINT DATE: 01/29/2003 PAGE: 01 VF,NDOR ID: k ** x * * ** PRIME VENDOR SET ASIDE : MULTI-VENDOR BPO SUBVE NDOR GOAL : 00$ PRIME VENDOR COMMITMENT: 00% TIRES AND TUBES, MEDIUM TRUCX AND BUS ACCE,SSTNG THE S`T'ATF OF FLORIDA. TIREi CONTRACT 7 Cl .i _._._ �_.. �__ ���__ �._-. r�_. ..- �,.=- .,.�:,:.r___�_r.E�C3 -0P �TE•M"`L•I'S"P . -_� __--- .�__�._.r_= .�.____�_�_ -_ 4. AS- SPECIFIED• ON INDIVIDUAL ORD-ERS PLEASE RIFER ALL QUES'T'IONS CONCERNING THIS OTZLDER TO: GONZALEZ, RODOLFO ----------------------- ITB ID --- _- •• - -___� �,• ,�__ EXPR EA DTS-COUNT TERMS CONTRACT AMOUNT 02 /2ff2Q.b5 650, 000.00 - - - - - - - - - - - - - --- IV - -_- -- --- __- --- --- --- --- - - - -- BID NUMBER 863- 000• -43 -1 - . .. - - - - - -• PRE- -QUA1,1FIED VENDORS FOR MUTal�I°'VEI�'k�t R' '•8P0,.._..�.. "! VENDOR TO SFX VENDOR 14AME1 ..;;:, DISCOUNT' TERMS 311735402 01 .- WINGFOO . COMMERCIAL TIRE '•SYPTEMS TLC NET30 59.0614442 01 MIAMI T�RE$'C7LES:' INC - NE'I3 0 590877145 01 .,- MARTINO 'TIAS' CO.~ 651159898 01 KM PEpERS>�;'- NTE1�Pk�I.S.3.'IN.G� NET30 x* t* sksYk7 *k *+k*7c *srX*�k*�estic�kroF *SK SrY* 7r:* 7t4rM,Arr*- oesk�l7c ' *, *'aNSF�t,7� *�ri * *ersrxk *dr9e� k *kkYc� *yck>FM ** *demos � ITEM COMMODITY ID - U,!N! UNIT COST" N: Ys * * * 'k >Y �•. �: •k * s¢ iK * * de W 7k a1r * 7r •k * tir tlr * '* 4G sk sN �: it �• +k•s�kc;,k•* '7F sP s� * :'7F':F•':�` sh �: k * '� Jc * * * sr �,• 7c * 9Y y< �: Yc $ * * sP * 7F * * sfr sk yr k �k '* it dr 001 663 -10 _.. ..... TIRES AND TUBES, MEDIUM TRUCX AND BUS ACCE,SSTNG THE S`T'ATF OF FLORIDA. TIREi CONTRACT 7 Cl .i _._._ �_.. �__ ���__ �._-. r�_. ..- �,.=- .,.�:,:.r___�_r.E�C3 -0P �TE•M"`L•I'S"P . -_� __--- .�__�._.r_= .�.____�_�_ -_ 4. 14 J41PA R.. ffs ri I Q -e--. -irti; �:t DID, t- ,BOVE MERCHANDISE RECEIVED IN GOOD CONDITION RJ-R--FP--,T 71 tD. 54 Fr - PRINT NAME 32 2-:1. I -- Fj TEL NO. 11• / f, GENERAL 7113PS ii,�vqk a S �:PV rTF-r,,4 PH. 44r is x j� Zl 1. T CASHIER SIG. H $ DRIVER SIG. RAID CHECK CHECK AMOUNT CAS —v=rl DIU. CASHIER SIG. Nd t;Tio Tire C u,� R , b4 7 4 : GST- RKIi i ot' 5 N, 114VOIC C L wa IPEPUIVISF Lc ln� S . l F, i w t i ta I 3go tqEjqfql, CITY Y L7 7 7-74 PUEN'E P 4 25 i - T. FL 3-11,55 72155 FL 3 F E r. 0 gd- 2 4 S 7V FRIS MIA V2' ?�'l iv 13" E NE. fEL OHO R UTE -HI pjv ORDER :: ROUTE 14 J41PA R.. ffs ri I Q -e--. -irti; �:t DID, t- ,BOVE MERCHANDISE RECEIVED IN GOOD CONDITION RJ-R--FP--,T 71 tD. 54 Fr - PRINT NAME 32 2-:1. I -- Fj TEL NO. 11• / f, GENERAL 7113PS ii,�vqk a S �:PV rTF-r,,4 PH. 44r is x j� Zl 1. T CASHIER SIG. H $ DRIVER SIG. RAID CHECK CHECK AMOUNT CAS —v=rl DIU. CASHIER SIG. E b4 GST- 114VOIC §�, D HIPPE PERfUtS IPEPUIVISF 0 IANTITY :LINIT. T CADERS: SHIPPED Mzl, -11 F E r. 2 4 S 7V FRIS MIA V2' ?�'l iv -6) L My R 7 1, y giEiq 155.. TT c E RLACK RL RE lcloalopiac- P; n", 4; 1 - 14 J41PA R.. ffs ri I Q -e--. -irti; �:t DID, t- ,BOVE MERCHANDISE RECEIVED IN GOOD CONDITION RJ-R--FP--,T 71 tD. 54 Fr - PRINT NAME 32 2-:1. I -- Fj TEL NO. 11• / f, GENERAL 7113PS ii,�vqk a S �:PV rTF-r,,4 PH. 44r is x j� Zl 1. T CASHIER SIG. H $ DRIVER SIG. RAID CHECK CHECK AMOUNT CAS —v=rl DIU. CASHIER SIG. ABOV N�ERGHANDISE eEfIUED —G&Op�ND13 N -e Ch, FEE i u� im I L:ntt._. = 3_=i CV E TEL. NO. SIGNED X PRINT NAME e cam+ FET EtE[ -T ?C4x onn(')ilNT CASH $ DRIVER SIG. CASHIER SIG. °d VV( L- E:t �� li , ,� r r I R INVOICE ■ A WHOLESALE www.martinotire.com g' KELLY TIRES q69 _ Nartiriu Tire L Aflnnf o Sldl GENERAL 71-RE FELSei; FpaF"a la 331 e: Ee.�ht'- I•'Yi.`'RiC�.E� :!car.. S�f'–�s;g's'I e��.'Ir:6e�.R:Fi'fftFzF OCR- 970WERN -It-E ll -i S. SI UIH l�fl Cl I �F P�VOICE# iASM CITY 07 Ell ���R i' F g ZM 39 7M, AVEMLI-E `c ? 7 ) 75Th {- i-DI F %,�c�ilt't Cl'�-111DF'i jI6. P _ ... C 333155 FL r= FE 325 TEL EPHONE ROUTE .SLM 'SHiP VIA flF3DER # ,: lea } 66"P71-780 @ .F L WPM . c741T1 INVOICE :PREVIOUS Sfi1P,.PED RMS NUMBER fNVO1C1= NUMBERj� Ir I I I l?6! I Ii � ffoa DESCRIPTION• -. QUANTtTr ORDERS 'SHIPPED PBEV HIP UNIT �- :'PRIG EX rENS10N REMARffS I_„E - l rVE"D Fz �,F ! L111 6.F�.f Ibl-i La iEiq F to¢L FE UIM- '` t 323. ' 3 2Z 1.5...:E�.l4"r`41.-'S�."I ��y ORsF :.Gs4: CR,.Frta�Fi' EM4 `7etl EAS R31p, kG8 plrz 2 .'Ex t � Y•�F, F� gzAM- "Cf SLE ii5?s: iCEG':f ii$[�'p�EI��{{uE P 3x. iTUNIBE'Pxoxxa >.ex co Jf 4P � r9 j% e o veee cee v c (CFF`L [ I$ Gr�o FJC:f Tet-Ll Ti C'eic f ?Ft'ii`k+S iEi t4p>: x •tF ABOV N�ERGHANDISE eEfIUED —G&Op�ND13 N -e Ch, FEE i u� im I L:ntt._. = 3_=i CV E TEL. NO. SIGNED X PRINT NAME e cam+ FET EtE[ -T ?C4x onn(')ilNT CASH $ DRIVER SIG. CASHIER SIG. S€ uth .Miami QII- America City 11.11 :2001 DATE: "CITY OF PLEASANT LIVING" CITY OF SOUTH MIAMI FLORIDA PUBLIC 'WORKS DEPARTMENT FACSIMILE TRANSMITTAL COVER SHEET TIME: i P, 3&-.,v-07 FAX #: 30S441-51300 PRONE: _ 3es-- fa I - at / FROM: st Ij Public Works Department's Phone No.: (305) 663 -6350 Public Works Department's Fax No.: (305) 668 -7208 No. of Pages Sent: l (Including Coversheet) Copy To: Reference: O� sb3- © 00 -03 I Remarks • v -4" ca --Q oa 4&j"" was 6D �? 1 P 3 ✓ �`.�� vs �° �3S•�8s,Q /6�.�' B���N � tr>,P.0 /yT Bsc Iv00 Rao lfloy E,�s� ,� r7* t/ !®DDkaD .8jacA(eat1e -rV8E -rR78A If you have any problems with this transmittal, please contact us. Thank Yon! COVER SHEET DATE: - TAE: /'•`'.* - TO: .Ir t = -, - t OM: _ rift % A-R•L to Fable Works Departmext's Phone No.: (305) 663 -6350 Public Works Department's Fax N6.: (305) 668 -7208 No. of Pages Sent: � (Locluding Coversheet) Copy To.-- Reference: }',. &g * ee .9!' , i ,, � - n_ua -03 � E Remarks,: 4--� If you have alfty problems with this transmittal, please contact us. Thank You! =xxxxxxxxzxx 096969990£ BOZL899906 IWVIW H1f10S JO AIIO LO :ZZ 600Z /9Z /Z1 GHVGNViS 3QOW AO 1`m3d TO (S)3!DVd 89:00:00 NOIivdna 00£STZ8906 3WVN /'ON X J 90 :TZ 9Z /7,Z 3WI1`31VG # ' d3S 131 Xvd 3WVN 3WIi IdOd3d NOIVOIdId3A NOISSIWSNVNi 12/16/2003 62:10 3858264473 south mia mi tl -Ae1A Odga City i a• :2O'if7 MIAMI TIRESOLES INC PAGE 62 "CM 01? PIXASANT LFVING,, CITY OF SOUTHMIAM FLOMDA PUBLIC VYORKS DEl'ARTMyNT I~'ACSLWE TRANSMTTAL COVERSREEr DATE: -/,as� To., RAX #� 30 PHONE, _ Y..T., Public Worbs DepartmQnt's Phone No.: (3oS) 663.6350 Public WDrks Departmenes Fax No.: (305) 66$ -7308 No. afI`ages Sent: t (including Covearsheet) Capy To. Reference: % ` r 00 AI 12r. 70 43� /br�d�P�16� ��a�lf��l� TvBQ ?`R7��d► Y�fi"� If YOU have 7 y problems with than transmittal, please contact us. Te /T6 Jed TWIW N1noS AD AJID 86LtB995�E 50;TT UU /ST /�T City of South Miami Police Department INTER- OFFICE MEMORANDUM TO: Kathy Vasquez FROM: Lieutenant Bruce H. Ross DATE: July 16, 2004 SUBJECT: Vendor — Miami -Dade ITD This is a sole source vendor and authorized repair agent for Ericsson radio /communications & telecommunications equipment for the entire south Florida area. d;A M; .4 h E T71> aO 618 - 001 -04 -1 = Office Consumables Page 1 of i Office C®nsumab lee 618- 001 -04 -1 Effective: 12/31/03 through 12/30/06 Rate this contract ° = View survey Results http: / /fen. state. fl. us/st—contracts/6 1800 104 1 7/14/2004 ORDERING INSTRUCTIONS Page I of 1 ORDERING INSTRUCT -IONS BIDDER: Office Depo (A).. BIDDER FEIN: F592663954 Bid /Contract Administration Please identify the person who will be responsible for administering the Contract on your behalf if award is made, and include an emergency contact phone number: Name: Morrie Norwood Title: Senior Account Manager Street Address: 3146 Comb Drive / Tallahassee FL 32309 E -mail Address: mnorwood@officedepot.com Phone Number(s): 850- 894 -9039 Fax Number: 850- 894 -9037 If the person responsible for answering questions about the bid is different from the person identified above, please provide the same information for that person. Name:_ Title: Street Address: E -mail Address:_ Phone Number(s): Fax Number: Direct Orders Please provide the following information about where Customers should direct orders. You must provide a regular mailing address. If equipped to receive purchase orders electronically, you may also provide an Internet address. Street Address or P.O. Box: 1707 Orlando Central Parkway City, State, Zip: Orlando FL 32809 Phone Number: 1- 800 - 386 -0226 Toll Free Number: 1- 800 - 386 -0226 Ordering Fax Number: 1- 800 -816 -3139 Internet Address: http://bsdnet.officedeDot.com Vendor FEIN: F592663954 Remit Address: P.O. Box 633211 City, State, Zip: Cincinnati OH 45263 -3211 http: / /fcn.state.fl.us /st contracts /618001041 /order1 htm 7/14/2004 Bid Details - DemandStar by Onvia Page 1 of 2 Bid Details Bid Information Agency Bid Type Bid Number Fiscal Year Bid Writer Bid Name Bid Status Bid Status Text Award To Due Date /Time Broadcast Date Bid Bond Project Estimated Budget Plan (blueprint) Distribution Options Distribution Method Distributed By Distribution Notes Scope of Work E- Bidding City of Orlando Office of Purchasing Invitation to Bid BI- 1856 -0- 2004 /DT 2004 Diane Tisdale Annual Purchase Agreement for Office Supplies Awarded Awarded on 01/26/04 in the estimated annual amount of $330,000.00 to: Office Depot, Boise Office Solutions and Corporate Express 12/29%2003 4:00 PM Eastern 12/9/2003 None Download and Mail Agency None Purchase of Office Supplies No Legal.Ad� http:// www. demandstar.com/supplier/bidsBid Detail.asp? PU ° %2Fsupplie& /`2Fbids %2... 10/12/2004 Bid Details - DemandStar by Onvia Page 2 of 2 Please select either the View or Edit button to manage legal ad. Pre -Bid Conference N/A Publications Orlando Times 12/16/2003 Documents ' Annual Purchase Agreement for Office Supplies (49 Pages, Bid Package Complete) Addendum No. One (1) (6 Pages, Complete) Award Bid Tabulation (21 Pages, Complete) Commodity Codes CSF- 205 -71 - SUPPLIES AND ACCESSORIES, OFF- 615 -00 - OFFICE SUPPLIES, GENERAL OFF- 620 -00 - OFFICE SUPPLIES: ERASERS, INKS, LEADS, PENS, PENCILS, ETC. Onvia.com, Inc, (c) 1997 -2004 Demand5tar by Onvia, Inc. All rights reserved. Terms of Us http:// www. demandstar.comisupplierlbidsBid Detail.asp? PU= %2Fsupplier %2Fbids %2... 10/12/2004 FROM :HOLLYDRY INVESTMENTS INC Project Summary FAX NO. :305 6S8 4924 Dec. 16 2003 03:07PM P2 Client: City of South Miami. Company: Omar & Son Services, Inc_ Contact: Mr. Rudy Contractor: Omar Gomez Job Name: Price List. Phone: 305 -688 -4949, 305 -219 -6495 Job Location: City South Miami, Florida Fax: 305688 -4424 We propose to • Mr. Rudy De La Torre by means of these List pf,eos on. Labor and Parts we will be serving your city of South Miami in all Mechanical needs. • No charge on ser% ice calls (Tree estinuttes) • Labor per 1- hour- $55 °00. • Most of the parts will be subject to a 20% mark -up, unless special order and otherwise approve by supervisor on job site: • Refrigerant-22 price per each pound-$8.00 • Coil Gleanings on A/C units with -A&d and water: (Prices includes materials & labor) P9 5 -Tons; • Evaporator Coils on Package ABC units: $225.00 Condenser Coils on Package A/C units: $85.00 Evaporator Coils on flit A/C units: $245.00 Condenser,Coils on Split A/C units: $45,00 Sienatu re indicating accepting above proposal: Customer Air-can o � g Contractor Date �1 2 12/15/2003 14:52 FAX 3056631767 TEMFTRQL A /C, INC. (x001 /001 TEMPTROL AIR CONDITIONING, INC. State Certified Mechanical Contractors -CMC 014755 421 "5 SW 72ND Avenue Miami, FL 33155 -4510 Dade (305) 662 -7777 Broward (527 -1777) Fax (305) 663 -1767 DATE: 12 -15 -03 CONTACT /COMPANY: Rudy Delatorre / City of South Miami FAX: (305) 668 -7208 PHONE: FROM: RICKY MONZON RE: SERVICE REPAIR RATES .................................. ..............•.•.............. 0........................... As per your request, the following are the rates we will extend to the City. For units (10) tons and above .................. $76.00 / Hr. per Technician For units under (10) tons ................. ..$58.00 / Hr. per Technician Apprentice Rate ......... .........................$40.00 / Hr. Overtime rates for above will be billed at one and a half times the regular rate. Holiday rates will be double time and a half of above rates. Parts would be billed at cost plus a 30% mark -up. Refrigerant would be billed at $8.00 / per pound. Please feel free to contact me if y ou need any fariher inBa.— tion. Ac$S'- y,o ' Operations Manager �y Sent By: Mechanical & Marine Co., Inc.; 305 279 B565; Telephones: (305) Dec -23 -03 11 :21AM; lb echsnie2l and Marine Co. d.b.a. Miami Air Conditioning & Refrigeration. 9755 S. W. 76''. Street Miskini, FL 33173 -3114. CM C041061 / CM C1249325 37 or (305) b654277 Facsimile: (305) 279 -8565 December 22, 2003 Public Works Departine€k City of South MiarnL Flariida 613E Sunset Drive, Sow Miami 33143 Attention: Rudy de la To4c: Re: Imitation to bid "A/ Refrigeration. Services & Repair" South Miami Air Conditiooning and Refrigeration is pleased to offer our services to the City of South h i=4 Florida,. We are state certified and fully insured. Our rates as requested are as follows: Engineer I Technician: $00.00 hour Apprentice: $25.00 hour Part's r =kup: 100% o!'eost. Refrigerant Charge Rate pound: (Freon -22): $6.00 Our terms are net 15 dayi .for repairs- Installations I Modifications customarily require 50% deposit at eommencemex*i 40 % at project completion, and 10 % at permit sign off by building official- If you require additional information, please call me S4ons., ly, RM. P Presi +nt Page i I i 0 12/18/2003 03:02 3052647946 AIRTROL AIR COND. PAGE 02 Socr .Miami ;xa�a "CITY OF F LRAS NG" CITY OF O TTH REAM FLc)RmA FMUC Wad 1DX?APrMXT rp ,,UqSwjjTTAL DATE: FAQ; A*�' OM.- L Public Works Departmnt,s (305) 663 -6350 Pvb"c Works Deparftaentxs j',, 1 a.: {305) 668-7208 No. of pages sent: t {rztr udiug Coversheot} Copy To Reference: Remarks; , .d" 'w If you keae MY problems wfttt ft transmittal, pleas, contact us. t w E-7 L) Thank yo-of SEJdd ' WV' W HiMS J0 A110 SOZZR999GE VT;ZI PAA7../4i17r v.tuuJ 7,liffi VENDOR! Maroone Dodge of Miami STREET: 31151 NW 2 "° Avenue CITYISTATEIZIP: Miami, Florida 33169 R0.19e TCRMS: DEStINATION PAYMENT TERMS; POET 30 DELIVERY: AS NEEDED PHONE; (305) 653 -6343 FAX: (3D5) 656 .1414 CONTACT PERSON; Mark Moadges ISO. 368 F. g EART #2: ITEMS AWA%DEO Repair Paris all vehicles bare un1wided Manufacturer to Dealer Coat *25% Repair andfor Labor at 15% Fleet Discount from Dealers RS(e in its current Manufaoturer to Dealer Warranty Repair Labor Rate Relmhorsement Ag rnent, (See %slaw fov vendors labor r3ts.) L - SAT i Maroone Chwrolet of Miami Tim. 5 � Pailrri,atto Ford E - A ARQ INFORMATI N X 5CC OPMO AWARD DATE. 13118(01 AGENDA ITEMS M, 6N IC 81427 -01 SIDS & CONTRACTS RELEASE DATE: 01122/02 ADDITIONAL ITEMS ALLOWED- YES SPECIAL CONDITIONS; Insurance TyPe III TOTAL CONTRACT VALUE: $10,964.125,04 g EPARTMENT GSA Aviation Seaport MDTA WA►SAD Public Works Paris CTR YEAR. None MODIFIED CONTRACT VAI UEr $NiA DOLLAR MOU NT ALLOCATED $7,500,000.00 $1,635,029.00 $21,000.00 +1$260,00v.00 $ E, 125,DOO,00 $52,500 -DO $350,000.04 SENIOR PROCUREMENT AGENT: J. CARLOS PLASF1+ CIA, CPPR Jcpj s O1131102 U d CONTRACT AWARD EIS] NO., $397.0/08 f1:J. JUa P. 6 6HEET (Previous .Bid No. $387.4101 -4) OEM PARTS AND REPAIRS FOR DOMESTIC PASSENGER CARS, STATION WAGONS, VANS, PICK -UP TRUCKS, UTILITY VEHICLE% SUBURBAN% WALK -IN STEP VANS, AND MOTORCYCLES, CONTRACT PERIOD; FE6RUAFRY 1, 2002 THROUGH JANUARY art, 2007 COMMODITY CODE: 80- 001020 -00 OTN YEARS., NONE PART * : :1tEN�A R 1. N,: 65- 0802823 VENDOR: Abraharrr Che+vroiet dibat& M- droorre Chevrolet at Miami STRSIC T 4181 SW a 'h Street CiTY/STATEIZIP; Miami, Florida 33134 P.03- TERMS: DESTINATION PAYMENT TERMS. NET 30 DELIVERY °. AS NEEDED 'PHONE; (305) "2A000 FAX: (305) 44&2105 CONTACT PERSON., Leo Lamonis F.E.i.N,: 85 *0844614 VENDOR. Sall Motors 41bla Maroone Ford of Miami STREET; 16800 NW 871" Avenue QiTY1ST'ATEZP: Miami, FL. 33016 F.0.8, TERMS: DESTINATION PAYMENT TERMS; NET 30 DAY'S DELIVERY, AS NEEDED PHONE. (303) 7.55 FAX: (305) 858 4310 CONTACT PERSON, Chris Patterson F.E,I.N.; 59- 1496412 VENDOR: Monarch Dodge $T RF.r= T: 3000 N State Road 7 CITYISTATE/ZIp: Lauderdale Lakes, Plorlda 33313 F.O.S. TERMS: DESTINATION PAYMENIT TERMS: NET 30 DAYS DELIVERY! AS NEEDED PHONE. (W) 434.3300 FAX: (964) 484 -27YO CONTACT PERSOW Ed Proffitt 0 BOLL699906 13 �b r00 lBti(0t IWVI4 Hinas do , _ .r r..fnm F.E.I.N,; 59- 2336i0l VENDOR,, Gus Machado Ford, Inc. STREET: 1200 West 42th Street CITY13TATEIZIP, Hialeah, FL 33012 F.C.E. TgRMS; DESTINATION PAYMENT TERMS; Nat 30 Days ULIVIRY: AS NEED913 PHONE; (345) 022,3211 FAX, (305) 827 -2116 CONTACT PERSONt Ed Machado F.E.I.N.: 59. 0733653 VEf�DC K: Stake Chevrolets Cadillac & Oldsmobile, Iran. STREET: 30+441 South nixie Highway CITYiSTA"TEIZIP. -Romeritead, Florida 330330 F.O.S. TERMS. DESTINATION PAYMENT TORMS: Not 30 Days DELIVERY., AS NEEDED PHONE: (303) 247.2121 FAX. (305) 243 -9062 CONTACT PERSON: Craig Pearce F.E.I.AI_: 644'138564 VENDOR: Palmetto Ford Trucks STREET! 7240 N.W, 3$T" STi't.EET CIiYISTAT 144: Miami, Ooridm 33155 F.05� T3 RMai, DESTINA"%M PAYM9NT'TEKMS,. M19T 30 DELIVERY: AS NEEDEI.? PHONE: (345)592.3673 FAX: (30Q 470 -1386 CONTACT PERSON: R. Iglesias Fr,E,I, P�.. 39M22fi27'14 VENDOR! AtlsnV4 Truck Comer STREET: 2$6 West Stste Road 84 CITY! STATfEIZIA, Ft. Lauderdale, Floei4a 33312 5,0.8, TERMS., DESTINATION PAYMENT TERMS: NET 30 DELIVERY: AS NESbEl) PHONE., (954) 587.8220 FAX: (954) 797.9720 CONTACT PERSON, Jay Link 1741N.. 55- 0944181 Ti TUJ N 16111, dil h f Tel qn-"+ �599gM TZ :LG t OOZ --�E C tn QT t Q T 'atlH..J -- - -. PRIDE Enterprises, (Prison Rehabilitative Industries and Diversified Enterprises) News and Information Corporate Information Media Coverage PRIDE °s Industries Sales Contacts Statutory Missions Telephone: 727/572 -1987 FAX: 7271570 -3370 9f tilt 9- PRIDE Enterprises PRIDE Enterprises is an internationally recognized general manufacturing and services company. A private, not-for-profit corporation founded in 1981, PRIDE Enterprises has experience and expertise in working in a secure prison environment providing on-the- job training, job placement and support for ex- offenders to help them successfully transition back into society after a period of incarceration. PRIDE operates 38 diverse industries in 22 correctional institutions throughout Florida. It has received much national and international attention as a model for public /private partnerships, especially regarding the privatization of government functions. Page 1 of 2 In 1999, the Florida Legislature authorized PRIDE to oversee the federally regulated Priso Industry Enhancement (PIE) Program. The PIE program, under federal guidelines, offer businesses the opportunity to utilize the inmate workforce fulfilling the purpose of creatin inmate workstations within prisons while benefiting the production needs of businesses. Headquartered in St. Petersburg, Florida, PRIDE consists of 200 employees and 200 inmate workers and its products and services yield annual sales of over $60 million. Th state has not provided any funds to the corporation and since its inception PRIDE ha contributed over $121 million to the State of Florida in cash, inmate wages, investment i state property, victim restitution, and job training, placement and support services. PRIDE's customer base is divided between state government (55 %), non -state governmer (22 %) and private sector (23 %). A Board of Directors, which is appointed by the Governor, provides continuing fiduciar oversight for the State of Florida. Search for: S #art Search beset Postal address 12425 - 28th Street North, Suite 103, St. Petersburg FL 33716, USA Electronic trail General Information: info @pride- enterprises.com or eknightly @indtc.com Customer Support: customerservice O- pride- enter prises.com Sales: salesadm(a) pride- enterprises.com Webmaster: webmasterCcD-peol.com http: / /www.peol.com/defcorp.htm so 7/15/2004 �� of L , Page 1 of 4 i i fli� PRIDE has Industries in facilities all over Florida Click on the industry to find out more Beef Cattle Industry - Hendry Beef Cattle Industry - Union Citrus Industry - Glades Citrus industry - Hendry Citrus Processing & Juicing Industry - Okeechobee Corrugated Box Industry, - Lowell Dairy Industry - ACI Decals & Validation Stickers Industry -ACI Dental Prosthetics Industry - Union Digital Information Services Industry - Calhoun Digital Information Services Industry - Liberty Farm and Crops Operation - ACI Food Products Industry - Glades Food Products Industry- Union Food Service Warehouse - ACI Forestry/ Lumber Industry - Union Forms & Letterhead Printing Industry - Sumter Garments Industry - LaWey Garments Industry - Lowell Garments Industry - Marion Garments Industry - New River West ID / Vinyl Products Industry - Cross City Heavy Vehicle Renovation Industry - Tomoka Mattresses, Blankets & Gloves Industry - ACI Metal Furniture Industry - Union Modular Office Systems Furniture Industry - Polk Optical / Eyeglass Industry - Broward Panels & Components ( Fumiture) Industry - Polk Poultry Industry - ACI PRIDE Distribution Center in Ocala PRIDE Refrigerated Warehouse in Jacksonville Printing Industry - Calhoun Seating (Chairs / Furniture) Industry - Polk Sanitary Maintenance & Supplies Industry - Avon Park Shoes and Garments Industry:: Madison Signs & ID Products Industry - Avon Park Sugar Cane Industry - Glades Tag and Broom Industry - Union Textile Cutting Operation - Lowell Tire Re- Manufacturing Industry - Avon Park Traffic Paint Industry - Baker Transmission Refurbishing Services -ACI Wood Casegoods_ (Furniture) Indus_ ti - Sumter Prison Industries Enhancement Program (P.I.E.) http:// www .peol.com/industries_facts.httn 7/15/2004 Industries Facts Page 2 of 4 • Are you experiencing high employee turnover? • Having difficulty in motivating your workforce? • Looking for expansion of your business? • Being attacked by offshore competition? • Do you need to outsource a portion of your production? Investigate the State of Florida Prison Industries Enhancement (P.I.E.) Private Sector Partnership Program. This federally authorized state program has thousands of motivated inmate workers and industrial space at some of the state's major correctional institutions. The PIE Certification Program was created by Congress in 1979 to encourage states and units of local government to establish employment opportunities for prisoners that approximate private sector work opportunities. The program is designed to place inmates in a realistic working environment, pay them the local prevailing wage for similar work, and enable them to acquire marketable skills to increase their potential for successful rehabilitation and-meaningful employment upon release. Complying with PIE requirements is challenging, but many jurisdictions and private companies have found it well worth the effort. The Private Sector /Prison Industry Enhancement (PIE) Certification Program exempts departments of corrections at the state and local level from normal restrictions on the sale of prisoner -made goods in interstate commerce. In addition, it lifts existing restrictions on certified state and local corrections departments and permits them to sell prisoner -made goods to the Federal government in amounts exceeding the $10,000 maximum normally imposed on such transactions. Correctional industries that serve private sector customers are expanding and have provided economic and operational benefits at the state and federal levels for many years. Program Benefits The PIE Certification Program allows private industry to establish joint ventures with public agencies to use inmate labor to produce goods for entry into private sector interstate commerce, and to sell to the federal government in contracts exceeding $10,000. The program is beneficial for all: • For the private sector, the program provides a stable and readily available workforce. In addition, PRIDE Enterprises may have manufacturing space and other overhead items available to private sector companies involved in the program. • For the corrections administrator, the program is a cost - effective way to occupy a portion of the ever - growing offender /inmate population. • For the prisoner, the program offers a chance to work to meet financial obligations, to increase job skills, and thus potentially increase the likelihood of meaningful employment upon release from incarceration. • For the public, because of inmate worker contributions to room and board, family support, victims' compensation, and taxes, the program is a way to reduce the escalating cost of crime. The PIE Certification Program has three primary purposes: ■ To create a 'level playing field" for all stakeholders; whereby private companies can have access to a highly motivated dependable inmate http://www.peol.com/industries—facts.htin 7/15/2004 Industries Facts Page 3 of 4 workforce to which they can possibly outsource production processes. • To generate products and services that enable prisoners to make a contribution to society, help offset the cost of their incarceration, compensate crime victims, and provide family support, and • To provide a means of reducing prison idleness, increasing inmate job skills, and improving the prospects for a successful transition to the community upon release. Program Criteria There are several mandatory criteria for PIE program participation: 1. Inmates must be paid at a rate that is not less than that paid for similar work in the locality as determined by the state Department of Economic Security or its equivalent; 2. Written assurances must document that non- inmate workers will not be displaced or severly impacted by the introduction of the PIE program; 3. Benefits typically made available to non - inmate workers by the state or federal governments must be made available to inmate workers. 4. Inmate participation must be voluntary; 5. Victim compensation program contributions must be from 5% to 20% of gross wages; and 6. Organized labor and local private industry must be consulted before startup. PRIDE Enterprises has been authorized by State Law to hold the P. 1. E. Program Certificate for the State of Florida. The following is a list of prison industries in Florida that are currently operating under the P.I.E. Program. For more information about the program call Brian Connett at 727- 556 -3392 or send a email to bconnettfpride- enterprises.com Industry 1 Company Name PRIDE Optical PRIDE Coatings PRIDE Metal Fabrication PRIDE Furniture PRIDE Forestry PRIDE Produce Processing /Citrus PRIDE Sanitary Maintenance and SUOoIy Location* Broward C.I. Baker C.1. Union C.I. Polk C.I. & Sumter C.I. Union C.I. Okeechobee C.1. Avon Park C.1 Product ! Process Model Type Optical lab services Customer Paint and Coatings Customer All types of metal fabrication. Customer Office Furniture, seating and Customer components for furniture Wood products, sawmill services and forestry Customer management. Processing and packaging Customer of citrus products into juice, Chemicals Customer http://www.peol.com/industries—facts.htin 7/15/2004 Industries Facts Page 4 of 4 PRIDE Dental Lab Union C. I. Dental Lab Services Customer Calhoun C.I.,Sumter C.I., PRIDE Imaging Cross City C. L, & Printing Customer Appalachee C. I. PRIDE Textile Marion C. I., Lawtey C. 1. & Cut & Sew manufacturing & Customer New River C.I outsourcing services PRIDE Box Marion C. I. Corrugated Boxes Customer CCAIHunter Printing Lake City C. 1. Printing Services Employer CCA(Bob Barker Bay County C.1 Manufacture of textiles - P.I.E. application in process. Employer *C. I. : Correctional Institution Translate this nacre automatically. 9 Copyright © 1997, 1998 PRIDE Enterprises Tel: (727) 572 -1987, (800) 643 -8459 Fax: (727) 570 -3374 Email Webmaster Friday, May 28, 2004 http://www.peol.com/industries—facts.htm 7/15/2004 Planholders List - DemandStar by Onvia Login Register � bylomYiA Home My DemandStar Cl Ptanholders List Page 1 of 1 Buyers Suppliers Account Info Member Name City of Orlando Office of Purchasing Bid Number BI- 1958 -0 -2 Sid Name Annual Agreement for Oils and Lubricants 26 Planholder(s) found Supplier Name A City State Phone Fax Resource One Largo FL 7275842163 7275844024 Riteway Magic Supply Kansas City MO 8164747723 8164740348 Seaboard Distribution Jacksonville FL 9043554143 Seaboard Distribution, Inc. Jacksonville FL 8005213565 9043554143 SOPUS Products Orlando FL 4072266963 4072266965 Southern Express Lubes Orlando FL 4075926859 4073060998 FA Terms of Us :SOp s http://www.demandstar.com/supplier/bids/planholder—list.asp? PU= %2Fsupp1ier 1/o2Fbids... 7/20/2004 �= MIAMI —DADE COUNTY BLANKET PUkCHASE ORDER - - - - -- BPO ID: ABCW0300146 PRINT DATt. 11'20/2002 PAGE,'.', 01 VENDOR ID * * * * * * ** ** PRIME VENDOR SET ASIDE z MULTI—VENDOR BPO SUBVENDOR GOAL Do% PRIME VENDOR COMMITMENT.,, 00% SHIP TO: AS SPECIFIED ON INDIVIDUAL ORDERS PLEASE REFER ALL QUESTIONS CONCERNING THIS ORDER TO: PLASENCIA, CARLOS 1'T5 I EKPFRI, DATE DISCOUNT TERMS CONTRACT P.NIOUNT 11/30; 2004 ii, 665'Y "110, 00 BID NUMBER 1070 -3/01 PRE— QUALIFIED VENDORS FOR MULTI— VENDOR BPO VENDOR ID SFX 'VENDOR NAME DISCOUN'," '."ERMS 361150280 01 W W GRAINGER INC NET3C 382262714 01 ATLANTIC FORD TRUCK SALES INC NET30. 382262714 02 ATLANTIC FOND TRUCK SALES INC NET30 580254510 Oa: GENUINE PARTS CO NET30 590232360 01 ELECTRIC SALES AND SERVICE .INC NET30 590841470 01 ARROW MUFFLER CO INC NET30 591346899 01 • POWER BRAKE EXCHAIIGE INC NET30 591820682 Qi TROPICAL INTERNATIONAL CORP NET30 591897294 01 TACK LYONS TRUCK PARTS INC NET30 592027867 01 AMERICAN GENUINE }AUTO 'T'R.CJCK INC NET30' 592028023 Q1 PAPCO AUTO PAR'I'S S+C)UTH INC. NET30 592150688 01 REMA TIRE SUPPLY INC NET30 592462297 01 ELIOS AUTO ELECTRIC INC NET30 592517314 01 S & H DISTRIBUTORS INC NET30 593337687 01 NATIONAL TRUCK PART'S OF FLORIDA 114C NET30 650118452 01 AUTOMOTIVE PARTS & MACHINE INC NET30 +WSk w•�w * *yc *ii W'k w,r it *ww *i: * *•k *WWI' WitSb it SC *x *�: *'k Ne * * + * *,l•* *war +kw www * * * * * *+4Wwww w * * * *,1q WY +a :k'w`k *•* ITEM COMMODITY ID U/M UNIT COST ww******* wwwWWwww****, t* vww *ww * * * * * *x�Www•k * *�:k,rrry*•r, roc *+- * * * *x,rxwtw * * * *rrkwot •,� * * *w CONTRACT AWARD BID NO.: 1070 -3; 07 -OTT SHEET (Previous Bid No. 1070 - 3/02 -3) AUTOMOTIVE AND TRUCX PARTS & ACCESSORIES, CATALOGUE SUPPLIERS & SPECIALIZED REPAIRS CONTRACT PERIOD: December 1, 2002 through November 30, 2004 COMMODITY CODE: 60 -00 OTR YEARS: Three (3) PART #l: VENDORS AWARDED F.E.I.N.: f 59- 2028023 59- 2462297 VENDOR: PAPCO Auto Parts South, Inc. Elio's Auto Electric STREET: 80 West Mowry Drive 3251 NW 28th Street CITY /STATE /ZIP: Homestead, Florida 33030 Miami, Florida 33142 F.O.B. TERMS: DESTINATION DESTINATION PAYMENT TERMS NET 30 DAYS NET 30 DAYS DELIVERY: AS NEEDED AS NEEDED PHONE: (305) 24= 9666 (305) 633 -3004 FAX:. (305) 248 -9089 (305) 634 -8520 CONTACT PERSO Buford Moore F.E.I.N.: 65- 0118452 VENDOR: Automotive Parts & Machine, Inc. STREET: 13517 S.W. 136th Street CITY /STATE /ZIP: Miami, Florida 33186 F.O.B. TERMS: DESTINATION PAYMENT TERMS: NET 30 DAYS DELIVERY: AS NEEDED (3 8 -P v5) 232i0v FAX: (305) 232 -2570 CONTACT PERSON: Terry Perrin F.E.I.N: 59- 1820682 59- 3337687 VENDOR: Tropical International National Truck Parts of Florida STREET: 3510 N. V*v. 60th Street 3061 NW 75th Avenue CITY /STATE /ZIP: Miami, Florida 33142 Miami, Florida 33122 F.O.B. TERMS: DESTINATION DESTINATION PAYMENT TERMS: NET 30 DAYS NET 30 DAYS DELIVERY: AS NEEDED AS NEEDED PHONE: (305) 633 -7575 (305) 591 -3200 FAX: (305) 638 -0849 (305) 591 -9239 CONTACT PERSON: Jose Garcia I TL Bid NO. 1070-3/02-3 PAGE 2OF5 F.E.I.N.: VENDOR: STREET: CITY/STATE/UP: F.O.B. TERMS: PAYMENT TERMS: -DELIVERY: PHONE: FAX: COOT ACTPERSON Is Co., DBA NAPA A u Cienuiue Pai to Part 928-7-500215 �'. Street M ha y a i, F I o d a -317 co, DES TINA TION NET 30 DAYS AS NEEDED (30-5) 599-2629 (305) 599-4876 C-liff Christopher F.E.I.N.; 59-2517314 V E N DO R: S & H Distributors, Inc. STREET: 7754 N.W. 54th Street CITY/STATE/ZIP: T-Aiarni, Florida 33.66 F.O.B. TERMS: DESTrNATION PAYMENT TERMS: NTET 30 DELIVER Y: AS NEEDED PHONE: (305) 592-1747 FAX: (305) 477-6-833 CONTACT PERSON: Paul E. Bust F.E.I.N.: VEND-OR: 59- 2027967 (zrE - -ica-n Genuine auto 'rrul-lk STREET: 2777 N. W. 54th Street jjj CITY/STATE/ZIP: Miami, Ronda 33.142 F. 0. B. T E RNII S: DESTINATION PAYMENT "IERMS: CET 30 DAY S DELIVERY: AS NEEDED PHONE: (305) 63-18-5020 FAX: (3105) 638-2052 CONTACT PERSON: Justo L. Diaz F.E.I.N.: VENDOR. STREET: C'ff'/STATE/ZIP: F.O.B. TERMS: PAYMENT TERMS: DELFVERY: PHONE: FAX: CONTAdT PERSON 59-00041470 Arrow Muffler Co., Me. 145.5 per W. 7th Avenue Miami, Florida 3216Q DESTIN T ION NET 30 DAYS ASNEEDED (305)688-0574 (305)6-09-0545 George M. DeJacom.n. )9-0223-Q60 1--dric safes 4F, �el-Oce -14 0 1- NJE. NfiamtFforidm-232 DESTINATION NET 'A DAYS AS TWEE' sED (305) 754-8646 (305) 754-6398 Ray Ibberson BED NO. 1070-3/02-3 PAGE 30F5 F.EJ.K.: VENDOR: STREET: ClTY/STAT:E/-71P: F.O.R. TERMS: PAYME NT TERMES: DELIVERY: PHONE: FAX: CONTACT PERSON.: F.E.I.N.: VENDOR: STELE ET: CUv/STATF/'Z1P: F.O.B. UERMS: PAYMENT TERMS: DEUVERY: PHONE: FAX. CONTACT PERSON: VENDOR: STREET: CITY/STATE/ZTP: F.O.B. TERMS: PAYMENT TERMS. DEL IVERN-": PHONE: FAX: CONTACT PERSON: F.ELI.N.: VENDOR: STREET: CITV/ST ATE/ZIP: F.O.B. TERMS* PAYMENT TERMS: DELIVERY, HONE: FAX: CONTA, CT PERSON: F.E.I.N.: VENDOR: STREET: CITY /S'L'ATE /ZIP: F.O.B. T E;"' MS: PAYMENT TERMS: DELIVERY: 11HONE- FAX: CONTACT PERSON 38- ;2 6 2 717 14 Atflantic Truck Center -7565 ) West State Road 94 Mianii, Florida 33142 DESTINATION NET 30 DAYS AS NEEDED (95•) 587-8220 (954) 7017-97210 Jay L' 1,ck 59 -1 89 7 29p 4 ja& Lyons Truck Parts, me-) 8482 N. T. 96th Street Medley, Florida 33166- DEST'NATION NET 30 DAYS A S NEED-ED A (305) 884-4222 (305) 685-6168 Patricl(Lyolis 59-1346899 Power Bralce & Exchange 2050 N.Yv 23rd Street Miami, Florida 33142 DES TIN ATION NET 30DAYS AS NEEDED (3305) 635-1120 (305) 638-8351 john Kennedi, 59-215068'S Rema Tire Supply 1-1 5570 N. W. 94th Avenue Miami, Florida 33466 DESTINATION NET 330 DAYS AS NEEDED (305) 512-0023 (305) 513-0054 Guiller-mo Garcia 36-1150290 W W Graincrer., Me 2255 N.W.'r?"Oth Plac) M'iarnl, Florida 331172 DESTINATION NET 301 DAYS AS NEEDED (305) 59-1-3036 (33 0 55) 592 -5611 Y L Joe Marty r- BID AWARD CONTRACT THIS AGREEMENT made and entered into this Friday, August 27, 2004, by and between the CITY OF MIAMI SPRINGS, a Muricipal Corporation organized and existing under the Lams of the State of Florida, (hereinafter referred to as "City "), and South Florida Mainten&nce 5etz -r- aes, Inc. (hereinafter referred to as "Contractor"), W I T H E S S Z T H WHEREAS, the City of Miami Springs has determined it is necessary and in the best public interest to establish a contract for CITY wjDZ STREET SWEEPING PROaHCT; and, KHEREAS, The City of Miami Springs has solicited certaial bids for CITY W'IDZ STET SWEEPING,' WHEREAS, "Contractoi" has properly submitted its bid for CITY WIDE STREET SWEEPING. as set fort: in the attached Contract Documents and in accordance with the terms and conditions thereof, and, WHEREAS, the City administration and the City of Mia_nti Springs City Council have determined that she Jaid of 01Coritractor" is the lowest bidder meeting wpecifica:ions ,received for certain items pursuant to its published invitation to bid; and, WHEREAS, the City of Miami Springs City Council accepted the bid of "Contractor" to provide CITY WIDE STREET SWEE.PIVG at its City Council. Meeting of AUGUST 2911h, 2004 and dixected the preparation of this Rid Award Contract for execution by the City and "Contractor"; NOW, THEREFORE, the parties to this Agreement hereby agree as follows : Bad Award Contract Page 1 of 5 W4;Ai7"w gT /RA "gFWH IWVTW Hinos -�D A.iiD $�3�L699�g$ T7:Le b iEi - -- I . That the following listed "Cont.rdCt. Document$ " for this hid award are attached hereto and by this specific reference made a part: hereof, to -wit; a) The Legal Notice to Bidders b) General Conditions and Instwuotions c) Sweep Specifications d) Bid Proposal 2. That the parties mutually agree to be bound by the aforeseic "Contract Documents'" _in_ the administration and completion of 'this Contract. — That this Bid award Contract shall encompass the following work to be performed by the Contractor, to -wit: CITE' VIDE STREET SWEEPING as is more fully described i�a contract doc"umeat,s attached hereto. 4 That "Ccritractor" agrees to provide all services, materials, and equipment necessary for the timely completion of its duties and responsibilities as set forth in its bid and all other referenced and attached "Contract Documents". 5. ?"fat "City " agrees to make all payments to "Car_trac'toz for all work per- forted in accordance with the terms and conditions for payment contained in the referenced and attached "Contract Documents ". 6. That notwithstanding anything contained herein to the contrary, the parties hereto mutually acknowledge that =61 the event that no funds or insufficient funds are budgeted and appropriated during any term of the contract for the payment of the oi-�ligations hereunder to contractor, the city's obligations under this contract shall automatically terminate on the last day of the fiscal year in which funds were budgeted and appropriated for this contract. Bid ,'award Contract Page 2 of 5 r -n T1AHTiA u"nnc _jn I i T �Gi�1574QCG� T7 :1P bGG %Ifi f /AT 7. That any Notice which either party is req:aired or may desire -:o give to the other under thin agreements, shall be in writing and shall be given by registered or certified mail, return receipt requested, postage prepaid, addressed to the respective party at its address shown in the contract documents attached hereto. S. That should it become necessary for either party to this Contract to bring suit to enforce any provisions hereof or for damages on account of any breach of this (:ontract, th-e prevailing party - on-any issue in any such litigation and any appeals therefrom shall be entitled to recover from the other party, in addition to any damages or other relief granted as a result of such litigation, all costs and expenses of such. )itigation and a reasonable attorney's fee as fixed by the court. IN WITNESS WHSREOF, the pasties hereto nave executea Lnss Contract on the day and dente first abase writtea in five (5) counterparts, each of which shall, without proof or accounting for the other counternart, be deeded to be are original Contract. Sid Awa=d Contract Papa 3 Of 5 9T/_0T 39Vd IWVIN Hinos _�o AiI_? 9p7,i89990E TT :i Ge 1?gv97 /E t /9T ATTEST; Nagaa2 01alls, WC, City Clerk (Seal) C17Y OF MIMI SPRIEGS A municipal Corporatiorl BY r, Jayne 8vr�raz�, -'City Manager BEFORE ME, the undersigned authority, personally appeared JAMEq R. BORGMANN and M GAZE VAIIS, the City Manager and C-tzy Clerk, respectively, cf the City of Miami Springs, ID/Personally knoAw. to me, or ❑ produced identification __ -- who, after being duly sworn by me, state that they have exec;ut�d the foregoing Contract for the purposes therein expressed. SWORD TO AND SUBSCRIBED before me this 1,2 day of 2004 MY COMMISSION EXPIRES 2 - NOI'ARY PUBLIC, State cf Florida At Large 9i,'TT -_ 39-Vd .P- -06 pri'nt'ed Name —� SAGA MA IKOfl TAN 1gCMAX -y F[1i ll" z�rE C1F D A CL')M) iM0N NO, D1 OSM My CO1 -hfj5s �t�1 �XF, FP.$. 26.21 Bid Award Contract Page n of S IW I4d Hlf10S -�0 ;OLIO 807,L899S08 LZ-'L6 �OOZ /E /0Z SOUTH FLORIDA MAINTENANCE SVC., INC. BY �I 7 , TEST, (Seal) BEFORE ME,, the undersigned authority, personally appeared and the and respectively, of SOUTH FLO -AIDA, MhINTEN.ANCF SVC, INC., { personally known to me, or �j produced identification who, after being duly sworn by me, state that they have executee. the foregoing Contract for the purposes therein expressed. SWORN TO AND SUTBSCR IBZD before me this clay of , 2004. MY COMMIS51ON UPTASS: NOTARY PUBLIC, State of Florida Rt Large Printed Name Bad Award Contract Page 5 of 5 IT ITT. -qI )V I IWVIV1 Hinos .90 Ai I0 - - - _ g©Z1.999906 Lz :te POOZ /S f OT 10/L1/2004 16:19 3056687208 CITY OF SOUTH MIAMI NORTH ?,,A';' ` - 1'L..AGE V1 CM OF NORTHDAY VILLAGE ANI) LAX—MT—T-74M. t "x PAGE 01/12 :c a@.IB PI T'a rrO711de, comPlcte 1"dscape: Mzintenance of public lards /sighjaof -wzay of `the Cl v �f l�'• ttl7 BAY VAlage. Services will be perfozz'ned in z p:Dresmi:rhal Manner b3, V,-1 'or=,J crrtp:cyaea 1r± order ft} a4hitya 1 goalfty obiective which Artil main In a hfAlthffy, growing, clean and a ti t9c tab; all plarL ratcrzsl attmt~ive form zhToughOtt1 tkz0 ycai, spe"C61cslly, the ones of s vi" in tl3is ptap0241 inoWdc all of rhs ,public 1�,,.ds/right� of-way withirt the City "m'ta of the City of Nurt:h Sty Village and ihos, public» iandt adjacer'tc to the. City for wjhioh the Cit , ht -K cozltractual rase ►tens, t a Obligation ardor existing agmai mnts between the City of North Bay Villap And the F10143 Department �o+fTra xpor tiara and degv ,ribed In Sectiot Vill oi; this agreamettt. The contractor sha}S tz11Lanta11n, an file in tht pity C }erk's Ofi' c4, during tho tcraxr ,zf tkGLat the fnllu ing " ;s Coverage and Itinits. Trie C:iry cartf3 &Y Village slip-11 be an addid6nall named insured are all polinies, A, Workman's Compeztsation Insurance:, aS rquimd by iaw. C 0MRret;ensive •general Liability, Automobile and /or Trucl; ic��UZarro�, -_ 1, EkAlly Injury{ &0d beau San taraccc with lssn,irs of {Csrm}arelxensi� General Liability Insuranft...I y• AwoMobile with limits o .1 - property damage with a, limn of $100,000 Pdr t'S(,--uxrence, additional }� atl Crtcploy'ees Working for the C00tractor unit be raquir. 9015 iD. cards `rctn the ticrrh Bay ad to �stafn Village PORce Depa.rta&nt prior to comm"catne,nt of work a,ld a coVl m wirninal L�cl��rczund wlk.ok. vs 1A91VAl< 1017212004 15.19 3056697205 CITY OF SOUTH MIAMI NLr ;TH F'GY ,d.ZLLA'G: VT PAGE 62112 i�A °�L The contractor must demonstrate quallf1calions to Gornplatr• the work subiexzP tU the approval of ft City's Public Works DapsrLment nese: q allficadaa: int luda b'..at ;kve ML limited to. similar leas wo* amperier>l, available aviiiable tstsr,�ts��z. and a client referanue list of five of the neat renent past "projects of scope and size IN A. The cont;acter shill, at all times, corid -uvT the work in such ma.arar as w cnsnr,e the ,Least przctlaable obstruction to the Dublic and the vesldtnts alor►" gad adjacont to the area` wft. The oontractcr tnurt adhere to ail city eb &s, Awtm to fire hydrants, for City- related wont /hall bo pzavidad at all timett Work condurled wir" in the Stag. ref Florida Deparivia tt of Tmusportulan (fID, O.T, ) right- of-may an Sohn F. ATennedy Causeway (79th Strut) shall be. performed in trrccxt&nct<with they RD,OiT. safety juidelijftet. B. 71B contactor Will be responsible fot bildattng, mait,,Wairg, and supervisir � all safety premutions and progams io rxnmction wi.h the work. Gantt r n2'ast h4vc ille eap oil#,, tca Communlcac via t%vrway mdlo and/or cellu[az A= with the Public "Forts Departmetac, Conzrju r shall st apply clys public Works Dgartrnent wid; a tw -w4y radio ct phort. The contractor will mks all rtecessan, Prr- 'ciueions for the safety nf, and will provide, the nenessmy protection, to prcvet damage, 'ij�ury, or lcta to; d , Ail *VlMes On the Work site anal ethbr personas who may be affects tharoby, 2. All the work and mtacerijls or egtaipment to be inc0jp0rfft6d rha?zirt., whethtr in StOMP on of tiff the site. and 3. Otter Property #t the sine ckr adiac =t -there -to. jL,,c(urlattg tress, shrubs, !writs, walks, psxen, ent, roa.4wayrs, snct°ares, and Utilities_ in, rftc, course of w r�,. 10/2V2004 16:15 ?056587208 ef CITY OF SOUTH MIAMI PAGE 03/12 Al ac.} Mcwing will be performed in a workmwiiikc Tra.iAer wiliciig rom"Y P4wtr move' -q. b,) All virf areas shalt he mowed cnct .-very two weekg �,r a .mininium of 26 tiir'ids a calcndjr year, 2. Edging a,) Mechanical edging will be performed using a hard blade v rtiaal eefir. Sueam adjacdnt to upralt, coxxcrete rz rl s, sirli-,vvalks and platted ids will be edged c6njunctjon. W itla eh,. rtia�virt� 4pemfie r at vvcry Asit. • g of Grass AJ Cass will be rrimmed in cc4junctior with tk a mow -ipg hrµ 4tiozr at each visit, la. Fazttcu,lax atxett,10n will be given to tritnrning arotmd sp;buU, or 5)'sbms ca "safe their ad0qtAtB WAtOr dcli&•erT� Contractor will be raspomible far the repair and replaement eaf brazen br damagod sprinklers. 4, Rzk Gross r-lippIngs caused by m0wiagy edgt.n9¢ surd trimming will be : rris7�ed fxoz cut a, strarm- darainz, paC dq 10% Streets, Vvakways. playntd beds and all other adja,cept stjr Faces on the same day mawdd. i . Sbrwn and R a,) Stubs and hedges are to be maintain by manual or rzechar.icai hadp clippers. (No htAC.HETES) b.) Dead nr LsrtakLM, braWhes u'i¢i be Mmoved from s?imbs and b.ctdg *s 10/121,12004 16:19 305668 7208 CI7V OF SOUTH MIAMI PAGE 04/12 Ground Cower W 1' mied Beds a.) GtOund aavar Md plantdd beds will ` e t-, im ned of prur&d 11cce3s2ty to MiAtain a detizod btd baig zt awd co or-courage PlOts to flow Out Iz provide complete wer e. b,', Separation of grNnd cover varictiex will be made "t ttiat there :� no spread to arees raceapied by ot;l er grovr:d cover varieties. 1_ ;v�;a�t�sarace �ts�,iag t ? Suck= and near sprouts will be removed from wee trunks e�i a rnutint basis. lt.t Low 1Cmbs and brtarwhes wil. ba pruned aTid maintairtod ra Mvil^e s tor, frczt (10') alessaaoe ever walkways, sidewidki, Orking lots anal other arm whiob would JmIrfare w n `vhicic�5 ridfor pademians. Oi tm)l en fool ( 101) clearance will be 11 ;6tP�iR tiCd an A trees unless certain yarjetju dlaate a iowtr i m,-.ch is 4hc, Limbs aro bratachm which obstruct t2�a vicw d. street 11gnage will be ttimmed to af'f'ord a teaiaonable view of 01$ sigziaat, Limbs and'araac: es which interfere with scr"'et fighting shall be tri:rtmad back to ensure adequate lightl,ttg of raadways emd sWelwa% , Au xua;l Fx umlwr d of *41 City ram (Saban, 0000nut. o s,nd ot�ei palMs) rrum ye.%rly in May rt-,Mavinga all b0ou, frult: stt<v,.s acid frOMA hanging below boviaon i. D, �6jk C "c oC 1. , beds a.� '4Wa4d cw.troi wtdi be PeOD ed on vlanzect beds and in tr-;;e we i., by means of M11tual, rr,(,,&hAnita) and/or clttnaieal MORM. b.) Where o} Micai weed conmrol is feasible, i plication of a aYsttrxitr hil-A wida will be rr:ade f67 post *,(? erprncy contrtal t,,fe r.5. J.✓la v tA:li� �5�����a� CITY OF -oO iTH MIAMI ^40R j'H SAY 'J!LL AG5 i I PAGE 051712 PAG Z ?. Streets 1d sidewa&s a. i Weed wntrol will be pisrformed on streets, .,urDs aid sic .'wvalks by means of manual, mei ;h anical andlor cheraf l a a- -T Q. b.) Where chemit:al weed dtantrol is fasible, pla.,;tr. of a s tmtnic htrbiridc (RQUndur. pro) %VW, he -nixde C, orne react control. tCont x;or ac supply hertiti;cc) C.) BEs>tt¢i1�'t a k - Az rr mLThe wntraclar shall, at no a.d ':Itln,,vu Wit to the Cit % xoplace seasonal plants, as de; ftrrr.ined �) d)* city's Fablie Works Department up to thw- (3) dynea a / a.- (Se"Onal planu to 4,c str►plied by the City). S . litter to be picked jp City, wide- at leat four (d) tirr,e$ per ,xul, (Monday t IAnesday. Friday, and aturday) along Chy `sgh,t -wf -ways and Dchc r City Owned prbpertias, w 0atra cos- gbneramd litter and debris resu!ring f'ron iandscepe maintons'na function$, will �e remote by the cdntrwtor- 3,. C0II Waat0r apm aif'icatly Agrees that Under to wi landscape Muria or lltar �e blow:i into sterrnwater (Wets, The oaattraceot,ha9 rtxe optfast of zraaspoprhV to t%Z. ,�'a dui !ic WX facility litter, and debrfs gerttratA t1ger th,e prOVIS.1011S of thii ekintra,at. Llccr and CehTU so tMtispvatGd shall be elated is proper reczptults is Jr.tt s € by the, p'u'blic Wurlra DepA=gnt, F. ExwMU I . All Izrdsc greas oovtrod LE.nder -his cacxtraof will raoditje Appl i"tiwa per year. (Fordlixer to be provided by cf:,:txr =(30, The typt Of fertliizers to be used ea as folic�ws: a.) Gig 24-3-11 ,grayltilar Al.c,w release twice per y z. M - '; c amlicatl6w pcx` yeast. Aptil. iuiv, Novi rmbsr with anti (1) ih, of Lesco, 8-II. M0 fet°tih!mr per ore iauMred (100) set. ft. 10/12/2004 7.6;19 3056687208 ti. CITY OF SOUTH MIAMI pA(: -3E 06/12 {•i[i�ti ;; ty RXle tf,) T=A - Two appllmt61m r y , Apra tm scptemtser, ,vita ont-xa3f lb. of .6 or 8 -10.10 react fertilizer per K. caliper measurad 14' abo rxt. W3. c;.► ;i - Thre -e eppilutioas per year, as por m"Iteule for tree ertiiizacit�r, as3t�as; Pa3Ms 4''-6' ove:a.ii heijbt azje -�glf 1b, of jMpruued pA1rn Spircial fertRizer per ap+iscatiaa. 2.i )'C= 8' -12' overkti ta-Agizt. - otae (p 1b, of jmpr l d P60M Sptcial fertilizer per apphCatlon. .3 Falms W -50' OvYra,it beight - three (3) lbs, of.In1prrjvt4 Palm ferfilizerper, appliatioll. e,) %M Ot4 initial and one rnid•ttrm apps icatior of n utr: c14. tart l s�v nr r t" i day 134.13 fertilizer for ggZb s~sSon..�I color pi�t�t.ttb�. f. ) Shrubs and groQnd Covw begin to show systems 0� ChIcIrosig, dreg root -5111 area., as needed, wish Mluor -gre Mix.' 700.0, by Vigorv. 1~0l10WIlIg ma�ut"e.cturer`� ln,sracslt�zts. oz�t_'aCt S 5ha11. Mai°ttzin, repair clty -wjda irrigatloh 3.wttm s neaderf, prier WProval Tnot be obtatrted by tht Nblir Works Daparilrte?ii_ r`Rky iil pay l r ma.erittts a1�ed. h C 'n f . All chase eraas kyw Uvin$ mulch rnsdntal god `oy the c err a *,�r and new trzas 43 desig -ned by the t'N1ty. 3, Tht aatsleb w333 be suppNed by the wntr. cfor. 10/12/2004 16:18 :3056667208 3, r 1173a 305�rSS84S CIT`P OF SOUTH MIAMI hdQF' "h� BA', V:U.A.OJE VF P�4C�E 07/12 vi A. T murv! blaAd 1• All grass areae oD each side ois HisparGala F.Ad Adventure Avariues :'. All Krass ar ,c at the Public `'forks 8Cd1na, Tot Lot 3. All mediwns on AdVtAtZe Aw aue, I4isparzoaa Avenue s.i)d No: ,1 reag ire 4, All sidowziks and curbs S. Pirzes Alley, 6" Hedge Grimmirg and weed conrroi, city parking lot adjaa ^m to t;- � riarsE;�& horny at the inteeseGtios ol• Nora, Troasure Drive, and MKIti, y Avrnue. 7, Utdr To 66 picked tap CLty wide, at least four (�) times per tverk Nrra*r, WadnegdAy, Friday. W Saturday) along Ca:y Arid orh -If Cite ewraed properti0, B. North Bay Waxid I • Fountain area at entraaco to island, 2. Ali, srzmts and htdgos tiong wall irorlhig the Island 2- N3'"139 Asrd crimMIA9 of all axea.4 within the public ri ljt,oj' ,-W&y Dior, Xmedyaa�sev��y 4- Mit -d4a Surrcundirxg C�ia hou c 5. All trees* shrubs and liedg0s w11111r► arly j$vbli4 rlgr t- 0f•urayu err, the J41 an fob trimmiaag Rufr4ge3 batty 6. Liner tv be picked up City *vide at least 'four tames ner �eax (RROaciay. Wedneiday, Friday, acrd Sartarday) al, C'ty right-o� �r�a -jai Other QY owned propenies. C:, Harbor Island I. Erlva.rrut medium tai R$i&rtfl ?, Ali mini- la -v14a located vta C.1ty "3 rigttt�f -��y 3. all grass Arta located 0'" WtO right -of- -way 4. All grass, trees, and shrubs a,rou�jd r1jurrzcipa.l oomr l .x. 1e/3212e04 16-19 3056687208 A 0 5 Pt, 896'4 1�1 VII CITY OF SOUTH MIAMI PAGE 06/12 pAfz n9 W be picked up C#y wide Et least four (4, ti=s pex Nyttk (I oriday. Wednesday, Friday, and SaMray) along City aftd o0ar City 6%vned prowdes. D. John )F. Retwedy Cau4eway t. All mediums Tom the middle o,,' Q-tc west flat br)dge to the asst drawbridge 2. All azus Withit the pubic right-of,way along, Kerviedy Cau rvay foom speaMcally those are-as on 6tkth aides just west of the east drtwbridge, die. art in front of aarAel VWTOD and tUt tress m the nom side o: the east and wbst fAt brldge�. Li'm to be picked m City wide at least f= (4:1 ftes or week (Monday, Wednesday, Nday. tnd Saturday) along -CYO zl�hz- of =aa�rs and other City owned propartloa. 'Ito sutwessM bidder shall provide labor ud eqqlpm-�nt to the City in ev.-At of a hurticAnt e=90XY Or 01hzr, natural dijasw requiring add;tJons.11 maftpowex beyond the City's capabillty. A. p;ower end 'C�tti ant Sur,cwfu) bidder xgraes to provide a m,111mum of three (3) workers, three (.1) chtin saws and VehicIN fOr &11Y cMtrgen* sitvadon as designated by the City NfAiiagcr or his designamd gent, B. liourj 3N-qEW Payment will be made far actued hours worked it, the City and dots qat j.,1clud(, t±zve,,) time getOng.to and from the Clity, C, A%W=90 Activation of an ENTAGMCY SERVIc-93 slimarion sboll 5t made by Nt City Marskj4r or hit dmignsted agallt. The )v1w)1ger16 &�jgq0,t,-,4 Qpv,, expressly includes, but it not 11mithd to the pu�,Ije Works Direemr. - -- PArE IS/12 1 z CITY OF SOUTH-MIAMI _ 10/12 /2004 15 19 3056697208 f 11'43 6p 8 y }aUP7H MY '.1-L. Aw', I'LL :- << . �t�tl�la�►il�n' r� Pry In PrlerS.1, it is the intent of this EMERGENCY SiRRVICES suction to ,hm' the 00Mactar if, the City for a short perlad of time prior to any hurricane emergancy car other ta,a[tlra1 disaster. Ta addition, ix is anticipated the korttractox Would return 1;0 lbs.. City immediarely after the storm .for a period of work Substalltit&N., itt excess of tn.e pre -Storm sarviceS. Str way of Procedures. it �Iosslble that after in emergency, there w,ruld be no tt=iepl5o to service � ithitt the City Iimits, Accordingly, The contractOr will proceed to the City i,nd survey tha cozditiOn of the City roads, seekir? g verbal autltot'ity from the City Mxia.rcr or hfs drsignated asetrt to corn:rneinde work activitics. In the unl&ely event ttutt formal awhority is notobtained quick enough to ei } Oth the puWic ernerge[tcy, the catt:raclor is authorized Z usk, Sour,d judgement And prOMM to lhitiate-the work an his own, Mtvever. >:his self- initfamd cltall- up prr ceduro cannot exceed rrore than fo +3r (A) hours of charges tc il; {'ity eXpress approval of an apprrapriate City re reae�tratt e, Colltfac -ter s7 al) be required to katp accar jw raw.* of all manpt��rer artd equipirant aged during =etgency cervices. fT. 6t. ' I aril uS Orher rhar: expressly steed above, there i3 to be no minimum crime of It is the irrren,t of the City .hat in most instgnces debris will be Cr .It a� by t�,e Contractor's workers i.atO scg[nents no lirgtl th1n. four (4) fett in lenSth, and Mace -d ueattly at roadside iacati011s for pickups by the City. However, it fs pass €isle; that d- :e c,'"ttgetOr will find it hecmuy -to lmd his vahl.cless and ha.ui Off debris to a dumping ra,ciilry, In such aq event, the City Mll pay Qr raimburve fur all durupl.ng fees. he.tns A throagh G err to be ramrensated on, a fiat hourly basis. 10/22/2004 16:19 3056687208 CITY J SOUTH MIAMI PAGE 10!12 WAGE. ,..t Tbd rroWing of all turf ernes thratagout the ps;tpr.y for the mG:liar�s,rtt~ arca,a between Intracuasmi Bridge acid North Say Island, per t is soh.rdald belaw, - 8, The edgirg a; zil walk ano Cub eraas in ;.cncz�rence u ;ls each �s��;,,g, . The edging of 0 DWat beds its Corcurrt:rzte with cVM Tzlowinz or u :zsplQrion req u fret, 0. The tveediag '.�f all plant beds are ottert tss Plata .health 8114 the highest level Cr order ragtdM'%, Wcadvs Pruning. one tame per contract peri od, ai all v�aady �ra�n�rat�is �2rd LLr-e4 legs thats, eight (6) f4ct in hoight. to baWr:cs int'lttratlrrg fight, to ramovt ead :good harboring insects and disease anc ro prajnaw rtrait�rum hrattk & growth. . Small arramaatal palm trfts will he trirr,.rttett itrce per 3, dtzrin;'- the non- gru�r:;bg setson. he kxlttarirtg f gualifyixtg sluubs aald bedg.s to ruitrtain desired j�rape and k • 'rhe power .lipping of grass areas tittered in the Maintenance gpacesg' The talrAving of all walks and paved aroas litrered in the mai�Atefldiicw p+t4�e�s �• w Compan =y wsjxnes re,§ ut sibili r fbr at,y arrd all d3.t&&g.e, %nclttdir�g ir, i rrtit,rr t'ar p ncats rttat a c rs as a result f ilea rnairn'enalce pfioCa4s. Corrpliny is T10t respt�rrsi it for shy c0nditi= of the l4ndw; pe slue to drought freeze, ixr's atie+rr deft icircirs or stufn damage, ktowcver, under separare cGr'par�3, �rravlda thA Wowing servlcel; ' • a6plaa meat of turf, Plata life, or irrigation romponants. ne rarmcval of 4tntm or fraur,- related dghris, 3- The maintenance of trees cxeeedirg s�ti'ea (�i :eft in height. {�+rn�aro-y ass7lme,s srO Eabft for damag:s cr toai agrz ,trii l damagesj LaGrsac; by cnrtctitim -3 bty6nd ihair cor,trvl. 1-1/12 �PA(-,E CITY OF SOUTH MIAMI F LK The term V this r� ®iment s` sil be tree (3) mle,adu years from tht damp of Cuy's approval and spa!l he compensiud for I a njW s4im o (tv be typed in by'hiddar,) Pap-nent to ba pimessed by Fitt ^lry on a non -, ;ly but-S upot raceipt of ,on.tracior invoice, Cil�, reserves the aright to Terminate Co7ttaC4 zfter A thi irty (30) slay no,inc sent via cxrrific� mail, FOR Ci"ky t;tF INC 1IRMB3AY I'Mi, GE. CM O-P NORTI : DAY VILLAGE '79 least Drive to o', 0t Bay Village, FL 3S 14) .Pborte - (103) 756 -7171 a C3(6) 756.7722 ciry dv m-tter T') Dam FOR COMPe NY- i 1 j �+c).).�r..... address Pritiftd Fume and Title p Date MOM; f C