Loading...
2007-2011 CIPCAPITAL IMPROVEMENT PROGRAM BUDGET MIAMI SHORES VILLAGE Fiscal Year 2007 to 2011 THOMAS J. BENTON VILLAGE MANAGER TO: Skorej v� iarni 10050 N.E. SECOND AVE. MIAMI SHORES, FLORIDA 33138 -2382 Telephone: (305) 795 -2207 Fax: (305) 756 -8972 MEMORANDUM Mayor Al Davis Vice Mayor JC Rodriguez Councilmember Herta Holly Councilmember Steve Loffredo Councilmember Jim McCoy FROM: Tom Benton Village Manager DATE. May 16, 2006 SUBJECT: FY 2007 -2011 CAPITAL IMPROVEMENT BUDGET 7e As the new year's budget cycle begins, the first order of business is to analyze and recommend our planned infrastructure investments or the FY'07 Capital Improvement Budget. For quick reference, the Capital Budget differs from the general operating budget which will be presented for discussion in early July. The primary purpose of the Capital Budget is to take a long -term look into the Village's infrastructure and prioritize those projects. The five -year cost for this plan is projected to be $14,995,473. Under state statute, the Council is required to appropriate the designated funding sources for projects identified for the first year of the five year plan or the fiscal year beginning October 1, 2006. For the upcoming year, the value of the proposed capital projects is $1,899,600. The funding source paying for the respective FY 2007 projects are: Capital /General Funds ........................................................ ............................... $ 523,274 Fleet Maintenance Internal Services .................................. ............................... 276,800 Local Option Gas Tax Proceeds ......................................... ............................... 481.828 Transport (CITT) Surtax Proceeds ..................................... ............................... 299,698 Sanitation Enterprise Funds ................................................ ............................... 318.000 TOTALCOSTS ................................................................ ............................... $ 1,899,600 For the projects identified for FY 2007, the appropriations establish the thresholds available for the respective plan. As the project begins, contracts meeting the Village's purchasing procedures will be individually presented to you for final consideration and award. The effective date for these projects begins October 1, 2006. TJB:MAM: Attachments RESOLUTION NO. A RESOLUTION OF THE VILLAGE COUNCIL OF MIAMI SHORES VILLAGE, FLORIDA, ADOPTING THE FIVE -YEAR FY 2007 -2011 CAPITAL IMPROVEMENT PLAN BUDGET OF $14,995,473; APPROPRIATING THE SAME INTO THE CAPITAL PROJECTS BUDGET; AUTHORIZING STAFF TO BEGIN TO FINANCE THE DULY DESIGNATED PROJECTS FOR YEAR 1 OF THE PROJECT (FY 2006 -07). WHEREAS, the Village Administration has identified the future capital and infrastructure requirements of the Village for the next five year period beginning on October 1, 2006; and, WHEREAS, projects valued in excess of $750 with a minimum of a three -year life expectancy are considered capital projects; and, WHEREAS, staffs recommendation for the five -year period are identified in the attached report and hereby incorporated into this Resolution by reference; and, WHEREAS, the Village Council has responsibility to authorize and appropriate funds to implement the first year of the five -year plan. NOW, THEREFORE, BE IT DULY RESOLVED by the Miami Shores Village Council, that: Section 1. The Administration is hereby authorized and directed to implement the attached five year Capital Improvement Program for FY 2007 through FY 2011 included. Section 2. The Village Council hereby appropriates $1,899,600 for the FY 2007 component of the FY 2007 -2011 Capital Project as follows: Capital Projects Fund ($523,274); Fleet Maintenance Internal Service Fund ($276,800); Local Option Gas Tax Fund ($481,828); Half -cent Transport Surtax Fund ($299,698); and, Sanitation ($318,000). Section 3. The Village Council hereby authorizes the Administration to proceed with the FY 2006 projects along with designing, negotiating and implementing any necessary financial arrangements to best utilize the Village's financial conditions. PASSED and ADOPTED this 16`h day of May, 2006. A] Davis, Mayor ATTEST: Barbara A. Estep, CMC Village Clerk APPROVED AS TO FORM: Richard Sarafan, Esq. Village Attorney "A cams Shopej Villaae t8 °Y 10050 N.E. SECOND AVE. Ftiflp' MIAMI SHORES, FLORIDA 33138 -2382 Telephone: (305) 795 -2207 Fax: (305) 756 -8972 THOMAS J. BENTON VILLAGE MANAGER To: Mayor Al Davis and members of the Village Council From: Thomas J. Benton - Village Manager Date: Tuesday, May 16, 2006 Re: FY 2007 -2011 CAPITAL IMPROVEMENT BUDGET Attached please find the Proposed FY 2007 -2011 Capital Improvement Program Budget (CIP). The budget represents department requests for capital equipment and projects valued at more than $750 with a life expectancy of at least three years. The Proposed Budget is divided into each funding year and identifies the following: 1) project or program description; 2) the department submitting the request; 3) the division that will benefit from the investment; and, 4) the cost of the project by funding source. For the five -year period scheduled to begin on October 1, 2006 and continue through September 30, 2007, $1.899,600 is planned for investment in Village assets and infrastructure as follows: FISCAL YEAR REQUESTED 2006 -07 5 1,899,600 2007 -08 1,350,683 2008 -09 1,421,117 2009 -10 1,080,548 2010 -11 9,243,525 TOTAL $14,995,473 DEPARTMENT FIVE -YEAR TOTAL Administrative Divisions $ Library Operations 21,694 Police Department 347,500 Public Works Dept. 6,377,199 Recreation Department 8,249,080 TOTAL $ 14,995,473 Transmittal letter: FY 2007 -2011 Capital Budget Page - 2 - May 10, 2006 Funding for the proposed projects is subject to the annual appropriation process and is sensitive to market conditions. When funding is limited or restricted, new projects may be deferred to subsequent years, easing the burden on the Village's cash flow if necessary. For the upcoming fiscal year (FY 2006 -07), the total project costs are $1,899,600 assigned to the appropriate Departments as follows: Recreation it Culture .. ............................... ....................... $ 155,774 Athletics ............ ............................... $ 111,925 Community Center .. ............................... 22,155 Library ................ ............................... 21,694 Public Works ................................................... ............................... 1,546,326 Street / Sidewalks ...... ............................... 951,526 Fleet Maintenance .... 276,800 Sanitation ............ ............................... 318.000 PublicSafety ............. ............................... ..... ............................... 197,500 Police Department .. ............................... $ 197,500 For Program Year i {FY 2006 -07). the total originates from the falfawirrg funding sources: Capital Project Fund ........................... RoadTaxes ....... ............................... Local Option Gas Tax Proceeds......... Transport Surtax Proceeds ............. Enterprise Operations .......................... Sanitation .. ............................... Internal Service Funds ........................ Risk Management ......................... Fleet Maintenance ....................... ................................................. $ 523,274 ........ .......... ............................... 781,526 ............. $ 481,828 299,698 ................ ............................... 318,000 ........... $ 318,000 ........ ... ............................... 276,800 .............$ - ............. 276,800 The attached program requires two actions: 1) approval of the five -year program in concept as a whole; and, 2) approval with the corresponding funding appropriations for the FY 2006 -07 programs only. The authorized programs will receive the corresponding appropriations as of October 1, 2006. TJB: MAM: Attachments (FY 2007 -109 Capital improvements Program) Transmittal letter: FY 2007 -2011 Capital Budget Page - 3 - May 10, 2006 Total Five -year Cost for Capital Projects $10,000,000 1 $9,000,000 $9,000,000 $8,000,000 $8,000,000 $7,000,000 $7,000,000 $6,000,000 $6,000,000 $5,000,000 - $5,000,000 $4,000,000 $4,000,000 $3,000,000 $3,000,000 $2,000,000 $2,000,0[10 $1,000,000 - 00000 $1,000,000 f $- 50 �O7 SOS p9 X10 Vf 11 Five -year Capital Project Cost By Department $9,000,000 $8,000,000 $7,000,000 $6,000,000 $5,000,000 - $4,000,000 $3,000,000 $2,000,000 $1,000,000 - 00000 $- — Public Works Recreation /Culture Public Safety Table of Content, ": i 7 -30505 5 Reorder No. I FISCAL YEAR 2007 F{, FISCAL YEAR 2008 FISCAL YEAR 2009 FISCAL YE. _&0% - 0 C t 0,0 Sol. %-Lo % . S141 3e 1, E2d 1 � sti 1. G'Q —� Miami Shores Village Capital Project Costs (FY'07 thru FYI 1) Sorted by Funding Sources Project Description Proj Dept ' *2007 xx FY'07 Fund Source TOTAL: ALL DEPARTMENTS $ 1,899,600 Purchase fifteen (15) tables for Comm Ctr Rec • 001 $ 2,200 12,000 CAP Replace linolium tiles /sheets in auditorium Rec •002 CAP Purchase externaldefibrulator Rec •003 2,000 CAP Resurface/ stripe paddleball courts Rec 1 4 004 4,600 CAP Resurface tennis courts Rec •005 19,600 CAP Replace external doors (Comm Ctr- patio) Rec o 4,260 CAP Purchase 100 - folding chairs for Comm Ctr Rec • 007 3,695 CAP Purchase Equipment shelter Rec • 008 3,250 CAP Purchase five picnic tables / benches Rec Rec Rec • 009 • 010 •011 5,200 2,275 75,000 CAP CAP CAP Purchase Pitching machine Replace tot lot equipment Et periferals RECREATION $ 134,080 Replace lighting fixtures (Nonfiction area) Purchase/ Install Hurricane Shutters Replace five (5) PCs aged 6 years+ LIB LIB LIB •012 •013 •014 $ 7,495 CAP CAP 7,824 6,375 CAP LIBRARY $ 21,694 (Purchase Police Mobile Data System (Purchase x26 Tasers POL - -t POL • 015 • 016 $ 84,200 CAP CAP 20,200 (Replace ten (10) DELL Laptops POL • 017 18,100 CAP Reserve for Radio Infras. Replacement POL •018 75,000 CAP POLICE $ 197,500 Transfer PD Generator to Rec Center (Replace PD Generator ADA Improvement project (Design /Install NW 2nd Avenue Security Wall PW:Sts PW:Sts PW:Sts PW -Sts •o19 • 020 •021 •022 _ $ 44,000 CAP CAP CAP CAP 105,000 15,000 50,000 PW- Streets $ J_70-,GW a1y,jt-A i l . Q1 DO Sze. Gyo41 5'A L. V0 5 ti Source: Departmental Submissions Page #1 of 2 pages Printed on 5/10/2006 3e% Soo G4 3e►. �t,oz. 541 .ASS r G Zrt3L — 6213PG — GZ,'I5o — It 3n <"( 301 Sew' - 53`l 6ioeL%—� G 4 000- G4TI1� a `tw 3 (, ►. Ia10.5tiJ. &2.730 Miami Shores Village Capital Project Costs (FY'07 thru FY'l1) Sorted by Funding Sources Project Description pro] Dept u2007.xx FY,07 Fund Source TOTAL: ALL DEPARTMENTS $ 1,899,600 Replace Altec Chipper Replace Bucket Truck Replace V Mgr's Car [V 0101] Replace Police Van [V -9538] Replace Stump Grinder [V -10] Replace three (3) marked Police units PW:FF •023 $ 28,000 FLM PW :FF "024 93,000 FLM PW :FF "oz5 25,000 FUN PW:FF •oz6 20,000 FIM PW :FF •027 31,000 FIM PW:FF •028 79,800 FIM FLEET MAINTENANCE (F. 550) $ 276,800 Street resurfacing Sidewalk replacement PW: Sts •029 $ 100,000 LOGT PW: Sts •030 100,000 LOGT Sign replacement Ft materials PW: Sts •031 6,000 2,000 LOGT LOGT arking bumper replacement PW: Sts PW:Sts —r •032 •033 Tree Replacement Program T 15,000 108,828 75,000 LOGT, LOGT LOGT 109th Street Median Rehabilitation PW :Sts • 034 Design / Install Decorate Street posts _ Village wide forestation program J Replace Pickup [9663] PW:Sts ;m PW :Sts PW:Sts 035 w 036 •037 50,000 25,000 LOGT LOGT LOCAL OPTION GAS TAXES (F. 130) $ 481,828 Recycling bin replacement fteplwc_eTaader [V,1� Re_P_aceTra�t_�r_ab er PW:San PW:San PW:San •038 "039 •040 $ 3,000 SAN SAN 115,000 50,000 100,000 SAN SAN Reserves for Chipper fie d C eanup Purchase Antinuator T PW:San PW:San •041 •a4z 50,000 SAN SANITATION FUND (F. 405) $ 318,000 Road, sidewalk, rights of way rehab project PW :CT . `043 $ 299,698 CITT CITT FUND (F. 135) $ 299,698 rA Source: Departmental Submissions Page #2 of 2 pages Printed on 5/10/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -001 Fund / Department 001/1403 Project Folding Tables Name: PROJECT STATUS Project rating 8 Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year x Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 2,200 Project expected to begin: x Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Purchase of 15 folding tables for the Community Center Classes Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: For classes, meetings, and special events IF DENIED, possible alternatives which May be considered: Funding Request by Year lit Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 2,200 $ - $ - $ - $ - $ 2,200 'Source (2) - - - - - $ - 'Source (3) - - - - - $ - TOTALI $ 2,200 $ - $ - $ - $ - $ 2,200 Form FIN_CAP1 Revised: Jan'06 MITY -LITE : CUSTOMER ORDER FORM Angie Dorney From: Jon D'Arc [fond @mitylite.com] Sent: Monday, February 27, 2006 3:27 AM To: Angie Dorney Subject: Mity-Lite Customer Order Form # 175718 CUSTOMER ORDER FORM Page 1 of I THIS IS NOT AN INVOICE Quote Number: 175718 Atm Ordering Customer Number: 136198 > TM Billing Customer Number 205755 Customer P.O. Number the leader in lightweight dnrabiHty 11QUOTED TO 11INVOICE TO' ORDER TYPE 11SHIP TO CITY OF MIAMI SHORES/REC DEPT CITY OF MIAMI SHORES /PARKS &REC CITY OF MIAMI SHORES /PARKS &REC 9617 PARK DRIVE 9617 PARKS DR 9617 PARKS DR MIAMI SHORES, FL 33138 MIAMI SHORES, FL 33138 MIAMI SHORES, FL 33138 USA USA USA Attn: ANGELA DORNEY Attn: JERRY ESTEP Attn: JERRY ESTEP RECEIVED DATE JF SCHEDULED DATE JF TERMS ORDER TYPE 212712006 212712006 NET 30 Regular F.O.B. JF SHIP VIA SALES REP SALES REP PHONE ORIGIN - PREPAID BEST WAY POSSIBLE Jon D'Arc 800 -280 -3455 li QUANTITY it ITEM Il UNIT PRICE li TOTAL PRICE it I 15 I I F 306 HE G2: 0 IN. X 5 FT. GRAY RECTANGULAR TABLE, 29" TALL WITH GRAY TRIM; BLACK, I I $145.61 I� $2,164.15 �I Signature': Date: SALES TAX $0.00 QUOTE TOTAL _ $2,184.15. �1.4p .-k N 11 �Ocao "Your signature confirms items & quantities desired and agreement to payment terms as indicated. Orders will not be scheduled for production & shipment without a valid signature. 1301 West 400 North Orem, Utah 84057-4442 2/28/2006 tel 801.224.0589 800.327.1692 fax 801.224.6191 website,A .Mq)Ll e.c MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -002 Fund / Department 001/1403 Project Auditorium Floor replacement Name: I PROJECT STATUS I Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submi d date Effective yearl FY 2011 X :Source (1) $ 12,000 $ - Cost Estimate $ 12,000 Project expected to begin: Q1: Oct-Dec Q2: JawVlar Q3: Ax-Jun Q4: Jul -Sep x Source (2) Description of Item(s) or Project . Replace floor in auditorium with tinolium file /sheet Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Floor is damaged and missing tiles in several areas. IF DENIED, possible alternatives which Leave as is. mov be considered: Funding Request by Year & Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL :Source (1) $ 12,000 $ - $ - $ - $ - $ 12,000 Source (2) - - - - - $ - Source (3) - - - - - S - TOTAL $ 12,000 $ - I $ - S - $ - S 12,000 Form FIN—CAN Revised: Jan'06 H & D Carpet 11835 W axle Highway Miami, FL 33161 Phone-305-893-9717 Pax-30&893-9723 :900 TO Gampeny nqMq Dete locatbn FAX COVER SHEET rex nummr Phone number --JAzirL - —1 —Z/� L D ftmi ❑ NW& AsAp El Prmn mm mm P-P'Pmm,-v-- r, your ink. Tdal pages, IndudIng *over. COMMENTS 11--l-I ....... . ....... .... ...... ... . . . . . . . . . . ... . ... . .. . . ... . . . . . . . . . . . . . . . . . . . . . . . . I . I I - '. . - - � .. .. . . . . .. .... .. . ... . .... ... . .. . . . . . . . . . . . . . . . . . . - - ..... ......._.....r . . . . . . . . . . . . .. - .. .. . , '. . .. I . . . . . . . . . . . . . . . . . . . . P. I - I . . . . . . . I . I . . . . . . . . . ... .. 1. 1 . ... ... . . .... .. . . .. .. .. . ... .. .. . . ... ............... ........... ............. ............. --- . ........................ .. 6 ................ * .. ........ ............... ... . ........ .......... I .. ....... .. ... . .......... . ............. ......... ... . ....... Oak's . .................. c'.fa 0 0 .. - .... I I ............. ....... ............. ........ . ................... . .................. . .... .. ..... ......... . ... .... ......... .......... .......... .......... I...; ...............,..I.... ... ... ............... ...... ..... . .............. ............. .... ... ............... ........................ . ............. . ............. ............ . ............ - .. ... ....... ..........° ............... . ........ ..................... ... . ..... 11 .... .. -.1. - � - I. ... �� ... -- ............... . ... -. . -- I ........... - ----- ......... .'k Td. WUTG:LO ROOF RE --idb Z�L6 269 SOZ: 'ON XUJ Nd El AddUD C :8 H: WMU H &D CARPET BARN 11833 West Dixie Highway N2 1935 North Miami, Florida 33161 (305) 593 -9717 { JOB (It Different from Customer) t CUSTOMER NAME r ADDRESS - 7- "` --�' - -924g,!!E a AN ACTUAL BILL CITY 122 ,Lez y DATE 46UL TOTAL INSTALLED PRICE PHONE _ 6 R1 ? PAYMENT TERMS at o l'�I gA PATTERN COLOR Sin YARDAGE PRICI rn47 F 1WV M4:5rg^ Al X- co Per, ISoe 8pi+clel Leer InstrucUons. fasts# bon labor on Wood nA11*lett{on labor on Concrete Ili Clon labor glLm down carpet oV4 W fork* 1l goad for -doyo front DrapveOJ dale "-LIl t ANTAM TSTLI TO ALL 000Dt IOLD HVW UNCIrl Ltt+r7iL FULLY AM f'CI9. Wa afa ro! r86" am6li %. 4 r6 In ft AUC -poor, av' "I nb! be *@WlOWO lo' 664Y dug 10 'atrk /a, lCf:idinla Cr C"" beyond O v f OWIrt1, f -WOrk In tills corATW ;a fn ba paafoM»d during mgOar waednp hors urdaaa ONrWSe aprclllad. AA,`a'rfanla 0 lt�nii 'rtxtursa, rrsld fbi#ti1aa, aGxlnMler hallo. t�tc., ara to ba nude at na ttparw la us any darYU�aa cMnad ty dirara Old r*quirin g repair or rapiacunent Mif DO dtg*d to en pm io "0 ourVe at. TIAMI: NIA rwaahr upcn rp(A oiatkn uM0it oth v.ff apeclfled herein. If A b / co" v neoaaary to antorce AeyrMr`I of fhl! oa ir", purghof er lQrNa kr Fey' Cva1a of mllectlon, Ware3tte5eombo aftomay'a fail. and worl wefa, all en Dgdo c4knyl Of fSrawdrp County, t^►o+1CQ, Zd WUTS:20 '-002 23 '.ido 2FLG 263 S02: 'Chi XUJ Tbtal Metterlal Sales Tax Total Labor TOTAL INSTALLED PRICE Auftrizad By Bete N&ff i3:26yC Q 8 H: WMJJ MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007.003 Fund / Department 001/1402 Project Fieldhouse Automated External Name: Defibrillator PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted 'Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 2,000 Project expected to begin: X Q3: Apr -Jun 0.4: Jul -Sep Description,of Item(s)-or Project: Provide an automated external•defibrillator at the feldhouse -,for emerigency use during programs. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Provide on site AED incase of an emergency. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 , FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 2,000 $ - $ - $ - $ 2,000 'Source (2) - _ $ _ Source (3) _ $ _ TOTAL $ 2,000 $ - $ - $ - $ - $ 2,000 Form FIN_CAP1 Revised: Jan'06 Medtronic: AEDHelp Page 1 of 1 - .�M1riit��- 1� /I�'k.I�II�' �L•.itl'�',.1����r�� L{��,�1' -t' i1 � � 1 LIFEPAKO 500 AED There are many reasons that the LIFEPAK® 500 automated external defibrillator is the product of choice for the majority of emergency services personnel who carry AEDs. User - friendly. The LIFEPAK 500 AED has voice commands and screen messages that help guide you through the defibrillation process. Easy to maintain. Automated -..daily self-testing.-and long- lasting batteries help ensure that only minimal maintenance is required. Plus, the 500 is backed up by one of the most responsive customer service teams in the industry, so service is readily available. Equipped with the latest technology - Our defibrillators with ADAPTIVTm biphasic technology do just what the name implies -adapt to different patient types and situations and adjust the amount of current, thus maximizing the chance to restore the heart's normal rhythm. Read more at our ADAPTIV technology web site. Reliable and lightweight. Designed for safety and dependability, the 500 still weighs less than seven pounds. m Well- connected. The LIFEPAK 500 AED is designed to record, store, and transmit vital patient and event data. It's also part of an integrated continuum of compatible products that can cover a patient from the home through the hospital. Read more about the LIFEPAK 500 AED,, including accessory descriptions. Links Overview LIFEPAK AEDs a LIFEPAK CR Plus AED In LIFEPAK 500 AED LIFEPAK Heart Safe Solutions + Why _choose Medtronic? A Important disclosure and safety_ information HOME I FU PORT I COMPAN I PRIVACY I TERMS OF USE Contact Us 2006 Medtronic, Inc. fir^ http:// www. aedhelp .com /lifepak/lifepak_500.cfm 2/22/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -004 Fund / Department 001/1401 Project Resurface and stripe existing paddle ball Name: court. PROJECT STATUS Project rating R Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 4,600 Project expected to begin: X Description of Item(s) or Project: Fill -cracks, patch damage area and resurface paddleball courts. The, courts will be striped for both paddle ball and basketball half courts. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Resurface and add additional striping to create have court basketball courts at the ends of each backcourts. This will add two additional have court practice area for the youth sports program with removal of paddle ball courts. IF DENIED, possible alternatives which may be considered: Funding Request by Year i3 Source Funding Source FY 2007 FY 2008. FY 2009 FY 2010 FY 2011 TOTAL 'Source (1) $ 4,600 $ - $ - $ - $ 4,600 'Source (2) - - . _ $ Source (3) - - N - . $ _ TOTALI $ 4,600 $ - $ - $ - $ - $ 4,600 Form FIN_CAPi Revised: Jan'06 I CONSTRUCTION CO. 104 STREET - MIAMI, FLORIDA 33158 - PHONE (305) 887 -1228 v FAX (308) 087.8989 WORK TQ Bg,EERFORMED Ccnvart handball to basketball Miami Shores Recreation Center 9825 Park Drive Miami Shores, Florida A2REEMENT CUSTOMER Miami Shores Recreation Center 9825 Paris Drive Miami Shores, Florida Agreement mads between Agile Courts Construction Company hereinafter called the Contractor and Miami Shores Recreation Center hereinafter called the Customer for the conversion of handball to basketball with respect to the following terms and specifications: CLEARING, FILL TREE REMQYA The Customer will remove existing racquetball wells. COURT PRUp TIDN Area to be approximately: 30 ft. by 120 ft. The Contractor will patch 'H° area after walls removed and adjoining grass area (Customer will concrete), SURFAgINQ The Contractor will surface the court(s) as follows: (.ij wraijaj �, r nv�v vvivrLUdi �,�,i�xiiiim� 1F71!ld11�, The Contractor will line for basketball. f The Customer Is responsible for fence removal as needed. The Contractor agrees to provide tools, materials, labor, supervision, and Insurance to complete the above work for a sum of 54,600.00. All prices are In U.S, Dollars, The Customer is responsible for the cost of permit and permit processing (If necessary). The fee Is subject to review If not accepted within thirty days. This proposal Is dated March 10, 2006, PROVISIQNS The Customer agrees to a flnal'payment of $4,600.00 within ten days after completion of above work. CONDIIII010 The Contractor Is not responsible for underground that Is not marked. The Customer will fumish access to the site for equipment and materials. The Customer agrees to provide a clean water supply and an electrical feed at job s6te for construction purposes. The Contractor accepts no responsibility for acts by anyone at job site except for those sub - contracted or ernpioyed by Agile Courte Constructlon Company. 1 4 6 r11 a ,IS COURT App BUILDERS ASSOCIATION 7Anr._l17.1n $9.44 nAII m um IPC r, e�e MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -005 Fund / Department 001/1406 Project Tennis Court Resurfacing Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 19,.600 Project expected to begin: x Description of Item(s) or. Project: Patch damage area, fill existing cracks and resurface tennis courts with lankold coating. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: The tennis court have developed cracks and voids that need patching and filling. This will greatly improve the playing surface. IF DENIED, possible alternatives which may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008. FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 19,600 $ - $ - $ - $ $ 19,600 Source (2) - - - - _ $ _ Source (3) - - 41 - - _ $ _ TOTALI $ 19,600 1 $ - $ - $ - $ - $ 19,600 Form FIN_CAP1 Revised: Jan'06 2006-03 -14 1621 » 305 7588164 P 115 a49tic eamill CONSTRUCTION CO. 104 9TRECT . MIAMI, FLORIDA $3136 9 PHONE (305 ) 00�•1?.?1 FAx (�e1 ee7.4geY WORIS 10 SA P Resurface pur tennis courts 9701 NE 7 Avenue Miami Shores, riodda 33138 mism" l 9�TsnnIa Centef 9101 NE 71" Avenue Miami Shores, Florida 33138 ry�tCtfrliYtil tt�.�. tx„noc, ;.wll 4��,5.'J,•.,..,.. :k.., �ci�r,:...,, ....U- tA4&44t .e IMMI101111110 Wet K!taYA-E !ro_ Tennis Center hereinafter called the Customer for the resurfacing of four tennis court(s) with respect to the following terms and spicitrcations: Arcs to be ipprnxfmatlaly: (4) eAsting tennis ouRe. The Contraftrwlll preasure than Caurt(s) as necessary. The Contractor will patch dam*"d arean and evi01rsg Creeks prior to surfacing. MaMAVId The Contractor will surface the court(s) al follows: (3) Caet(a) LAYKOLD Colorcoal Goncantrsle (two -tone green). Two -tone surlsos, Inbound and apron, with full IndlYIduei color through each Color cost, is Included In the fee below. The Con"t;V will paint two Inch whkte playing lima to meet U.9.T,A, specfcstions (thrive Inch base Ilnes). GQWRI At<+CE#:Ii)$i� The Contractor will paint the existing net posts, EEE The Contrwclw agrees to provide tools, materials, tabor, supervision, and insurance to compkte the above work for it $urn of $10.00.©0. All prices are in u,d. Dollera. The fee Is subject to reviiw If not ecoepted within thirty days This proposal Is dated Much 14, 200e. AL,V The Customer agrees to a flryt payment of $9,940.00 upon compledlon of first two Courts. tk-P The Customer agrees to s Mel payment of 59,600.0o within ten days alter oomplstlan or above work. rnNrwmNpt The Conlractor Is nol responsible for underground that is net marked. The Customer will furnish QtGMs to the site for equipment and materials. The Customer a9roal t4 provlda s clean wiler supply and on slyc;t6cal feed at jot site for canstNction purposes. The Contractor accepts no responsibility for eels by enyoria M jab site ewcepl for "so sub- contracted or ernpfvyed by Agile Courts Construction Company IM11U yeN15 COUNT 4#'0 r 9 � IUIl11IRS ASSOCIATION �nnc_wv_•� �•�1C o• �a 001 rc Piae 2 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -006 Fund / Department 001/1403 Project Community Center Door Replacements Name: (north entry way) PROJECT STATUS Project rating Ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective yea x _ Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cast Estimate $ 4,260 Project expected to begin: x Description of Item(s) or Project: Replace all exteriors doors on north patio side of community center. Description or ID of Original Asset to Replace / Install double -wood door @ $950; Replace /install double be replaced (Fixed Asset ID): door @ $850 /ea ($1,700); Replace /Install single door (42" x 84 ") @ $450 /ea ($900); contingent reserves for inflation and unanticipated installation requirements of 20% ($710); Total cost for five (5) doors £t reserves = $4,260. Justification, Rationale, or Doors are water damaged and are rotting on the bottom. Explanation of need to authorize project request: IF DENIED, possible alternatives which Doors will continue to deteriorate and may create a hazardous may be considered: situation. Funding Request by Year 6t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 4,260 $ - $ $ - $ - $ 4,260 Source (2) Source (3) 1 __T _ $ - TOTAL $ 4,260 1 $ - $ - $ - $ - $ 4,260 Form FIN_CAP1 Revised: Jan'06 - 3 K-w.'k Key of South Florida FEM=RS- ALLSOMDOON! Dr^STMAZO t WAM 18331:14 E. 4�' COURT - .MIAMI, FL 33179 (303) 7W7233 FAX (305) 77"77 b:ln' OF MIAMI SHORES RECREATION DEPARTMM 5 -03 a1LllCi 5,;4617 PARK DRIVE ;' CrrY; WAN SHOR 25 Sr: FL ZI> ?: 3: '.44 PHC*E: (30d) 718.8103 FAX: (305) 7SP -3992 ATTN: ANGELA DORNEY PROPOSAL WSTA�L DOUBLE WOODD001M DOOK 51n 36 x :4, HIN04PLACEM>~, 6 %X)7'h:,-6s,!',. ]&W kd CK PLAM AT BOTTOM, 261) FLNISK •10 x.10 WI Down. TOTAL S 90.00 1 r ; iNST L -r;ou3LE WOOL? DOORS.. DOOR SIZE 36 X U i1C FL�CEMEIT t4 1i 7C S7 Vi'i k'h I, t f I • 3 BALI REARING 4. 5 X 4.% HIM j ES_ � � om }6& PLATES AT BOTTOM, ZED FrN191I. TOTAL S 850.00 *ST�.L SINGLE WOOD DQ iL K. H. DOOR SIZE 42 X 84. FQNG6P LAC Fk ENT 6 7z 'X37 % :16 K �:. G� • �. 3P1�1I� BEARING 4shX4-AMTN( -ES i y �� lrll =lif �CICKPi PLATES AT.8t3T'IO,r_ 2ED FINISH. '� I i 10 X 10'WINDOW. l r l TOTAL 3 456.00 MAtMLL�LS QUARANTEED'TOt', AS SPECIFIED AND TfM ABOVE WORK rO BE I'MYOR14D IN A SUBSTANTIAL•, WORKMAI!II WE MANNER WITH PAYNIE ;4TS TO BE MADE AS Itdu. wrr►; PAYMENT DU>e 17.PON COMpLEMON. Y Tq ABOVE PFICE.S & SPECIFICA T'ION AND CONDITIONS ARE SATiSFACT )RY AND i IMAi!!Y ACCEPTED. YOtJ ARE rHORIZED TO ©O THE WORK AS SPECUIED. . t IDAT : .. i SlGiiATUTtE: _. MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - ,2011 Project No: 2007 -007 Fund / Department 001 /1403 Project p Name: Folding Chairs PROJECT STATUS Project rating ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year x 2 3/1/2006 1 2007 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun I Q4: Jul -Sep Cost Estimate $ 3,695 Project expected to begin: x Description of Item(s) or Project: Purchase of 100 folding chairs for the Community Center Classes. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Existing assets are aged and beginning to show definite signs of of need to authorize project request: wear Et tear. This may create a hazardous situation including participant injuries from broken or loose metal fixtures or collapse. The department has created an annual replacement plan, eliminating the oldest or most deteriorated chairs. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 3,695 $ - $ $ - $ - $ 3,695 Source (2) - _ $ Source (3) - - $ - TOTALI $ 3,695 1 $ - $ - $ - $ - $ 3,695 Form FIN_CAP1 Revised: Jan'06 Dallas Midwest Quote Q0022544 v(1) fax: (305) 759 -3992 fax: (305) 759 -3992 Page 2 of 3 MERCHANDISE $1 Shipping & ;'SUBTOTAL 1,556.© i�otai Tax 0 tC RDER TOTAL $'I 556. Customer PO#: 1 �c �� +� Quoted By: Christina Kellner Ext :504 On:2/10/2006 Important Information: All products cany Dallas Midwest's 15 yeaLguarantee - free of chaFge. Please call Christina Kellner at (888) 52731 x5(14 with any questions, or to place your order_ Literature, fabric and wood samples are available to help prevent mismatching. Please double check your dimensions to prevent costly returns. Please Reference Quote# 000225" (vl) when placing your order_ YOUR ORDER IS MADE TO-0RDER AND NON - RETURNABLE. CUSTOMER: CUSTOM ITEMS CANNOT BE CANCELLED OR RETURNED_ Price reflects quoted discoun# Quotations and drawings are property of Dallas Midwest. Copyright 2005_ WHY BUY f Midwest? Huge Selectjon You choose from over 10,000 Items. 2/14/2006 3 '3`i5 Total Item # Qty 'Description Options � Price Lead Total Shipping Lis Each Time Merch Handli roe PADDED, GRAY 3 ��5, ABCCUS � K FOLDING VINYUBLACK $57.00 $33.95 2-4 111Acs HAIR FRAME. MERCHANDISE $1 Shipping & ;'SUBTOTAL 1,556.© i�otai Tax 0 tC RDER TOTAL $'I 556. Customer PO#: 1 �c �� +� Quoted By: Christina Kellner Ext :504 On:2/10/2006 Important Information: All products cany Dallas Midwest's 15 yeaLguarantee - free of chaFge. Please call Christina Kellner at (888) 52731 x5(14 with any questions, or to place your order_ Literature, fabric and wood samples are available to help prevent mismatching. Please double check your dimensions to prevent costly returns. Please Reference Quote# 000225" (vl) when placing your order_ YOUR ORDER IS MADE TO-0RDER AND NON - RETURNABLE. CUSTOMER: CUSTOM ITEMS CANNOT BE CANCELLED OR RETURNED_ Price reflects quoted discoun# Quotations and drawings are property of Dallas Midwest. Copyright 2005_ WHY BUY f Midwest? Huge Selectjon You choose from over 10,000 Items. 2/14/2006 3 '3`i5 Dallas Midwest Quote QW22544 v(1) Leslie Rackl From: ChristiroK@JDallaWidwestcom Sent: Friday, February 10, 200610:59 AM To: Leslie Radd Subject: [SPAM] Dallas Midwest Quote # 00022544 Version (1) Attached is the quotation you requested. Please call me at (888) 933 - 2731x504 to get your order started or if I can be of any further assistance. Thank you. Thank you. Christina Keltner Dallas Midwest 4100 Alpha Rd Ste 111 Dallas, TX 75244 Phone: (972) 866-0101 x504 Fax: (972) 866 -9433 Email ChristinaK@DaliasM!ctwest.com Toll Free Sales: (888) 933 -2731 Toll Free Customer Service: (800) 933 -2731 www.DaIIasWdwestcan Dallas Midwest Quote Q0022544 v(9) 4100 A!ph,3 Rd Ste 111 Gahm. TX 75244 `Phone (858) 933 -2731 x504 Fax (972) 9x133 www= oal�awesir�rr, Shilr -To Address Bill -To Address MIAMI SHORES RECREATIONAL DEPT LESLIE RACKL 9617 PARK DR MIAMI SHORES, FL 33138 ph: (305) 758 -8103 2/14/2006 Page 1 of 3 M1AM1 SHORES RECREATIONAL DEPT LESLIE RACKL 9617 PARK DR MIAMI SHORES, FL 33138 ph: (305) 758 -8103 MIAMI SHORES VILLAGE Capital Budget Worksheet FY 2007 - 2011 Project No: 2007 -008 Fund / Department 001/1403 Project Name: Equipment Shelter PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year X Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 3,250 Project expected to begin: x Q3: Apr -Jun Q4: Jul -Sep IN Description of Item(s) or Project: ..Heavy Duty Welded Equipment Shelter Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: This shelter can be used to store excess equipment from the fieldhouse. It can also be used to store items for soccer, baseball and softball such as quick dry, rakes, bases, and goals. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 3,250 $ - $ - $ - $ $ 3,250 'Source (2) - - - - - $ - Source (3) - - - $ - TOTALI $ 3,250 1 $ - $ - $ - $ - $ 3,250 Form FIN CAP1 Revised: Jan'06 79-" "Ad C%1R GE BC�XiE�,� / SHE�ITER'S • 14 Gauge Steel Construction Compression Spring Operated Top Hold Open Arm (wind won't close) Permanent Shelf Score Book Holder in Top Double Padlock Hasp (you supply locks) Available Colors: Light Grey, White, Tan, Dark Brown or Dark Green LDSTOR Extremely durable 14 gauge galvalume steel construction weatherproof storage box for all your field equipment storage needs. Choose one of our standard sizes or have a custom box built to your size specifications. STANDARD SIZE ENDURO FIELD STORAGE BOXES (Shipped motor freight). Regular Box - 24" H x 24"W x 48" L 13357 (Specify color, Weight 250 lbs.) $1,075.00 Long Box - 24" H x 24"W x 72" L 133S8 (Specify color, Weight 340 lbs.) $1,249.00 Hefty Box - 30"H x 30 "W x 48" L 13359 (Specify color, Weight 260 lbs.) $1,285.00 The Cavern - 30" H x 30"W x 72" L 13360 (Specify color, Weight 380 lbs.) $1,649.00 NOW AVAILABLE IN 6 MODELS! Extremely heavy -duty welded constructio vandal resistant and will last for years. Por weather tight storage shelters feature "saf inside escape handle." Tapered roof and do shields on top and bottom ensure protect from rain. Side and roof panels are 14 gau steel, floor is 10 gauge. Steel skids on bott allow air circulation to prevent rust. Finish quality Green or Tan alkyd automotive en over zinc chromate primer. Includes two it shelves. Comes in Single Door and Doubl Door models. Shipped motor freight, forl required to unload. Overall size: 61 "WidE 74-1/2" Deep X 74" High. Actual shipping, charges apply. Single Door Models (All 64" high) Door is 35" wide x 71 "high. 11566 (5'wide x 6'deep) $2,295.00 12153 (7' -6" wide x B' deep) $3,250.00 12154 (7' -6 "wide x 10'deep) $3,650.00 Double Door Models (All 64" high) Door is 70" wide x 71 "high. 11568 (6' wide x 5' deep) $2,550.00 12155 (B' wide x T -6" deep) $3,550.00 12156(10'widexT -6 "deep) $3,975.00 Lowest P0m..li wwtrsdl -576 -.._ Single Door (5'wide x 6' deep) Single Door Inferior Double Door (10' wide x 7' -6" deep) Order On -Line www.tomark.com Double Door Interior MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007- 2011 Project No: 2007 -009 Fund / Department 001/1402 Project picnic Tables and Benches Name: PROJECT STATUS Project rating $ Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year x Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $ 5,200 Project expected to begin: X Q4: Jul -Sep Description of Item(s) or Project: (5) Webcoated round tables and (4) benches. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Replace five existing tables on patio. Four benches would be permanently placed along the fields for spectators. IF DENIED, possible alternatives which may be considered: Funding Request by Year £t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'Source (1) $ 5,200 $ - $ - $ - $ $ 5,200 Source (2) - - - $ - 'Source (3) - - $ - TOTALI $ 5,200 $ - $ - $ - $ - $ 5,200 Form FIN CAP1 Revised: Jan'06 soda .. Page .- WL H0 L PfF C4+ISrsnSfyffTa54rsirm6j , .,- :�.�i�Tr'�r,.. , T48ROUND 35 15" Round Table, Y4'19 Expanded Metal, No Seals, r legs Pale $ 292 T42ROUND 35 4i Round Table, 314' 19 E�arded Mew, No Seats, r Legs Prole 66 $ 263 T42ROUNDINNV 35 42' Round Table, Small Hole 11 Gauge Punched Steel, No Sam 2' Legs, Portable 98 $ 309 T36ROUND 35 56' Round Table, T4'19 Funded Mew, No Seals, r. Legs Prole 60 $ 222 T30ROUND 3$_ Ni Round Table, Y4'#9 Expanded Metal, No seats, r Legs F�r�le 54 $ 209 T40PATIO 1 "35, i 46' Square fable, 3/4'19 Expanded Metal, No Seats, 2' Legs Fa ale 70 $ 292 CSTACK 35 Sharking Chinn with Ame, 3/4'n FVarded Metal 50 $ 110 CSTACKMODERN 35 51addng Chair with Aare, 314' 19 Expanded Mew, Modem Desi n 50 $ 203 CSTACKINNV 35 Sacking Chair with Mrs, Small Hole 11 Gauge Punched Steel 50 $ 156 T46RACS i 46 Round Tabs, 74.14 Mep4 Cancan Soap, Z L� t S T46RACSPEDS 35 46' Round Table, 314'#g 6parded Mew, Concave Seat, 4' � hgmund ML 298 $ 665 T46RACSPEDSM 35 46' tL,.sd T&e 314' 319 Epanded Mew, Concave Seat, r Pedestal. Surface ML 298 $ 665 SpadsayTft4 — X T8RCW8 36. 8Ft Table, 2 Attached 8FL Seals with Back, Rounded Comers. 34' 19 Expanded Mew, Two 2 319' Legs, Portable 4440 3 874 T6RCWB 36 6FI, Table, 2 Attached 6FL Seat with Back, Rounded Comers 34' 19 Expanded Mew, Two 2 H' Legs, Portable 412 $ 787 T46OCTWB 36 W Dcrzy'n Table, 4 Attached Seat with Back Rounded Cares 34' 19 bparded Mew, r Legs, Portable 407 $ 946 T46RCWB 36 4?' Square Table, 4 Attached Seals with Back, Rounded Cares. S4' 19 6panded Mew, r legs, Portable 407 5 939 T30CAFES 36 ' Pcard T_r'e, 3/4'#9 Expanded Metal, No Seat, 2 718' PAL Irgrcwrd Mt, Table Height is 42' 75 $ 224 T30CAFESM 36 Y,' Round Table, 314' 19 6panded Metal, No Seat, 2 7M' P-oem Surface ML, Table Heigh is 42' 75 $ 224 TXMe AtteasW es CLAMP 37. Sudace ML Clanp for Portable Tables (set of 2) 5 $ 8 INGRD POST 3j , tarouM Post for Portable Tables (set of 2) 10 $ 29 SLEEPTOP .37 Sleephhibilor for Tables Tops 5 $ 44 SLEEPSEAT 37 S!e! hhibltor for Tables Seals 1 $ 22 AVBAR 37 ,An5 Vv&ism Bar for Wheelchair Accesshb a Tables 3 $ 24 SMLCOVER 64 arge Surface ML Cover for 2 719' Tubing, Made of Alumnum kt : rwder Coat Finish (set of 2) 2 $ 32 UMB8.5 37 8117 Diameter, 12 Rib, 4 Ply, Unbrella with Crank UL 20 $ 185 UMB7.5 $7 11/7 Diarreler, 8 Rib, 4 Ply, Unbrella with Crank LA 17 $ 139 fieg+f Styte amcires B15WBRCP 38 15FL Bench with Back, 314'19 Expanded Metal, Rounded Comes 'w Sections Boiled Together, Four 2 318' Legs, Portable 265 $ 617 B15WBRCS 38 15FL Bench with Bade, 314' 19 6parded Meal, Rounded Cane- Two Sections Bolted Together, Four 2 318' Legs, hground Mt. 255 $ 617 915WBRCSM 38 15FL Bench wit Back, 314' 19 Expanded Metal, Rounded Ccmam. Tw Sections Boiled Together, Four 2 3111' Legs, Surface ML 255 $ 617 015RCP 38 15FL Bench whul Back, 314' 19 6panded Mew, Rounded Cares Two Sections Bolted Together, Four 2 Y8' Legs, Portable 154 $ 325 915RCS 38 ISR. Bench without Bar$ 314' 19 Expanded Mew, Rounded CT..xm Two Sections Bolted Together, Far 2 3V Legs, hgra W ML 147 $ 325 B15RCSM 38 15F1 WIN ithout Bach. 314' a9 Expanded Mew, Rounded Caen Two Sections Boiled Together, Four 2 YB' Legs, Surface Mt 147 $ 325 815PLAYERRCP 36 15FL l 1 wi :&l Back 314' 19 Elyd4ed Mew, Rcurrdei Co—, es 15' WdsSeats• TwoSectian Balled Together, Four 318'1.egs. Par1al* 161 $ 419 B15PLAYERAGS 38 11. Bench w>8m Batt, 314' 19 EVanded Metal, Rt4ucled Ceres 15' Wde Sets, Two $K m Baited To0wr, Four 2 3M' legs, hp: rd Y.t 154 $ 419 815PLAYERRCSM 38 15 Fl. &nch wducut Back, 3/4' ig bWed Metal, ftrAW Care-1 15'V* SW, Two Sections Boiled Togedw. Four 2A'tegs, Sudace At 154 $ 419 BI OWBRCP 38 1 OFL Bench with Back, 314' 19 Epanded Mew, Rounded Cmm ; mm 2 YB' Legs, Portable 196 $ 408 B10WBRCS 38 1 0F Bench with Back, Y4' 19 Expanded Mew, Rounded Camas -Nee 2318' Lags, Inground ML 182 $ 408 810WBRCSM 38 KFI Bench with Back, 74.19 Elpanded Mew, Rounded Comes three 2 3111' Legs, Surface ML 182 $ 408 B10RCP 38" 10FL Bench without Bad, 314' 19 Expanded Mew, Rounded Cares Thee 2 318' Legs, Portable 90 $ 260 BI ORCS 38 1 BF1. Bench without Back, Y419 Expanded Mew, Rounded Cares Three 2 30' Legs, hground ML 90 $ 260 B10RCSM 38 1 BFL Beodh *?W Back, Y4' r9 EhpW S Mew, Rounded Cares T7ee 2 Y'B' Legs, Surface Ml 91 $ 260 BIOPLAYERRCP 38 r 10 Eerrh w;tW Back, 314' 19 Expanded Metal, Rounded Ca nKS tar NO Seal, Three 2 3R' Legs, Portable 104 $ 300 010PLAYERRCS 38 16FL Bench without Back, 314' 19 Epanded Mew, Rounded Comas 15' Wide Seat, Three 2711' Legs, lgrmmd Mt 97 $ 300 BIOPLAYERRCSM 39 tOR Bench without Bad, 31419 Expended Meal, Rounded Canes 1Y Wide Seal, Three 2 318' Lags, Surface MI 97 $ 300 Webcoat Products Mfg. By Visons Innovated Products, Inc. Dll Model# Description Wt./Lb. T48ROUNID 48 " Round Table, 3/" #9 Expanded Metal, No Seats, 2" Legs, Portable ...................... n T42ROUND 42" Round Table, 3/" #9 Expanded Metal, No Seats, 2" Legs, Portable................................................:..... ............................... 66 T42ROUNDINNV 42" Round Table, Small Hole 11 Gauge Punched Steel, No Seats, 2" Legs. Portable ............:..:...... ............................... 98 = T36ROUND 36" Round Table, 3/" #9 Expanded Metal; No Seats, 2" Lees, Portable...................................................... ............................... 60 T30ROUND 30"" Round Table, `514"#9 Expanded Metal, No Seats, 2" Lees, Portable...................................................... .::::.::....................... 54 . T40PATI0 40" Square Table, ` /4" #9 Expanded Metal, No Seats, 2" Legs, Portable..................................................... ............................... 70 - Model# CSTACK CSTACKMODERN CSTACKINNV Model# T46RACS T46RACPEDS T46RACPEDSM Description Wt./Lb. Stacking Chair with Arms, 3/" #9 Expanded Metal ................ .....50 Stacking Chair with Arms, 3 /a" #9 Expanded Metal, ModernDesign ............................................... .............................50 Stacking Chair with Arms, Small Hole 11 Gauge Punched Steel ...................................:............ ................:...:.:......50 Description Wt./Lb. 46" Round Table, 3 /a" #9 Expanded Metal;.Concave Seats. Leas. Port abl e .....:....... ............................... ............................239 46" Round Table, 3/" #9 Expanded Metal, Concave Seats, 4" Pedestal, Inground Mt ............................... ............................ 298 46" Round Table, 3 /a" #9 Expanded Metal, Concave Seats, 4" Pedestal, Surface Mt ...........................:... ............................... 298 l !� "It 4 *Product is Shipped Unassembled, some assembly is required * *Please Note: "not all models are shown ". Please refer to Price List for complete list of model numbers and weights. WEB COAT- Visions Innovated Products, Inc. I 2 Per10ta1ed5E�le Bdi4fsi �[�r1} B6WBPERFP 40`; ER Ben 'Nb Back, Large Hole 11 Gage Punched Steel, Rounded Comers, iwo 2 31B' Legs, Portable 149 $ 315 B6WBPERFS ;T 6R Bed 0 e4 Lary ?a I 1 Gage Pund�ed' erg Rounded CofK T" 2 N Lags, a 86WBPERFSM • : lift Ber>d A Bark Large Hoe 11 g Gage Purx!>ed Sal, Runded Commas, Two 23f8' legs, Ssu1� ?dL 145 $ 315 B6PERFP SR Bed wif oul Bach Large Hole 11 Gaon Pu ded Sleet Rot& Corms, Two 23x6' Legs, Pt+latde 145 $ 315 89 $ 267 NEWS 6R Bench'dW Back, large Hole 11 Gage Punched Sleet, Rounded Comers, Two 2 U' Legs, Nround Mt 85 $ 267 86PERFSM , iR Bench witiaut Back Large Hole 11 Gage Punched Sleet, Rounded Comers, Two 2318' legs, Surface ML 6F1 Bend) with Back Large We l l GW NMW S led, Rounded Cornn a Square Legs, NmW hk 85 S '267 B6WBPERF4-0SM Eft. Bench A Back Large Hole 11 Ga9 bed Steel, Rounded Comers a Square Legs, Surface ML — — — - 176 $ 371 —116 '377 ._ MBPERFNA boutie 6R Bed with Back a Hole 11 Gauge Pund�d 61eef, Rounded Ccaner� 4' ogre L g eA h7o d 1� $ 266 $ 593 B6WBPERFD4-0SM ' ✓3auhle Eft. with Back, Large He a it GaugePundred %M link 4' Square Legs,Surfaca tell 266 $ 593 815WBINNVP 41 15FL Bench with Bads, Small Hole 11 Gauge Punched Sleet, Rounded Comers, Two Sections Bolted Together, Four 2318' Legs, Portable 291 S 612 815WBINNVS 4i 1'Fl Bench with Back, SrreN Hole 11 Gauge Punched Steel, Rounded Comers, Two Sections Bolted Together, Four 2318' Legs, hground ML 281 $ 612 815WBINNVSM 41 ' `k Bench with Back, Small Hole It Gauge Punched Sleet, Rounded Comers, Two Sections Bolted Together, Four 2 31B' Legs, Surface ML 281 S 612 815INNVP 4f 15FL Bemxh wdlaut Back, Smog Hole 11 Gage Punched Steel, Rounded Comers, Two Sections Bolted Together, Four 2318' Legs, Portable 194 S 446 8151NNVS 4T tun'. Bench wft Back, Small Hole 11 Gauge Punched Steel, Rounded Comm, Two Sections Bolted Together, Four 2 318' Legs, hground ML 190 S 446 B15INNVSM 33 1 SR Bench without Back, Smm d Hole 11 Gage Punched Sleet, Rounded Comers, Two Sections Bolted Together, Four 2 318' Legs, Surface ML " 190 S d46 815PLAYERINNVP 41 15FL Bench without Back Small Hole 11 Gauge Punched Steel, Rounded Comers, l5' Wide Seats, Two Sections Bolted Together, Four 2 3m8' Legs, Portable 200 S 525 815PLAYERINNVS .-41.1 151 Bench witi>out Back, Small Hole 11 Gage Punched Sleet, Rounded Comers, l5' Wide Seals, Two Sections Bolted Together, Four 2 are' legs, hground ML 195 S 525 815PLAYERINNVSM 41 1-;R Bench wft Back, Snell Hole 11 Gauge Punched Steel, Rounded Comers, l5' Wide Seals, Two Sections Bolted Together, Four 2318' Legs, Surface ML 195 S 525 BOOM 41' I OR Bench wit Back, Small Hale 11 Gauge Pitched Steel Rounded Comers, Three 2 318' legs, Portable 222 S 425 NEWS 4t. 1rfl Bench with Back, Sul Hole 11 Gauge Psmdied Steel, Rounded Comers, Three 2 3x6' Legs, hground ML 218 S 425 810WBIMSM 41 L' 16R Bench with Badk Small Hole 11 Gauge Wed Steel, Rounded Comers, Three 2 318' Legs, Surface ML WIMP IMP '41 IC'FL Bench without Back, Small Hole 11 Gar ge Punched Sleel, Rounded Comers, Three 2 3!B' Legs, Portable 218 S 425 131 S 259 810INNVS 41 1 OR Bench wittaut Back, Small Hole 11 GaLq Punched Steel, Rounded Comers, Three 2 3g' Legs, hgraund ML 127 S 259 B101NNVSM 41 1 CF' Bench without Back, Small Hole 11 Gaege Punched Steel, Rounded Comers, Three 2 318' legs, Surface ML 127 S 259 B10PLAYERINNVP d1 ".GFL Beach witlaut Back Small Hole 11 Game Punched Steel, Rounded Comers, l5' Wide Seal, Three 23IB' Legs, Portable 130 S 338 310PLAYERIMS 41. 1 O Bench without Back, Small Hole 11 Gauge Punched Steel, Rounded Comers, 15' Wide Seat, Three 2318' Legs, hgrourd ML 125 S 338 B10PLAYERINNVSM 41 1OFL Bench wiBbut Baclk Small Hole 11 Gauge Punched Sleet, Rounded Comers, l5' Wide Seat Three 2 H' Legs, Surface Mt 125 S 338 WNW 41 ER Bench'A Bade, Small Hole 11 Gauge P,rxhed Sleet, Rounded Comers, Two 2 A' Legs, Portable 88WBINNVS 41 BR tier ch wit Balk Small Hole 11 Gauge Pr d Ed Steel, Rounded Corners Two 2 31B' legs, hgrour�d ML 183 $ 323 MENU 41.. R Bench with Balk Small Hole 11 Gauge Punched Sleet Rounded Comers, Two 2 318' Legs, Surface ML 179 $ 323 B8INNVP 4th 8R Bench witout`Back, Small Hale 11 Gauge Punched Steel, Rounded Comers, Two 2318' Legs, Portable 179 S 323 B8INNVS 41 FL Benda without Badk Srra[ Hole 11 Gage ?undyed Sleet Rounded Comm, Two 2 3m6' Legs,'hgiaund ML 92 S 223 88INNVSM 41' ' 8R. Bench without Bark Smel Hole 11 Gauge Puded Sleet Rounded Comers, Two 2 U' Legs, S ML 88 S 200 88 S 200 88PLAYERINNVP 41' BFL Bandy wstautBadcSmall Rde 11 GW PwrrhRdN* Rou*CoM15'Wide Sea! Two 3V Legs, Portabh 88PLAYERIMS 41 OR Benrhw> UBa, Small Hdell Gag Wed Sleel, Rounded Comraers ,lS'Wde Seal, Two 2318'Legs,NaWML 91 $ 279 85 S 279 BBPLAYERINNVSM ' 41 8f1. Benda Maul Bads, Sma We I I OW Wed Stret Rw*CoM15'Wmde Seat Two 3+8' Legs, Surface W 85 S 219 B8WBINNV4�4S 41. OR Wwit Barn W Hole 11 Gauge Pcrmd�dMK Rt W dNo %4' Sgeare Legs, Inpunda 38WBIN0 4SM 41, OR Bench with Back Small Hole 11 Gauge P,rded Sleet, Rounded Comm, 4' Square Legs, Surface ML 239 S 381 B8WBINNVD44S 4th Coubit OR Bed with Back, Smmae Hole 11 Gaze Pmxhed Sleet Rounded Comers, 4'Sgrame legs, In ML 239 $ 381 367 $ 615 B8WBINNVD4-0SM 41- lkuble Bfl W with Bad W Hole 11 Large PunOW Steel Rarded Comers, 4'Squar@,Legs, Surface ML 367 $ 615 Webcoat Products Mfg. By Visons Innovated Products, Inc. lip Nm Perforated Style Benches Iigh class with smooth surface best describes the PERFORATED STYLE. The seats are made with plastisol coated large hole 11 auge punched steel and given extra support with 1 1h" x '/" flats. All edges and corners are rounded to a 2" radius. Model# Description Wt./Lb. B8WBPERFP SR. Bench with Back. Large Hole I1 Gauge Punched Steel, Rounded Corners, Two 2 3/8" Legs, Portable .................. 168 B8WBPERFS 8Ft. Bench with Back. Large Hole l l Gauge Punched Steel, Rounded Corners, Two 2 3/8" Legs, Inground Mt........... 164 B8WBPERFS?V1 SFt. Bench with Back. Large Hole I l Gauge Punched Steel, Rounded Corners, Two 2 3/8" Legs, Surface Mt ............. 164 B8PERFP Ft. Bench without Back, Large Hole 1 l Gauge Punched - Steel, Rounded Corners, Two 2 3/8" Legs, Portable .................. 108 B8PERFS 8171. Bench without Back. Large Hole l 1 Gauge Punched Steel, Rounded Corners, Two2 3/8" Legs, Inground Mt............ 104 BBPERFSM .8Ft. Bench without Back, Large Hole I1 Gauge Punched Steel, Rounded Corners, Two 2 3/8" Legs, Surface Mt ............. 104 1Model# Description Wt./Lb. B6WBPERFP 6Ft. Bench with Back. Large Hole l l Gauge Punched Steel, Rounded Corners, Two 2 3/8" Legs, Portable .................. 149 B6WBPERFS 6Ft. Bench with Back, Large Hole 11 Gauge Punched Steel, Rounded Comers, Two 2 3/8" Legs, Inground Mt........... 145 B6WBPERFSM 6Ft. Bench with Back, Large Hole 11 Gauge Punched Steel, Rounded Comers, Two 2 3/8" Legs, Surface Mt ............. 145 B6PERFP 6Ft. Bench without Back. Large Hole 11 Gauge Punched Steel, Rounded Comers, Two 2 3/8" Legs, Portable .................. 89 B6PERFS 6Ft. Bench without Back, Large Hole 11 Gauge Punched Steel, Rounded Comers, Two 2 3/8" Legs, Inground Mt........... 85 B6PERFSNI 6Ft. Bench without Back, Large Hole 1'I Gauge Punched Steel, Rounded Comers, Two 2 3/8" Legs, Surface Mt ............. 85 51 0 wy.. »�yv *Product is Sfeipped Cinasse�rjl�lyd, cm7� asseFnbl s`rc.g1, _«1 * *Please i�ioti . "not all models uc stio�a,t' i�le� ase _er, tp,. t4 k 'WEBCOAT- Visions Innovated Products, Inc. v , r Price List for eonxplctc list of model tiuti:bs eights MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -010 Fund / Department 001/1402 Project Pitching Machine Name: PROJECT STATUS Project rating f} Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year x Cost Estimate $ 2,275 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4- Jul -Sep x Description.of Item(s),_or Project: Combination Pitching Machine,that allows you to throw baseballs, softballs and tennis balls. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: This would help with our older age divisions in both softball and baseball to improve hitting skills and increase level of play. IF DENIED, possible alternatives which may be considered: Funding Request by Year OR Source Funding Source FY 2007 1 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'Source (1) $ 2,275 $ - $ - $ - $ - $ 2,275 'Source (2) - - - - - $ - Source (3) 1 • - - - $ TOTALI $ 2,275 $ - 1 $ - $ - ! $ - 1 $ 2,275 Form FIN_CAP1 Revised: Jan'06 JUGS PI'TCHlNG M�1�`l�1NL�S COMBINATION PITCHING •: MACHINE ,�uickchange design allows you to CURVEBALL PITCHING hrowbaseballs, softballs ortennis MACHINE oalls 10870 (Baseball only) $1,895.00 10880 $2,275.00 ��W,J'TC H I NG MAC, SOFTBALL PITCHING SUPER SOFTBALL MACHINE MACHINE 70875 (1`2 "softball) $1,149.00 Includes digital speed readout. 10876 01 "acc. chute) $45.00 10878 $1,475.00 SOFTBALL MACHINE SUPER SOFTBALL WITH CART MACHINE WITH CART 13110 (Weight 90lbs.) $1,295.00 13111 (Weight 95 lbs.) $1,575.00 PITCHING MACHINE CART Fits both Softball & Super Softball s. - machines. Comes with quick conversion base set -up for existing machines. �i 13113 (Weight 36 lbs.) $229.00 )R. PITCHING MACHINE M.V.P. BASEBALL MACHINE quick change design easily converts Digital speed display makes this rom baseball to softball. Weight 97 machine idd'al for youth league game bs. play. 10885(BB /Softball) $1,225.00 10871 $950.00 10886 (Baseball only) $1,175.00 Combination Yes Yes 110V 1000W 173 lbs. Truck 20-104 5 Years SEE PAGES. 8&9 FOR PROTECTIV .....SCREENS,. 101 BASEBALL MACHINE Baseball only machine throws fastballs and overhand curveballs. Head remains vertical at all times and pivots up or down for ground or fly balls. 12431 (Baseball only) $1,795.00 MACHINE CURVE BALLS RISE DROP POWER SUPPLY GENERATOR POWER WEIGHT SHIP VIA SPEED M.P.H WARRANTY Acceptable Ball Types All these Jugs Pitching Machines can throw: Leather balls, Machine balls,Lite- Flite balls and Poly balls. Combo, Curveball &1r. can also throw Tennis balls. Combination Yes Yes 110V 1000W 173 lbs. Truck 20-104 5 Years Curveball Yes Yes 110V 1000W 150 lbs. Truck 20-104 5 Years 1 seball No Drop 110V 1000W 137 lbs. Truck 30-90 5 Years A'. ." No Yes 110V 1000W 85 lbs. UPS 15-60 5 Years M.V.P. No No 110V 1000W 85 lbs. UPS 20-52 5 Years Softball No Yes 110V 1000W 76 lbs. UPS 15-60 5 Years Super Softball No Yes 110V 1000W 81 lbs. UPS 20-70 5 Years Lowest Prices ... Guaranteed! MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -011 Fund / Department 001/1401 Project Tot Lot Play Equipment, Surfacing and Name: Sunshades PROJECT STATUS Project rating @ Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year X 1 3/10/2006 FY 07 -08 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 150,000 Project expected to begin: X Description of Item(s) or Project: Create funding reservation, year one of two designed to create source to pay for the costs associated with replacing the Village's plaground unit, equipment, surfacing and sunsades. Full funding will accumulate over two fiscal years for construciton in FY 2009. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation The current playground equipment is nearing its life expectancy and of need to authorize project request: needs to be replaced. In conjunction the mulch surface should be replaced with an absorbent rubberized surface and shade covers installed over all play equipment. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 75,000 $ 75,00.0 $ $ - $ $ 150,000 Source (2) - - _ - . $ _ Source (3) - - - _ $ TOTAL $ 75,000 $ 75,000 $ - $ - $ - $ 150,000 Form FIN_CAP1 Revised: Jan'06 Replacement of Tot Lot Equipment Below please find a list of proposed playground and support equipment and cost estimates for replacing and upgrading the tot lot. Children ages 5 -12 playground unit $35,000 Children ages 2 -5 playground unit $15,000 Climbing feature $10,000 Swings, spring toys, benches $9,868 Rubber Surface 4,830 sq ft. @.$9.00 per sq ft. $43,470 Sunshades $25,000 Fencing $8,000 Water Fountain $2,350 Signage $1,312 Total: $150,000 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -012 Fund / Department 1500 - 571.62000 Library Project NonFiction Collection Light Fixtures Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year x 2 3/1/2006 2007 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 7,495 Project expected to begin: x Description of Item(s) or Project: Replace old fluorescent lighting fixtures in NonFiction Stacks in order to provide more adequate lighting in that area. Description or ID of Original Asset to Twenty -four (24) 4 ft. fluorescent fixtures. Initial Cost estimate be replaced (Fixed Asset ID): provided by Bennett Electric (02.09.06) is $6,940. Due to contract timing, an 8% inflation adjustment has been added to ensure sufficient funding for the project in Year 1 of the FY'07 -'11 Capital Budget. Justification, Rationale, or Explanation The fixtures in this area of the library are antiquated and the of need to authorize project request: lighting is inadequate. The lenses turn yellow within a short time and replacement is costly. New fixtures such as the ones in the new media center will provide more functional and efficacious lighting as well as renovate and enhance the room. IF DENIED, possible alternatives which The lighting will remain inadequate and unattractive until may be considered: improvements are made. Funding Request by Year £t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 301 - 1500- 571 -62000 $ 7,495 $ $ - $ $ $ 7,495 Source (2) $ - Source (3) - - - - $ TOTALI $ 7,495 $ - $ - $ - $ - $ 7,495 Form FIN_CAP1 Revised: Jan'06 P.1 Bennett Electric Service, Co.. STATE CERTIFIED 6900 N. E. 4m Court Miami, Florida 33138 PHONE (305) 759 -1665 FAX(305)754-1877 EC- 0000625 PROPOSAL TO: Elizabeth SOB NAME: New Lighting � COMPANY: Brockway Library ADDRESS: 10021 NE 2 "d Ave Miami Shores, Fl 33138 ebruaTy PHONE: 305 758 -8107 PACES. FAX: 305 754 -7660 WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR: Installation of new lighting fixtures 1) Price includes removing 24 existing lig11ts. (Customer to Supply dumpster) 2) Price includes installing 24- 4' fluorescent light fixtures. Sable as previousiy installed lights in other section. 3) Price includes light fixture and miscellaneous materials. 4) Price is based on using existing electrical box over each light fixture. PRICE INCLUDES LABOR, MATERIALS, TAXES AND INSURANCE. PRICE DOES NOT INCLUDE ELECTRICAL PERMIT. (If permit is required. Permit fee shall be pertnil plus $75,00,) DISPOSAL OF OLD LIGHT FIXTURES BY OTHERS. ANY REQUIRED SURFACE REPAIRS BY OTHERS. WE PROPOSE HEREBY TO FURNISH MATERIAL AND LABOR - COMPLETE IN A � Ip4 TI.OK'; F0 R— T —H&SUM OR Six Thousand Nine r �6,�4 � R tld 0 ar8 rtnd bill I00** �*#, o-*' r�s�ssfw�• t► n,►. rr. �. r. �. ti�rrr + + * #,�,�w,rr„e�. +�,� *+, *# � .. y ,.,.� PAYMENT TO BE MADE: 50% prior to start. Then as per invoiced as job progress. Billing not to exceed work progress. A(VEPTANCE OF PROI'OSAL- 'Chc.tbovc prices, spccirtaltimts ; 111(1 coudilions are satisFactory and arc herebyaccepied. Year :Ire authorized to do the work as speciGcd. P;lYmcntwilt be made ;Is outlined above. In the event payment is not nladc:ls outlined above in this proposal. IScnnctt Electric, Inc. reserves tltc ri 1ut to stop aA wort: related b this project will) nu recourse to Bennett Electric, Inc and not return until pavrneuts awed is made in 1,11,1. 01 :nr,cs made nn this proposaV Change Order by other parties shall nut be acceptea Unless initialed by Bennett Elcch•ic, Ine. :tad llte cer•ms shall remain as stated above. It WWI also he agreed that nny and all service charges 1 Discounts shall he part, by other parties in the event payment is not ncule its xtatcd above. Acceptance Sign :tiut•r. Da tee Bennclt Electric, Inc. N,•servcS the right to change this proposal at anytime without prior notice; "1 his proposal may b1: withdrawn by Bennett F Icclrie, lac. il' not acecplcd As'itlrin 15 elrrys. all t1CCl +ullls 30 drys past due ore suhjeel to a finance charee of J-51% per ntonllt - 18511 per annum. cu the nm�inuun amount pcnnith d under state & federal law Customer agrees to pay nrl costs ol'collcetion should it hecxtme nccossnry to eneage tl , Cr Fie of ml attorney 11 collection set vice er filled p :lumen Anlhnructl4ign :tt� +1•c~ 1) :1t4'� � r }C i3c clt I Iccaric.Se, rece ('o. , Inc. %. Cst�, Qcca;t�l SS5 C r4n Sm24 �" cls MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007- 2011 Project No: 2007 -013 Fund / Department 1500- 571.62000 Library Project Hurricane Shutters I Name: PROJECT STATUS I Project rating 8t Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year FY 2010 x 1 3/1/2006 FY 2007 Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 77824 Project expected to begin: x I Q3: Apr -Jun Q4: Jul -Sep $ - Description of Item(s) or Project: Description or ID of Original Asset to be replaced (Fixed Asset ID): Purchase and install hurricane shutters on 13 windows in Media Center Wing. N/A Justification, Rationale, or Explanation Will provide complete protection to all windows in new addition and of need to authorize project request: prevent storm damage from possible extreme Hurricane conditions. This section of the library harbors some of our most valuable materials, such as our reference books, Audio - visual collection, Media Center computers and Servers, and the Miami Shores Archives. IF DENIED, possible alternatives which Trust that current impact resistant windows will be sufficient during may be considered: a category 4 or 5 hurricane. I Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 301 - 1500 - 571.62000 $ 7,824 $ - $ - $ $ $ 7,824 Source (2) - - - -- $ - Source (3) 1 - I $ - TOTAL $ 7,824 $ - $ - $ - $ - $ 7,824 Form FIN CAP1 Revised: Jan'06 From: "Jorge Landrian" <jorge @willardshutterco.com> To: "'Brockway Memorial Library "' Subject: RE: Hurricane Shutters Date: Tue, 14 Feb 2006 11:26:13 -0500 PRICE BY WILLARD SHUTTER CO. 4420 N.W. 35th Ct. Miami, FL 305- 633 -0162 6 WINDOWS- 52 W X 60 H = 2,700.00 4 WINDOWS- 35 W X 72 H = 1,780.00 3 WINDOWS- 35 W X 70 H = 1,239.00 . + 1777-80 LABOR & PERN41T) _ $7,112.8N Price estimates based on measurements & pictures taken by customer. t TLT/ to price or next yearfTEUd- ge j �i16n- i�.Ci�aT 1 1 Is ���QL4- MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -014 Fund / Department 1500- 571.64000 Library Project Upgrade Library Computers Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement' New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year x 2 3/1/2006 FY 2007 Cost Estimate $ 6,375 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar I Q3: Apr -Jun Q4: Jul -Sep x Description of Item(s) or Project: Replace 5 computers that are 6 years and older with new and more efficient computers. Description or ID of Original Asset to Public Access and staff computers that are 6 years and older - Clone be replaced (Fixed Asset ID): Pentium 100mhz and Pentium II 150mhz. Justification, Rationale, or Explanation Many of the library's computers are getting old and very slow, and of need to authorize project request: increasingly unable to support new programs. The upgrade will enhance computer service by providing faster and more efficient access for our patrons and staff. IF DENIED, possible alternatives which Continue using old machines which operate in a less efficient may be considered: manner, and repair when necessary. -► Contingent upon grant award. Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 301 - 1500- 571.64000 $ 6,375 $ - $ - $ - $ - $ 6,375 Source (2) - - - - _ $ - Source (3) - - - - - $ - TOTAL- 6,375 $ - $ - $ - $ - $ 6,375 Form FIN_CAP1 Revised: Jan'06 Dell Home Systems XPS Experience Dell recommends Windows° XP Professional fir'^ USA ME Home & Home Office Desktops Notebooks Printers Electronics & Accessories BACK TO: USA > Home & Home Office > XPS Experience XPS Experience Page 1 of 5 Buy Online or Call 1 -877 Advanced Search Dell Outlet Service & Support No Interest for 18 Months on All XPS Sy " For qualified customers. Limited Time Offer. ?, Offer Details Desktop Quickfind Featured Desktops Desktop Quickfind Special Offers View All • No Interest for 18 Months on All XPS Systems!' For qualified customers. Limited Time Offer. Offer Details ■ FREE 3 -5 Day Shipping & Handling on All Entertainment & XPS PCs! Online Only. Limited time offer. � Offer Details XPS Advantage > View Complete Chart with More Details XPS 600 Raw Power Unleashed The XPS 600 is armed to the teeth. It is built with some of the latest technologies including dual core processors and dual graphics, delivered in a sleek, expandable chassis. Hard -core gamers and multimedia users can get serious, cutting -edge power. Featured at $1,699 20 -inch Flat Panel Monitor Included! T e t4 g, Silent ' ;� ; .; Demand performance and expect excellence — the XPS 400 is a true marriage of power and style. Utilizing the optional dual core processor in a sleek and quiet design, the XPS 400 is more than an ideal home PC, it's a multimedia powerhouse waiting to be unleashed. ea 19 -Inch Ultrasharp Flat Panel Monitor Included! XPS 200 Small, but Mighty It is 79.5% smaller th XPS 6001, this stylisl model packs a powe Including optional da processor, plus cooli efficiency and ease t connectivity. ICs a hi( performance multime that looks great in an Featured at $999 19 -inch Ultrasharp Flat Monitor Included! http: / /wwwl.us.dell.com/ content / products / category. aspx /xpsdt ?c= us &cs= 19 &1= en &s =d... 4/13/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007- 2011 Project No: 2007 -015 Fund / Department Police Project p Name: Police Mobile Data System PROJECT STATUS Project rating r} Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year X 1 Cost Estimate $ 84,200 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: This project will reconnect our mobile data project returning all functions and operations to the Miami Shores Police Department. This project will upgrade our current report writing and dispatch system. Description or ID of Original Asset to Current Packetcluster mobile data system. be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Our current mobile data system in inoperative due to its current of need to authorize project request: structure. Our data system was hosted on other cities equipment and those cities have changed provider and discontinued our service. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) CAP $ 84,200 $ $ - $ - $ $ 84,200 Source (2) - - _ $ - Source (3) - - _ $ _ TOTALI $ 84,200 1 $ - $ - $ - $ - $ 84,200 Form FIN_CAN Revised: Jan'06 3 1 CADFIle 2000 10 1 Crystal Reports 10 Professional Single User 26 1 PhotoFIle 2000 ISYS -3 1 USA Text Search Engine Three (3) User 92 1 USA Software User License Ifi- 2�— ``..t�A..`.',"''.: @*"21u . . F:,�'l�i4e1{. �. + + + _ •;:'. ?'"' �Ys .•.'`'- i4'.�i�.- 1.v�:'.�±�.Z: sr'.''ri'.' 98 30 eForms Incident and F.I. Card Reporting 99 30 eForms Accident Reporting 100 30 eForms Arrest Reporting MDPDAFPE 1 Miami Dade A -Form Print Engine 0 87 1 Mobile Data System -CAD Interlace 88 10 Mobile Data System Interface per Car License MDC1 10 MDS Client SIMS 1 System Integration Management Services (SIMS) Setup USA Software, Inc. 9900 Sliding Road Suite 301, CooperCity,Flvrlda 33024 Server Setup Installation and Configuration " Phone 954.436.3911 Fax 954.431.2641 WEB www.usa - software.com 4 Agency Miami Shores Police Department Attention: A. Chief Lystad 2 Address 9990 NE 2 Avenue Phone: 305 -759 -2468 1 City Miami Shores, FL 33138 Date: 8/22/2005 1 System Configuration Proposal #: MSPD -MDS2 1 CrimeFile 2000 Information Management System 47 3 1 CADFIle 2000 10 1 Crystal Reports 10 Professional Single User 26 1 PhotoFIle 2000 ISYS -3 1 USA Text Search Engine Three (3) User 92 1 USA Software User License Ifi- 2�— ``..t�A..`.',"''.: @*"21u . . F:,�'l�i4e1{. �. + + + _ •;:'. ?'"' �Ys .•.'`'- i4'.�i�.- 1.v�:'.�±�.Z: sr'.''ri'.' 98 30 eForms Incident and F.I. Card Reporting 99 30 eForms Accident Reporting 100 30 eForms Arrest Reporting MDPDAFPE 1 Miami Dade A -Form Print Engine 0 87 1 Mobile Data System -CAD Interlace 88 10 Mobile Data System Interface per Car License MDC1 10 MDS Client SIMS 1 System Integration Management Services (SIMS) Setup 1 Server Setup Installation and Configuration Config 10 Client/Laptop Configuration 43 2 Training on Customer Site Doc 1 Documentation 41 1 System Configuration 41 1 Text Search Engine System Configuration 47 1 Travel and Lodging Expenses I n .�$i %♦S � ��5 �� I.1L41�irriM%° ��,y.�'ib"{.� "'.�:iiS�� •a��1�'iA "I ViX ��F�]�� --71 Ya ^I �9:�' ��2 40 1 Annual Software Support Agreement. NO Payment Terms and Conditions t/ 1) 50% down with order, 45% on installation and net on Acceptance Test Plan (ATP) completion Annual Software Support Information 1) Your current Annual Software Support Agreement will increase by the amount listed below. This has been included in this proposal for future budgetary considerations $ 9,980.10 d PQ 6 8/22/2005 Notes SQL data base Notes 1 Agencies utilizing USA's CrimeFile Version 5 or 6 and wishing to utilize the Microsoft SQL Server backend database, prior to the installation of USA SQL compatible products MUST: A. Purchase the MS SQL Server Program and Licenses, B. Install MS SQL Server Applications, and C. Establish the MS SQL Server local area network. 2 USA's CrimeFile version 6 applications running the Microsoft SQL Server backend database and using Crystal Reports require the use of Crystal Reports Professional v9 or greater. Customer is responsible to order a new version of Crystal Reports. Ask your USA Software Sales Representative eForms Notes 1 USA Software eForms requires Version 5 or higher CrimeFile Products. 2 All USA Software eForms products require the corresponding host program in CrimeFile to store the data collected in the generation of the eForms reports. 3 USA Software eForms reporting system requires either Windows Internet Explorer 5.0 or greater or Netscape Navigator 4.5 or greater to be installed on each computer running eForms 4 The USA Software eForms Printing requires an HP Laserjet 4 compatible printer to be attached to the network or individual computer for printing of forms specified by agency. 5 USA Software eForms Reporting System Licenses are required on each individual computer workstation and server that will utilize eForms Reporting in any capacity. USA MDS Notes 1 USA MDS Mobile Data System requires the use of Microsoft SQL Server for CAD /RMS access. ? USA Mobile Data System (MDS) Interface requires a separate Server running Windows 2000 Professional or greater, to operate the interface for running tag and DL checks, etc., through FCIC from Laptop Applications. This computer must be a Pentium 4 class computer. This interface may operate on the same server as the USA MDS SCIC Interface and CADSwitch (Message Switch) Customer to provide. 3 USA MDS Mobile Data System installation utilizing wireless technology requires the wireless provider to have the ability to use UDP data transfer. 4 All wireless solutions require a separate contract with local wireless provider. 5 Strength of wireless signal in your area must be discovered via a coverage test. 6 Requires purchase, installation and programming of router hub if no available port on FCIC router, PC Anywhere is to be installed. Consult AT &T for suggested router and service provider. 7 Installation of USA MDS Serer dependent on direct connectivity to NCIC and LAN. 8 Agency is responsible for obtaining approval of mnemonics from FLDE, user NCIC limited access certification and terminating the direct line to the State /NCIC and LAN at the location of the USA MDS Server. 9 Manufacturer's prices subject to change without notice. 10 Proposal subject to final engineering approval and coverage test as needed. 11 Proposal may require a Frame Relay from local carrier. Customer to provide. 8/22/2005 12 PC Anywhere must be installed on the message switch server for support. 13 Customer to supply message switch (server). GENERAL Notes 1 USA Software. Inc. supports up to one revision back for Microsoft Word /Microsoft Office, thus we only currently support Microsoft Word 2000 or XP (Office 2000 or XP) word processing programs for the narrative section of the I -Base, Accident Reporting, Internal Affairs and Applicant Tracking applications. The programs Visio for Windows and Easy Street Draw are supported for the completion of diagrams in the Accident Reporting product. THE CUSTOMER IS RESPONSIBLE FOR: A. Acquiring and installing these products prior to installation of USA Software Products. B. Maintaining a current version of these 3rd party software products. Office or Word 97, 95, Word6 or Word 2, need to be upgraded to one of the supported versions. 2 Versions of Crystal Reports prior to version 8 are not supported in USA's CrimeFile 2000 version 6. However, CrimeFile 2000 version 7 applications running the embedded Dataflex backend database and using Crystal Reports 7 can be used (but are still not supported) and require the use of the Dataflex Connectivity Kit for Crystal Reports v2.0. Crystal Reports version 7 was delivered with v1.0 and thus, will not work with CrimeFile 2000 v6. Customer is responsible for ordering either the connectivity kit v2.0 or a new, supported version of Crystal Reports. 3 Please refer to the MINIMUM SYSTEM REQUIREMENTS document, either attached or otherwise provided, for suggested minimum hardware specifications to most efficiently operate USA Software products. 4 The software package PC Anywhere 32 for Windows (for Windows 95, 98 or NT) must be installed on a networked PC or the server. A CD ROM drive needs to be available to the network. 7 USA Software on -site training is conducted in a "train- the - trainer" concept enabling the agency to train current and future staff. However, other training arrangements can be made for training of groups of agency staff members. Each training session is limited by the physical training space available and the number of computer workstations available in the training area. 8 Telephone remediation /consultation training is available for answering training issues not requiring a physical visit for remedial training or for more specific information relating to operation of USA products. Available in 2 hour blocks with scheduled dates and times through Tech Support. 9 USA Software, Inc., offers a Systems Administrator course held monthly at our corporate office. This class covers minimum system requirements, directory structure, workstation setup using CrimeFile Utilities, CADFile 2000 settings and utilities, and installation of additional programs and features settings. This one day course is $595 per student. Travel and per diem expenses are the responsibility of the employing agency. 10 The USA Software Forms Print Engine requires an HP Laserjet 4 or compatible printer to be attached to the network or individual PC for printing of forms specified by agency. 11 PhotoFile 2000 requires; a. A 17" monitor with a Desktop area setting of 1024x768 and the Hi -Color (16 bit) Color Palette setting in Control Panel- >Display- >Settings. b. For best photo resolution you must use a Super VHS video camera. c. You can use a laser printer (such as a HP LaserJet 4) for black and white printouts of photos. d. Color printers must be Windows - supported and should have a resolution of 720x720 for best results. USA Software urges customers to test the printer prior to final acquisition. e. System requires Pentium -based IBM compatible PC. Hard disk capacity depends on photo volume minimum of 1 GB suggested. f. Pricing is for a single video capture workstation. This workstation may be attached to a network. Additional "viewing" workstations are $100.00 per workstation. g. This product utilized SNAPPY DELUXE which requires the availability of a parallel printer port on the target workstation. 13 Proposal replaces all previous proposals and configurations. 14 Prices are subject to change without notice 90 days after proposal date. 8/22/2005 Lease Estimate USA Software, Inc. 9900 Stirling Road Suite 301, Cooper City,Florida 33024 Phone 954.436.3911 Fax 954.431.2641 WEB www.usa- software.com Agency Miami Shores Police Department Attention: A. Chief Lystad Address 9990 NE 2 Avenue Phone: 305 - 759 -2468 City Miami Shores, FL 33138 Date: 8/22/2005 Proposal #: MSPD -MDS2 CrimeFile 2000 Information Management System Leasinq Option - Midwest Leasina Group $ 3,893.61 $ 2,677.28 $ 2,070.78 $ 1,709.74 1 Get everything up front - By making monthly lease payments, you can get the entire solution you need to meet your needs right away rather than settling for a partial solution in hope you'll be able to add to it next budget year- 2 Low Monthly Payments - A monthly lease payment will usually be lower than the payment from other methods of financing. You can afford more with leasing. 3 Virtually Nothing Down -Where other types of financing require a hefty down payment, leasing is 100% financing. Most lease agreements require an advance of only one or two months payment. Leasing puts your Midwest Leasing solution to work immediately, at a minimal up -front cost. Start seeing immediate return on your solution investment without tying up your capitol. 4 No Balloon Payment - Midwest Leasing offers the option of a "dollar buyout" end of term arrangement. 5 Eliminate Hidden Costs - Leasing can provide more than just the equipment cost. You can also include the cost of implementation and service plans - everything it takes to put your solution to work for you right away. NOTES 1 Lease rates and monthly payment prices quoted are for evaluation purposes only and are subject to change, depending on customer credit criteria and /or prevailing economic conditions. Final rate and payment schedule will be provided upon request. 2 48 and 60 month lease plans are only available in conjunction with a hardware purchase that is at least 50% of the total project. 24 and 36 month lease plans will allow for "software only" purchases. 60 month plan requires that a substantial portion of the purchase price include hardware. 3 Al municipal leases are $1.00 purchase options, and include a "funding out" clause. 4 This lease proposal replaces all previous lease proposals. 5 Lease plans over $100,000 require (3) years of audited financial statements. 8/22/2005 Minimum System Requirements USA Software, Inc. 9900 Stirling Road Suite 301, Cooper City,Flodda 33024 r Phone 954.436.3911 Fax 954.431.2641 WEB www.usa - software.com Revised., May 20, 2005 The following system parameters are required for any system that will be using any USA Software, Inc. product. Please note that these are minimum system requirements. If your agency will be using other software in addition to ours; you will likely need to increase some parameters. USA Software, Inc. prefers Windows 2003 Server or Windows 2000 Server. Windows NT 4 Server or Windows 200X Server fall tvoesl: Supported versions: Windows NT 4 Server - Service Pack 6a required Windows NT 4 Back Office 4.5 - Service Pack 6a required Windows NT Small Business Server - Service Pack 6a required Windows 2000 Server (all types) - Service Pack 4 and all current security updates Windows 2003 Server (all types EXCEPT We Server) - Service Pack 1 and all current security updates * Pentium III, 500 MHz (Pentium 4, 2.0 GHz recommended) * 10 gigabyte hard drive (SCSI recommended) with at least 5 gigabytes of free space If more than one drive installed, the C: drive must have a minimum of 2 gigabytes of free space available with 5 gigabytes of free space available on the installation drive. * Memory - Depends on database and Operating System: (the more memory, the better) Windows NT4/Windows 2000 Server Without Microsoft SQL Server: 256 Megabytes RAM (512M recommended) With Microsoft SQL Server: 512 Megabytes RAM (1G recommended) Windows 2003 Server Without Microsoft SQL Server: 512 Megabytes RAM (1G recommended) With Microsoft SQL Server: 2Gigabyte * SVGA video card and monitor capable of displaying 800 x 600 resolution at 256 colors * Modem (see modem requirements) * CD -ROM drive * High volume data backup device (such as a tape drive) and appropriate backup software * If running Microsoft SQL, please see notes in the MICROSOFT SQL NOTES section Additional recommendations * RAID 5 or RAID 10 Hard Disk System Stronger RAID systems acceptable. Check with USA Software support before selecting a RAID system. * Uninterruptible Power Supply (UPS) Novell Server - NOT SUPPORTED FOR MDS Mobile Data Systems Supported versions include: 4.12; 4.2x; 5.x * Pentium III, 500 MHZ (Pentium 4, 2.0 GHz recommended) * 10 gigabyte hard drive (SCSI recommended) with at least 5 gigabytes of free space *64 Megabytes RAM * High volume data backup device (such as a tape drive) and appropriate backup software * At least one workstation on the network must have a CD -ROM * Long file name support * At least one workstation on the network must have a modem (see modem requirements) Additional recommendations * RAID 5 or RAID 10 Hard Disk System Stronger RAID systems acceptable. Check with USA Software support before selecting a RAID system. * Uninterruptible Power Supply (UPS) Network General: * Category 5 or 6 cables * Network cards must appear on the supported hardware list for the operating system being used on the workstations and servers 10 users or less: 1013ase -T 10 users or more: 100 Base -T 8/22/2005 Workstations USA Software, Inc., prefers Windows XP Professional or Windows 2000 Professional NOTE: Windows XP Home Edition has limitations that make it unsuitable for use in work environments. USA Software, Inc., will not support software used on workstations running Windows XP Home Edition. Windows 2000 Professional or XP Professional or Windows NT 4 Workstation: Pentium III 500 MHz or higher (Pentium 4, 2 GHz recommended) 4 Gigabyte hard drive with at least 500 megabytes of free space 256 megabytes of RAM (512 Recommended) SVGA fideo card with 4 megabytes RAM and 15 inch monitor capable of 800 x 600 resolution at 256 colors (see CAD WORKSTATIONS, PHOTOF/LE WORKSTATIONS AND eFORMS WORKSTATIONS sections below) Modem • 33.6K baud (56K baud recommended) • Winmodems NOT acceptable • 56K baud modems must be V.90 • Must have a phone line that is not shared by other devices such as fax machines or paging devices. Phone line must be direct (may not be routed through a switchboard operator). CAD Workstations Same requirements as listed under Workstations but must have SVGA video card with 4 megabytes RAM and minimum 17 inch monitor (19 or higher recommended) capable of 1024 x 768 resolution at 256 colors. Photofile Workstations Same requirements as listed under Workstations but must have SVGA video card with 4 megabytes RAM and capable of 1024 x 768 resolution at 16 bit true - color. eForms Workstations Same requirements as listed under Workstations but must have SVGA video card with 8 megabytes RAM and capable of 1024 x 768 resolution at 256 colors. Internet Explorer 5.5 or Netscape Navigator 4.5 or greater is required for eForms reporting. 512 MB RAM is recommended In -Car Laptops • Windows NT 4 Workstation - Service Pack 6a required • Windows 2000 Professional • Windows XP Professional NOTE: Windows XP Home Edition has limitations that make it unsuitable for use in work environments. USA Software, Inc., will not support software used on workstations running Windows XP Home Edition. Windows 2000, XP Professional or Windows NT 4 Workstation: Pentium III, 500 MHz or higher 4 Gigabyte hard drive with at least 500 megabytes of free space 128 megabytes of RAM (512 MB recommended if using eForms) SVGA video card with 4 megabytes RAM and 15 inch color monitor capable of 1024 x 768 resolution at 256 colors Mobile Data Server: It is recommended that the Mobile Data Server software be run on the same server that hosts CrimeFile 2000 applications. However, if you wish to run the Mobile Data Server software on its own server, please use the following minimum specifications shown in the WINDOWS NT 4 SERVER OR WINDOWS 2000 SERVER (all types) section at the beginning of this document. If using any SQL server software, please see the notes in the SQL SERVER NOTES section below. Microsoft SQL Server Notes: USA Software, Inc. recommends that the server that will be running Microsoft SQL Server NOT be running any other software, such as Microsoft Exchange, web hosting, etc. MS SQL requires a great deal of memory and resources to operate efficiently and operates best when it is the only application running on the server. If an agency uses MS Exchange, we strongly recommend separate servers for MS SQL and MS Exchange. 8/22/2005 Unsupoorted O eratin Systems: USA Software, Inc. does not presently support any of the following OS platforms and no testing has been completed in any of these environments: * Windows 3.x * Windows 95 * Windows 98 (Any Edition) * Windows XP Home Edition * WihdowsME * Windows .NET Server • Linux (any) • Windows Longhorn Edition USA Software, Inc. will not provide any support on a system that has an unsupported operating system installed. 8/22/2005 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -016 Fund / Department Police Project Police X -26 Tasers Name: PROJECT STATUS Project rating ri Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year X 5 3/1/2006 2007 Cost Estimate $ 20,200 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Complete the equipping and deploying of electronic control devices (Tasers) to remaining sworn personnel. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Currently, twelve taser units have been purchased for deployment. of need to authorize project request: This will complete the deployment to all operational personnel. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'Source (1) CAP $ 20,200 $ $ $ - $ $ 20,200 Source (2) - - $ - Source (3) - - $ - TOTAL $ 20,200 $ - $ $ - $ - $ 20,200 Form FIN CAP1 Revised: Jan'06 Estimate Date Estimate # 3/9/2006 1625 ZS i2.1) Y UUlVUhFdV AN UT. S'lE 305 Department & Address JACKSONVILLE, FL 32244 - 904 -777 -4801 FAX 904 -777 -4802 Miami Shores Police Department info @dggtaser.com Attention:Irene Toleno 9990 NE 2nd Ave. Miami Shores, FL 33196 David Item Description Quantity Rate Total 26000X X -26 Advanced Taser with laser sight, low 20 810.00 16,200.00 intensity fight, extended digital power magazine, dataport download capability and exo- skeleton holster 44205 Non - conductive 21 -foot training cartridge 80 17.97 1,437.60 single shot for scenario based training (Blue cartridge) 44201 XP (extra penetration) 25 -foot air cartridge 60 21.97 1,318.20 single shot 26701 XDPM - Extended digital power magazine 12 34.95 419.40 11007T X -26 B1adeTech holster with Tek Lok belt 12 49.95 599.40 attachment and one cartridge holder Freight Shipping & Handling 205.00 205.00 X -26 Warranty A 4-year extended warranty may be purchased up to 1 year from date of purchase for $179.95 per Taser. Estimate Subtotal $20,179.60 Sales tax $0.00 Xo,tal­... __,... _ $20,179,60 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -017 Fund / Department Police Project Dell Laptop Replacement I Name: i PROJECT STATUS I Project rating & Affect Year(s) I Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year X TOTAL 'Source (1) CAP H 2 3/1/2006 1 2007 Cost Estimate Q1: Oct -Dec $ 18,100 Project expected to begin: X Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Source (2) new.. m +;^n of Wom /el nr Prniart• Pi rrhase of (10) ten Dell laDtODS for field reoortine and mobile data applications by officers. Description or ID of Original Asset to Replace ten (10) Dell Latitutde D610 as identified on attached be replaced (Fixed Asset ID): profile / spec sheet. Justification, Rationale, or Explanation Current laptops service warranty is set to expire. No further I of need to authorize project request: extensions are permitted by Dell. II IF DENIED, possible alternatives which may be considered: Fundine Request by Year It Source I Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'Source (1) CAP $ 18,100 $ $ - $ - $ - $ 18,100 Source (2) ` Source (3) - - TOTAL $ 18,100 $ - $ - $ - $ - $ 18,100 Form FIN_CAP1 Revised: Jan'06 Florida State Store: Current Cart Dell recommends Windowse XP Professional �M LA USA I Florida State Store Page 1 of 2 Buy Online or Call 1-888 Systems Software & Peripherals Florida Links Coni BACK TO: Premier Home > My Cart E- Quotes My Cart Using your Cart • Click the "Continue Shopping" to add more items to your Cart. • Click the "Save as E- Quote" button to save this form and /or forward it to your purchasing agent as a requisition. - Click the "Checkout" button to continue to the Checkout and enter order online. View Options: ' View Order Summary rk View Sub Total Price *: $18,132.40 Description Quantity Unit Price Itei 1 Latitude D610 Intel(@ Pentium M Processor 740 (1.73GHz) 14.1 10 $1,813.24 $11( XGA, Intel GMA 900 F Reconfigure l3 Remove Update (Date: Friday, March 10, 2006 10:51:27 AM CST Catalog Number: 84 RC962167 (Latitude D610: Inte'I® PentiurrtV M Processor 740 (1.73GHz) 14.1 XGA, Intel GMA 900 1 U1 7X - 221 -5559 Operating Systems: Genuine WindowslD XP Professional, SP2, with media PPRO2 - 424 -4790 (Memory: 1.0GB DDR2 533MHz SDRAM, 2 DIMMS 1 GW - 3f 1 -3781 Hard Drives: 16OGB Hard Drive, 9.5MM, 540ORPM OL) - 341 -1709 (Floppy Drive: No Floppy Drive NFD - 340 -8854 (Modem: Internal 56K Modem for Dell Latitude D- Family Notebooks, Factory Install 156 - 313 -2971 4C Adapter: 9OW A/C Adapter 90AC - 312 -0120 Module Bay Devices: 24X CD- RW /DVD w/ Sonic Digital MediaTm and Cyberlink PowerDVDTM 4XCMBO - 313 -2546 Wireless LAN (802.11): Inter PRO/Wireless 2200 802.11b1g WLAN miniPCI Card VV22LF- 430 -1411 'Systems Management: ell OpenManage Client Instrumentation MCI - 420 -3905 !Resource CD: I o Resource CD ORCD- 313 -3673 (Batteries: Cell Primary Battery C - F 312-0189 Hardware Support Services: 4 Year Limited Warranty plus 4 Year NBQ On -site Service and CompleteCal U4CC - 904 -6233 900 -SUD 950 -0399 983 -2207 983 -22'17 File System: NTFS File System for all Operating Systems NTFS - 420 -3699 IKeep Your Hard Drive: Keep Your Hard Drive, 4 Years KYHD4Y - 960 -2589 (Dell Recycling: Asset Recovery, 1 Piece, Future Use, Six Months to Four Years RVRFI! - 981 -5216 J http://cart.dell.com/rcomm/basket. asp k� 16) 3/10/2006 Florida State Store: Current Cart Continue Shopping Save as E -Quote PM =O OC= edit_gty BACK TO: Premier Home > My Cart Page 2 of 2 Sub Total Price* $18 For shipments of certain products to California, state environmental Pee of up to $10 per item will be added at order invoice. For shipmen certain items to Alberta, Canada, a provincial environmental fee will be applied to your invoice. Pricing, specifications, availability, and to offers may change without notice and DO NOT INCLUDE APPLICABLE SHIPPING AND /OR HANDLING CHARGES, TAXES, OR RES- CHARGES. Please note that Dell cannot be responsible for typographical or other errors, and reserves the right to modify or cancel any resulting from such errors. Refer to your invoice for final information regarding order detail, including tax & shipping amounts. Offers not necessarily combinable. Prices have been rounded to the nearest dollar for online display. All sales are subject to Dell's Terms and Con( Sale located at www.dell.com unless you have a separate written agreement with Dell. Picture is for illustfative purposes only. Price may increase or decrease depending on options selected. Please note that this Microsoft software product may use technological measures for copy protection. In such event, you will not be able the product if you do not comply with the product activation or reactivation procedures, which may be completed by Internet or telephone charges may apply). Copyright 1999 -2006 Dell Inc. For customers of the 50 United States and the gistdat of Columbia only. Site Terms I Terms and Conditions of Sale I Privacy Policy snCT6 BG SG http:/ /cart.dell.com/rcomm/basket.asp 3/10/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -018 Fund / Department Police Project Radio Infrastructure Replacement Name: PROJECT STATUS Project rating Ek Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year X 1 3/1/2006 2007 -09 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 275,000 Project expected to begin: Aug -09 Description of Item(s) or Project: This project will provided funding to replace our current police radio system and will be required in order to communicate with other agencies in Dade County. Cost is estimated at $225,000. This project will commit to and reserve funding in an amount sufficient enough to implement the project in August, 2009. Description or ID of Original Asset to Replace all portable, trunk mounted and handheld radio equipment be replaced (Fixed Asset ID): and infrastructure. Justification, Rationale, or Explanation Current radio system is approximately 15 years old and the of need to authorize project request: equipment manufacturer has notified the users that the equipment has reached its "end -of- life" phase. Parts availability will be based on what is already in inventory. IF DENIED, possible alternatives which may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) CAP $ 75,000 $ 75,000 $ 75,000 $ $ - $ 225,000 Source (2) - - - - - $ - Source (3) - - $ TOTALI $ 75,000 1 $ 75,000 1 $ 75,000 1 $ - $ - $ 225,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 -2011 Project No: 2007 -019 Fund / Department /Public Works Project Recreation Center's Generator Name: PROJECT STATUS Project rating Bt Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year X 1 2006 -2007 Cost Estimate $ 44,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Transfer of P.D.'s Generator to Recreation Center. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Transfer existing generator from Police Department to Recreation of need to authorize project request: Center. Hook up and install new above ground 500 gallons tank and rewiring complete building. IF DENIED, possible alternatives which No power. .may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'Source (1) $ 44,000 $ - $ - $ - $ - $ 44,000 Source (2) - - - - - $ Source (3) - - - - - $ - TOTALI $ 44,000 1 $ - $ - $ - $ - $ 44,000 Form FIN_Cap1 Revised: Jan'06 EGS Electric Generating Systems Electric Generating Systems, Inc 13280 SW 131 Street Miami, FL 33186 I Name / Address I Miami Shores Recreation Department Estimate Date Estimate # 3/9/2006 1184 Project Item Description Qty Rate Total Transportation an... Rigging and Transportation to more esistins Generator from Police Dept to Rec Center 1 3.500.00 1 3,500.00 Cement Pad Install Cement Pad Installation and Steel Fabrication 1 7.000.00 7.000.00 Electric Install Electrical Installation of Generator 1 10.000.00 10000.00 Mechanical Install 1 7.000.00 7.000.00 400 Amp Asco N... 1 4,500.00 4.500.00 Engineering Firm Plans needed for Permitting 1 3.500.00 3,500.00 Permit Fee's 1 500.00 500.00 Mise 500 Gallon Diesel UL Aprroved 5.000.00 5.000.00T Subtotal $41,000.00 Sales Tax (0.0 %) $0.00 Phone # Fax # TOW °" S41 ;0W.'60 305- 970 -1310 305 - 256-3335 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 7007 -020 Fund / Department /Public Works Project Police Generator Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 105,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Replacement of Police Generator Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Replacement and rewiring of Police Generator with a bigger unit of need to authorize project request: capable of handling the entired building. L —1 IF DENIED, possible alternatives which keep using existing generator, powering only one floor due to power may be considered: capacity. Funding Request by Year £t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 105,000 $ - $ $ - $ $ 105,000 'Source (2) - - - - - $ - 'Source (3) - - - - $ - TOTALI $ 105,000 1 $ - $ - $ - $ - $ 105,000 Form FIN CAN Revised: Jan'06 FZ E Electric Generating Systems Electric Generating Systems, Inc 13280 SW 131 Street Miami, FL 33186 I Name / Address I Miami Shore Police Department 9990 NE 2 Avenue Miami Shores, FL 33138 Estimate Date Estimate # 3/9/2006 1183 Project Item Description Qty Rate Total Tradewinds 135K... 135KW TradeNvinds Diesel Genset/Perl:ins Motor 1 55,000.00 55000.00 Tradewinds ATS ... 600 Amp Automatic Tivisfer Switch 1 8.000.00 8-00000 Electric Install Electrical Installation 1 27.000.00 27000.00 Mechanical Install Mechanical Installation 1 5,000.00 5.000.00 Engineering Firm Plans Needed for Permiting 1 5.000.00 5,000.00 Permit Fee's Local City Fee 1 500.00 500.00T Subtotal $100,500.00 Sales Tax (0.0 %) $0.00 Phone # Fax # Total 305- 970 -1310 305- 256 -3335 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -021 Fund / Department CAP /Public Works Project ADA Improvements Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar .ost Estimate $ 15,000 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Continue with ADA improvements to Village Facilities Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Funds must be available to enable to Village to comply with of need to authorize project request: Federally mandated ADA requierements IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CAP $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 Source (2) - - - - $ - Source (3) - $ - TOTALI $ 15,000 1 $ 15,000 1 $___15,000_1 $ 15,000 1 $ 15,000 1 $ 75,000 Form FIN CAP1 Revised: Jan'06 Funds set aside for ADA improvements MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -022 Fund / Department CAP /Public Works Project Security Wall on NW 2nd Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 100,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun I Q4: Jul -Sep Description of Item(s) or Project: Security wall on NW 2nd Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Experience has shown that a neighborhood on the western fringe of of need to authorize project request: the Village will benefit in a reduction in crime, from a security wall being erected to limit the amount of foot and vehicular traffic into the neighborhood from the western direction. Yearly appropriation of funds will ensure that in a couple of years enough funds will be saved to erect the wall. IF DENIED, possible alternatives which If no wall is erected, continued restriction of traffic through chain may be considered: link fencing will be necessary. Funding Request by Year ft Source Funding Source FY 2007 1 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CAP $ 100,000 $ $ $ - $ - $ 100,000 Source (2) - . $ 'Source (3) 1 - I - $ - TOTAL $ 100,000 1 $ - $ - $ - $ - I $ 100,000 Form FIN_CAP7 Revised: Jan'06 Funds allocated for future wall construction. Estimated future prices are $100 per linear foot. Wall length estimated at .5 miles or 2640 linear feet for a total of $264,000 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 -2011 Project No: 2007 -073 Fund / Department Fleet /Public Works Project Altec Chipper Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year X 3 2006 -2007 Q1: Oct -Dec Cost Estimate $ 28,000 Project expected to begin: X Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replacement of Altec chipper Description or ID of Original Asset to V -9555 (1995) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation New unit will replace chipper purchased in 1995. Current chipper of need to authorize project request: operation does not meet the needs of the Village. Two tree crews require two working chippers. IF DENIED, possible alternatives which Continue to operate with only one chipper. may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 28,000 $ - $ - $ - $ - $ 28,000 Source (2) - - - $ - Source (3) - - - - - $ - TOTALI $ 28,000 1 $ - I $ - I $ - $ - $ 28,000 Form FIN_CAP1 Revised: Jan'06 Juan Paulino n ■ From: Jenny.Roth @altec.com Sent: Friday, March 10, 2006 1:40 PM To: Juan Paulino Subject: Chipper pricing Jaun, Hopefully this will help you budget accordingly. We can do either of these options, but I can only give you prices on what I have here without asking for a specific quote. I can provide specs if you need them for bid packages as well when the time comes. As per the GSA catalog WC616- Altec whisper chipper with 16" diameter, John Deere deisel engine, 16" blades and swivel front trailer jack. $21,064 (not sure how your custom color paint would affect price )This one is a self - feeding chipper Controlled Feed chippers We now carry Wood Chuck Chippers as well - white and currently in stock- price will WC1200- wl Parkins deisel $24,900 WG2200° - gal #4Ykins d 'ei s61 You can find model details on their site are available with a curbside feed deck, Something to consider. these offer the controlled feed option These are vary by option and custom paint selected @ www.woodchuckchipper.com Some models of these this keeps workers out of the road and traffic. Sorry I have not been able to respond quicker. Thanks, Jenny Roth 561- 537 -0347 This message (including any attachments) contains confidential information intended for a specific individual and purpose, and is protected by law. If you are not the intended recipient, you should delete this message. Any disclosure, copying, or distribution of this message, or the taking of any action based on it, is strictly prohibited. } MIAMI SHORES VILLAGE Capital Project Worksheets FY 2007 -2011 Project No: 200-7-02 4 Fund / Department Fleet/ Public Works Project Bucket Truck Name: PROJECT STATUS Project rating 8 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year X 3 3/1/2005 2006 -2007 Cost Estimate $ 93,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Replacement of Bucket Truck Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Hurricane clean up and increased expectations of residents call for of need to authorize project request: addition of a second tree trimming crew. Although personnel are in place, a second permanent bucket truck is a necessity to run this crew. IF DENIED, possible alternatives which Continue with one truck and rent a truck when demand requires an .may be considered: additional vehicle. Funding Request by Year it Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 93,000 $ - $ - $ $ $ 93,000 Source (2) - - - - $ - Source (3) - - - - $ - TOTALI $ 93,000 1 $ - $ - $ - $ - $ 93,000 Form FIN_CAN Revised: Jan'06 ir VZ a:[ h Z�5 IM faun Paulino P=hasing Agent Village of Miami Shores 1701 NVV 103` Street Miami, F133147 RE: Purchase of TA40 from GSA contract Mr. Paulin, Per our conversation, Altec Industries, Inc. will offer the Village of Miami Shores a 40' bucket truck listed in our contract with General Services Administration (GSA). This contract period is effective from August 1, 2002 through July 31, 2007 listed as #GS- 30F -1028G Administration Schedule # FSC V "vehicle- mounted personnel lifts ". Item #A, -10 in the GSA price list booklet refers to an Altec TA40 telescopic articulating aerial lift with servicc/line body. This unit bas an actual working height of 45.7 feet. The unit and body will be mounted on a new International 4200 series chassis to include such items as diesel engine, automatic transmission and factory air conditioning. I've f listed below the GS.A, base price for Item #A -10 along with the options from the GSA catalog. Listed GSA price for Item A -10 (Altec Model TA40 Aerial Device) Delivered to Miami Shores ( 220 -240 days from order) $877276.00 Options forA -90 EDC- 12 Volt DC Emergency Lowering System $1,068.00 SDL- Security Door Lacking System $289.00 RDH- Rigid Door Holders $236.00 FEX- Emergency Equipment $105.00 TTP1- Trailer Towing Package $592.00 HPR- Hydralic Platform Rotator $838.00 Total GaA Pric$ With 0ptions 00,404.00 This is a comparable unit to the Global you are currently renting. That unit contains a custom option for a throttle control, this is not listed in the GSA catalog, we can add it, but I will need to get a quote for it. S1IIG ely, y Ro Account Manager G SW �� S 30,4 °4 r+ 03,3, o �' riot U F1 LCIClD U-Z; 44 1 01 Di3007 ! L HL 1 r-U 11111) rHlaC UG 2570 t71d ROSH Tebphone: (561) West Palm Beach, Ftoft Altec industries, Ine. 33400 March 1, 2006 Jain, Pauline Purchasing Agent Village of Miami Shores 1701 NW 103"d Street Miami, F133147 RE: Global Rental Buyout of TARO Mr. Paulin, This is in reference to a TA 40 currentiy being rented to the Village ofMaimi Shores (Global unit # 47-4406032), Toffs is an Altec Model TA40 mounted on a 2006 International 4200.Please sea the attached specifications. The village can buyout this unit at the end of your current rental period for $ 90,185.55. If the village chooses to continue leasing this unit until !august before purchasing, it will be $ 85;466.12. Please see the attached Spreadsheet for rental credit information. Sincerely, k"47-*6�7— Jenny Roth Account Manager MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007ry025 Fund / Department Fleet /Public Works Project Village Manager Vehicle Name: PROJECT STATUS Project rating ii Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year X 3 2006 -2007 Cost Estimate $ 25,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Replacement of Village Manager's vehicle. Description or ID of Original Asset to V -0101 (2001) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle is aged five years. As a component of the Village -wide of need to authorize project request: fleet replacement program, this vehicle is scheduled for replacement. The vehicle is in excellent condition and will be reassigned from the Manager's office to Code Enforcement. IF DENIED, possible alternatives which Continue to use old vehicle with reliability issues may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 25,000 $ $ - $ - $ $ 25,000 Source (2) - - - - $ - Source (3) - - - - $ - TOTALI 25,000 1 $ - $ - $ - $ - $ 25,000 Form FIN_Capl Revised: Jan'06 C• t FLORIDA FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION 2006 FORD CROWN VICTORIA Specification #04 (Administrative) The Ford Crown Victoria (P73) purchased through this contract comes with all the standard equip- ment as specified by the manufacturer for this model and FSA's base vehicle specification(s) require- ments which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. ZONE: Western Northern Central Stsfti#kl►eril . BASE PRICE: $19,340.00 $19,258.00 $19,275.00 " $19;395.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add /delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and /or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add /delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add /delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. 1r"3G10_A uv �-b 15b fi 19.0 39 S '�,Ivos LEGEND FOR DELETE /ADD OPTIONS Every line will require a DOLLAR VALUE or one of the following abbreviations: Std. = manufacturer's standard equip. Incl. = included with base specs. NC = no additional charge NA = not applicable to the vehicle — = option not bid by vendor Bid Award Announcement (04 -12 -0823 ROLLOVER) 77 VEHICLE: Crown Vic Crown Vic Crown Vic Crown Vic DEALER: Orville Duval Don Reid Don Reid ZONE: Western Northern Central Southern BASE PRICE: $19,340.00 $19,258.00 $19,275.00 $19,395.00 Order Central & Code Add Options Western Northern Southern P74 Ford P74 Package $ 3,135.00 $ 3,435.00 $ 3,135.00 144 Keyless entry $ 255.00 $ 255.00 $ 255.00 3K Third key $ 135.00 $ 87.00 $ 95.00 Floor mats, front & rear Std. Std. Std. 58K AM /FM radio with single CD $ 185.00 $ 185.00 $ 185.00 RS Rainshields $ 92.00 $ 87.00 $ 100.00 DC3 Class III hitch & rec. draw bar, 2" ball $ 460.00 $ 425.00 $ 395.00 Power seat, driver Std. Std. Std. 508 Full size spare tire & rim $ 115.00 $ 115.00 $ 115.00 DPS Pin stripes /door edge guard $ 137.00 $ 185.00 $ 295.00 59M Side air bags (requires P74) $ 4,640.00 $ 300.00 $ 3,435.00 CSP60 Corner Strobe Kits - Whelen Kit with 4 $ 420.00 $ 471.00 $ 395.00 clear tubes. 6 outlet CSP 60w power supply, 2 -15' cables, 2 -30' cables CSP90 Corner Strobe Kits - Whelen Kit with 4 $ 430.00 $ 491.00 $ 450.00 clear tubes, 6 outlet CSP 9Dw power supply, 2 -15' cables, 2 -30' cables SPS61i Corner Strobe Kits - Federal Kit with 4 $ 420.00 $ 489.00 $ 425.00 clear tubes, 6 outlet SPS6J power supply, 2 -15' cables, 2 -30' cables RICH Corner Strobe Kits - Federal Kit with 4 $ 430.00 $ 544.00 $ 495.00 clear tubes, 6 outlet RICHOCHET power supply, 2 -15' cables, 2 -30' cables NEB Corner Strobe Kits - Soundoff Kit with 4 $ 420.00 $ 484.00 $ 450.00 clear tubes, 6 outlet, 60w Nebula power supply, 2 -15', 2 -30' cables GEM Corner Strobe Kits - Soundoff Kit with 4 $ 430.00 $ 574.00 $ 495.00 clear tubes, 6 outlet, 110w Gemini power supply, 2 -15', 2 -30' cables DSM Complete set of shop manuals ONLY $ 245.00 $ 325.00 $ 295.00 5/75B 5/75 Manufacturers Extended Base Care $ 1,215.00 $ 1,215.00 $ 1,215.00 Warranty ($0 deductible) See Page 1050 5/75E 5/75 Manufacturer's Extended Extra Care $ 1,465.00 $ 1,465.00 $ 1,465.00 Warranty ($0 deductible) 5/75P 5/75 Manufacturer's Extended Power $ 1,005.00 $ 1,005.00 $ 1,005.00 Train Warranty ($0 deductible) 78 Bid. Award Announcement (04 -12 -0823 Rd LLF-OVEER) MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -026 Fund / Department Fleet /Public Works Project Replace Police van V -9538 Name: PROJECT STATUS Project rating 6t Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year X 3 3/1/2006 2006 -2007 !Cost Estimate $ 20,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Replace police van V -9538 as part of the Village -wide vehicle replacement program. Description or ID of Original Asset to V -9538 (1995) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle has met its life expectancy and needs to be replaced in of need to authorize project request: compliance with the Village's fleet maintenance comprehensive replcement program. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues. may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 20,000 $ $ - $ $ $ 20,000 Source (2) - - - $ - Source (3) - - - - $ - TOTALI $ 20,000 1 $ - $ - $ - $ - $ 20,000 Form FIN_Capl Revised: Jan'06 �/qOv v � 0 FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLOREDA FIRE CIiIEFS' ASSOCIATION 2006 FORD FREESTAR Specification #20 (7 Passenger Mini Van - FWD) The Ford Freestar van (A50) purchased through this contract comes with all the standard equip- ment as specified by the manufacturer for this model and FSA's base vehicle specification(s) require- ments which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. ZONE: Western Northern Central Soutl3ern BASE PRICE: $15,600.00 $15,650.00 $15,547.00 $16,,697.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add /delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and /or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add /delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add /delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. w ► S, 1191 LEGEND FOR DELETE /ADD OPTIONS Every line will require a DOLLAR VALUE or one of the following abbreviations: Std. = manufacturer's standard equip. Incl. = included with base specs. NC = no additional charge NA = not applicable to the vehicle = option not bid by vendor 494 Bid Award Announcement (04 -12 -0823 ROLLOVER) VEHICLE: Freestar Freestar Freestar Freestar DEALER: Orville Orville Don Reid Don Reid ZONE: Western Northern Central Southern BASE PRICE: $15,600.00 $15,650.00 $15,547.00 $15,697.00 Order Western & Central & Code Delete Options Northern Southern 3rd row passenger seating NA NA ABS brakes Std. NA A54 Cargo van in lieu of passenger van $ 1,400.00 $ 1.800.00 Order Western & Central & Code Add Options Northern Southern A52 Engine: 4.2L V -6 $ 4,410.00 $ 5,100.00 Extended version NA NA 212 Enhanced seat group *(quad seats) NA $ 3,395.00* 574 Air conditioning - rear $ 675.00 $ 675.00 58K AM /FM radio with single CD $ 345.00 $ 345.00 3K Third key $ 135.00 $ 95.00 Remote keyless entry Std. Std. Manual RH /LH door Std. Std. Dutch doors NA NA RS Rainshields $ 92.00 $ 100.00 Deep tint for base Incl. $ 415.00 A51 -120A Manufacturer's model upgrade pkg. $ 2,015.00 -- (please specify pkg. bid) SE Manufacturer's model upgrade pkg. - - $ 2,600.00 (please specify pkg. -bid) Class I trailer wiring $ 335.00 $ 295.00 Class I hitch $ 425.00 $ 295.00 BUA Backup alarm $ 125.00 $ 100.00 BUC Back up camera with 3.5" LCD $ 690.00 NA (rear mounted camera to provide wide angle field of vision at rear of vehicle 94A -574 Side air bags $ 1,370.00 - 68D Side air bags - - $ 730.00 Daytime running lights NA $ 40.00 Traction control $ 975.00 $ NA Limited slip differential NA NA Roof Mounted Lightbar Whelen Ultra STROBE /LED $ 2,475.00 $ 2,900.00 Package: (Red /Blue Version) 9U72800 - Ultra Bar with 12 Strobes; 9UALY - 1 Pair Alley Lights; 9UTD2 - 1 Pair Take Down Lights; 9UDFFLRB - Two Duplex LED Front Flashers Red /Blue: 9UDRFLAA - Two Duplex LED Rear Flashers Amber /Amber; MK* - Strap Kit; BL627 - Siren Amplifier MPCO1 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 75.00 Note: Bar has two front and two rear LED flashers. Roof Mounted Lightbar Whelen Ultra STROBE /LED $ 2,690.00 $ 2.995,00 Package: (Blue Version) 9U72800 - Ultra Bar with 12 Strobes; 9UALY - 1 Pair Alley Lights; 9UTD2 - 1 Pair Take Down Lights; 9UDFFLBB - Two Duplex LED Front Bid Award Announcement (04 -12 -0823 ROLLgVER) 495 VEHICLE: Freestar Freestar Freestar Freestar DEALER: Orville Orville Don Reid Don Reid ZONE: Western Northern Central Southern BASE PRICE: $15,600.00 $15,650.00 $15,547.00 $15,697.00 Order Western & Central & Code Add Options (cont'd) Northern Southern Flashers Blue /Blue; 9UDRFLBB - Two Duplex LED Rear Flashers Blue /Blue; MK* - Strap Kit; BL627 - Siren Amplifier; MPCOI - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 75.00 Note: Bar has two front and two rear LED flashers. Roof Mounted Lightbar Whelen LFL LED /STROBE $ 2,790.00 $ 2,995.00 Package: (Red /Blue Version) LS148000 - 4 Strobe Base Bar; LSALY - Pair Alley Lights, LSTD2 - 1 Pair Take Down Lights; LSRFLAA - 1 Pair Rear Amber LED Flashers; LSRFLBB - 1 Pair Rear Blue LED Flashers; LSRFLRR - 1 Pair Rear Red LED Flashers; LSFFLRB - 1 Pair Front Red /Blue LED Flashers; MK* - Strap Kit; BL627 - Siren Amplifier; BL405 - Flasher MPC01 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 75.00 Note: Bars have three pairs of rear LED flashers, one pair of front LED flashers. Roof Mounted Lightbar Whelen LFL LED/ STROBE $ 2,890.00 $ 3,195.00 Package: (Blue Version) LS 148000 - 4 Strobe Base Bar; LSALY - 1 Pair Alley Lights; LSTD2 - 1 Pair Take Down Lights; LSRFLAA - 1 Pair Rear Amber LED Flashers; LSRFLBB - 2 Pair Rear Blue LED Flashers LSFFLBB - 1 Pair Front Blue LED Flashers; MK* - Strap Kit; BL627 - Siren Amplifier; BIA05 - Flasher MPC01 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 75.00 Note: Bars have three pairs of rear LED flashers, one pair of front LED flashers. Whelen STROBE Package: 9M288000 - 8 Base Strobes; $ 2,190.00 $ 1,995.00 9MALY - 1 Pair Alley Lights; 9MH2CC - 1 Pair Take Down Lights with Flash Feature TA9M06S - Additional 6 Strobe Module with Traffic Advisor /Warning Mode; MK* - Strap Kit; 295HFSA6 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket Note: Bar has 14 Strobes total. Whelen LIBERTY LED Package: (Red /Blue Version) $ 2,090.00 $ 2,795.00 SL8RBRB - Liberty Bar with 2 Red /2 Blue LED's; SLD18100 - 1 Red, 8 Blue, 1 Amber, Additional LED's; SLH2CC - 2 Flashing Halogen Take Down Lights; SL2ALY - 2 Halogen Alley Lights; MK* - Strap Kit; 295HFSA6 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket Note: Above Bars have total of 14 LED's 496 Bid Award Announcement (04 -12 -0823 ROr r OT EI:) VEHICLE: Freestar Freestar Freestar Freestar DEALER: Orville Orville Don Reid Don Reid ZONE: Western Northern Central Southern BASE PRICE: $15,600.00 $15,650.00 $15,547.00 $15,697.00 Order Western & Central & Code Add Options (cont'd) Northern Southern Whelen LIBERTY LED Package: (Blue Version) $ 2,290.00 $ 2,795.00 SL813BBB - Liberty Bar with 4 Blue LED's; SLD 18100 - 1 Red, 8 Blue, 1 Amber, Additional LED's; SLH2CC - 2 Flashing Halogen Take Down Lights; SL2ALY - 2 Halogen Alley Lights; MK* - Strap Kit; 295HFSA6 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket Note: Above Bars have total of 14 LED's Roof Mounted Lightbar, Federal ARGENT STROBE /LED $ 2.890.00 $ 2,895.00 Package: (Red /Blue Version) 4 GEN I LED's - (2 Red /2 Blue); 4 GEN III LED's - (2 Red /2 Blue); 2 GEN III LED's - (Amber); 2 Intersection Corner Strobes; 2 Directional Strobes; 2 Take Down Lights; 2 Alley Lights; Mounting Kit; Dynamax Speaker with Bracket; UTMD Delta Siren /Light Controller with PA /Microphone Options /Upgrades: Upgrade to Smartsiren Siren /Light Controller with $ 460.00 $ 350.00 Microphone & Extension cable Upgrade to 6 LED Signalmaster to rear (deletes the 2 $ 360.00 $ 225.00 Amber LED's in std. Models above), requires Smartsiren Upgrade. Halogen Intersection sweep lights (delete corner $ 360.00 $ 235.00 and directional strobes) Roof Mounted Lightbar, Federal ARGENT STROBE /LED $ 2,890.00 $ 2,895.00 Package: (Blue Version) 4 GEN I LED's - (All Blue); 4 GEN III LED's - (All Blue); 2 GEN III LED's - (Amber); 2 Intersection Comer Strobes; 2 Directional Strobes; 2 Take Down Lights; 2 Alley Lights: Mounting Kit; Dynamax Speaker with Bracket; UTMD Delta Siren /Light Controller with PA /Microphone Options /Upgrades: Upgrade to Smartsiren Siren /Light Controller with $ 460.00 $ 350.00 Microphone & Extension cable Upgrade to 6 LED Signalmaster to rear (deletes the 2 $ 360.00 $ 225.00 Amber LED's in std. Models above), requires Smartsiren Upgrade. Halogen Intersection sweep lights (delete corner and $ 360.00 $ 236.00 directional strobes) VISTA STROBE Package: Any Lens Colors) 8 Strobes; 1 $ 1,990.00 $ 2,395.00 Traffic Clearing Light in Center; 2 Intersection Sweep Lights; 2 Alley Lights; 2 Take Down Lights; 2 Rear Halogen Flashing Lights; Mounting Kit; Dynamax Speaker with Bracket; UTMD Delta Siren /Light Controller with PA /Microphone Bid Award Announcement (04 -12 -0828 ROLLOI IER) 497 VEHICLE: Freestar Freestar Freestar Freestar DEALER: Orville Orville Don Reid Don Reid ZONE: Western Northern Central Southern BASE PRICE: $15,600.00 $15.650.00 $15,547.00 $15,697.00 Order Western & Central & Code Add Options (cont'd) Northern Southern Options /Upgrades: Upgrade to Smartsiren Siren /Light Controller with $ 460.00 $ 350.00 Microphone & Extension Cable Upgrade to 6 Lamp Halogen Signalmaster to $ 360.00 $ 250.00 rear (requires Smartsiren option) Upgrade to 6 Lamp LED Signalmaster $ 390.00 $ 325.00 (requires Smartsiren option) ALL LIGHT STREETHAWK Package: (Any Lens Colors) $ 1,970.00 $ 1,795.00 5 Halogen Rotators; 2 Alley Lights; 2 Take Down Lights; 2 Front Halogen Flashers; 4 Rear Halogen Flashers; Mounting Kit; Dynamax Speaker with Bracket; UTMD Delta Siren/ Light Controller with PA /Microphone Options /Upgrades: Upgrade to Smartsiren Siren /Light Controller with $ 460.00 $ 350.00 Microphone & Extension Cable Roof Mounted Lightbar, CODE 3 JAVELIN STROBE/ $ 2,890.00 $ 2,595.00 LED Package: (Red /Blue Version) 6 GEN III LED's (2 Red /2 Blue); 2 GEN III LED's (Amber); 4 Strobes (2 Front /2 Rear); 2 Take Down Lights; 2 Alley Lights; Mounting Kit; 3892L6 Siren /Light Controller with PA /Microphone; Compact Speaker with Mounting Bracket Options /Upgrades: Upgrade to 8 GEN III's LED's (4 Red /4 Blue) $ 560.00 $ 495.00 Upgrade to RLS Siren /Light Controller PA $ 420.00 $ 350.00 Upgrade to 6 Lamp LED Arrowstick. Both above $ 690.00 $ 450.00 Arrowstick upgrades require RLS upgrade to include Arrowstick Controller; (See Below) Upgrade to RLS Siren /Light /PA /Arrowstick Controller Incl. $ 875.00 Roof Mounted Lightbar, CODE 3 JAVELIN STROBE/ $ 2,990.00 $ 2,770.00 LED Package: (Blue Version) 6 GEN III LED's (All Blue); 2 GEN III LED's (Amber); 4 Strobes (2 Front /2 Rear) 2 Take Down Lights; 2 Alley Lights; Mounting Kit; 3892L6 Siren /Light Controller with PA /Microphone; Compact Speaker with Mounting Bracket Options /Upgrades: Upgrade to 8 GEN III's Blue LED's $ 590.00 $ 450.00 Upgrade to RLS Siren /Light Controller PA $ 420.00 $ 350.00 Upgrade to 6 Lamp LED Arrowstick. Both above $ 690.00 $ 450.00 Arrowstick upgrades require RLS upgrade to include Arrowstick Controller; (See Below) Upgrade to RLS Siren /Light /PA /Arrowstick Controller Incl. $ 850.00 CODE 3 60 STROBE /HALOGEN /LED Package: $ 2,495.00 $ 2,395.00 (Any Lens Color) 3 Halogen Rotators; 4 Directional Strobes (2 Front /2 Rear); 2 Intersection Sweep Lights; 2 GEN III Amber LED's to rear; 2 Alley Lights; 2 Takedown Lights; Mounting Kit, 3892L6 Siren /Light Controller with PA /Microphone; Compact Speaker with Mounting Bracket 498 Bid Award Announcement (04 -I2 -0823 .ROL LOVE -R) VEHICLE: Freestar Freestar Freestar Freestar DEALER: Orville Orville Don Reid Don Reid ZONE: Western Northern Central Southern SASE PRICE: $15,600.00 $15,650.00 $15,547.00 $15,697.00 Order Western & Central & Code Add Options (cont'd) Northern Southern Options /Upgrades: Upgrade Rear LED's to Red /Blue (1 Red/ 1 Blue) $ 390.00 $ 295.00 Upgrade Rear LED's to Blue /Blue (2 Blue) $ 390.00 $ 295.00 Upgrade to RLS Siren /Light Controller with PA/ $ 460.00 $ 395.00 Microphone EXCALIBUR STROBE Package: 8 Strobes; 2 Intersection $ 1.995.00 $ 1,995.00 Sweep Lights; 2 Rear Halogen Flashers; 2 Take Down Lights; 2 Alley Lights; Mounting Kit; 3892L6 Siren /Light Controller withPA /Microphone; Compact Speaker with Mounting Bracket Options /Upgrades: Upgrade to 2 Rear LED's (1 Red/ 1 Blue) delete halogen $ 390.00 $ 295.00 Upgrade to 2 Rear LED's (2 Blue) $ 390.00 $ 295.00 Upgrade to RLS Siren /Light Controller with PA/ $ 470.00 $ 395.00 Microphone Upgrade to 6 Lamp Halogen Arrowstick w /std controller $ 470.00 $ 350.00 Upgrade to 6 Lamp LED Arrowstick w /std controller $ 690.00 $ 595.00 Upgrade to RLS Siren & Light Controller /PA, & $ 460.00 $ 395.00 Arrowstick Controller (deletes std Arrowstick Controller) GS Grill strobes (Whelen, Federal or approved equivalent) $ 420.00 $ 395.00 LED -GS LED grill flashing lights (Whelen. Federal $ 440.00 $ 425.00 or approved equivalent) RVS Rear view mirror strobes (Whelen, Federal or approved $ 460.00 $ 375.00 equivalent) LED -RVS LED rear view mirror flashing lights (Whelen, Federal or $ 470.00 $ 395.00 approved equivalent) RMS Roof -mount single amber stobe beacon $ 420.00 $ 195.00 (Whelen, Federal or approved equivalent) RMD Roof- mount dual amber strobe beacon $ 570.00 $ 295.00 (Whelen, Federal or approved equivalent) 4C -S 4 corner strobe amber bar $ 570.00 $ 595.00 (Whelen, Federal or approved equivalent) 4C -LED 4 corner LED amber bar $ 690.00 $ 795.00 (Whelen. Federal or approved equivalent) CSP60 Corner Strobe Kits - Whelen Kit with 4 clear tubes, $ 420.00 $ 395.00 6 outlet CSP 60w power supply, 2 -15' cables, 2 -30' cables CSP90 Corner Strobe Kits - Whelen Kit with 4 clear tubes, $ 430.00 $ 450.00 6 outlet CSP 90w power supply, 2 -15' cables, 2 -30' cables SPS6J Corner Strobe Kits - Federal Kit with 4 clear tubes, $ 420.00 $ 425.00 6 outlet SPS6J power supply, 2 -15' cables, 2 -30' cables RICH Corner Strobe Kits - Federal Kit with 4 clear tubes, $ 430.00 $ 495.00 6 outlet RICHOCHET power supply, 2 -15' cables, 2 -30 cables NEB Corner Strobe Kits - Soundoff Kit with 4 clear tubes, $ 420.00 $ 450.00 6 outlet, 60w Nebula power supply, 2 -15', 2 -30' cables Bid Award Announcement (04 -12 -0823 HO=..LOV,13 ) 499 VEHICLE: Freestar Freestar Freestar Freestar DEALER: Orville Orville Don Reid Don Reid ZONE: Western Northern Central Southern BASE PRICE: $15,600.00 $15,650.00 $15,547.00 $15,697.00 Order Western & Central & Code Add Options (cont'd) Northern Southern GEM DSM 5/75B 5/75E 5/75P Corner Strobe Kits - Soundoff Kit with 4 clear tubes, $ 430.00 6 outlet, 110w Gemini power supply, 2 -15', 2 -30' cables Complete set of shop manuals ONLY $ 245.00 5/75 Manufacturer's Extended Base Care Warranty $ 1,215.00 ($0 deductible) See Page 1050 5/75 Manufacturer's Extended Extra Care Warranty $ 1,465.00 ($0 deductible) 5/75 Manufacturer's Extended Power Train Warranty $ 1,005.00 ($0 deductible) $ 500.00 $ 295.00 $ 1,215.00 $ 1,465.00 $ 1,005.00 500 Bid Award Announcement (04 -12 -0823 ROLLOVER) MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -027 Fund / Department Fleet /Public Works Project Stump Grinder V -10 Name: :1 PROJECT STATUS Project rating 8 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program 'Priority (1 -5); Rating Submittal date Effective year x 2006 -2007 Cost Estimate $ 31,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Replacement of stump grinder V -10 Description or ID of Original Asset to V -10 (1987 be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Our current stump grinder is a 1987 model. Innovations in design of need to authorize project request: and mechanics have greatly improved the efficiency of stump grinders. IF DENIED, possible alternatives which Continue use of 1987 stump grinder. may be considered: Funding Request by Year Ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 31,000 $ $ $ $ $ 31,000 'Source (2) - - - $ Source (3) - - - - $ - I TOTALI $ 31,000 1 $ - $ - $ - $ - $ 31,000 Form FIN_Cap1 Revised: Jan'06 AA G E Invoice All American Grinding Equipment 2401 PGA Boulevard — Suite 248 Dater n Phone: 1 -561 -691 -4341 Description Toll Free: 1 -888- 833 -9533 New Towable Stump Grinder Fax: 1- 206 -555 -5938 79 -HP Duetz diesel engine Buyer: Hollywood Public Works Department Contact: 1600 South Park Road Joel Wall Hollywood FL 33021 Phone: Fax 954 - 967 -4555 954 - 967 -4558 F PURCHASE DESCRIPTION Qty Make Model Serial# Description Bandit 3200 Book New Towable Stump Grinder 1 79 -HP Duetz diesel engine 1 Tachometer & hour meter 1 Radio & tether remote contols 1 Fender mounted chip guards 1 Lockable filler cap covers Heavy duty rubber debris skirts 2 -1/2" pintle ring GSA discount' Comments Or Special Instructions: y"- Machine will be delivered approximately 30 to 45 days from reciept of Purchase Order. This Proposal May Be Withdrawn By Us If Not Accepted Within: 30 DAYS. -- AI Prafto DEALER APPROVAL Record.*. '129 Cell: Price Each Extended $27,370.00 $180.00 $2,700.00 $475.00 $135.00 ($2,777.40) Subtotal: Trade Total: SubTotal: 0% Tax 0% Surtax Freight: Down Pmt: Total: $27,370.00 $180.00 $2,700.00 $475.00 $135.00 ($2,777.40) $28,082.60 $0.00 $28,082.60 $0.00 $0.00 $1,250.00 $0.00 $29,332.60 All MATERIAL IS GUARANTEED AS SPECIFIED. ALL'WORK IS TO BE D @NE IN A WORKMANSHIP LIKE MANNER ACCORDING TO STANDARD SPECIFICATIONS. ANY ALTERATION OR DEVIATION FROM ABOVE SPECIFICATIONS RESULTING IN EXTRA COSTS WILL BE EXECUTED ONLY UPON WRITTEN ORDERS, AND WILL BECOME AN EXTRA CHARGE OVER AND ABOVE THE ESTIMATE. ALL AGREEMENTS ^_nHTIftGENT UPON STT£IKE5, ACCIDENTS, OR DELAYS MOND OUR CONTROL. AMr;DAsLE_ oWj4ER TO C ARF FIRE, TORNADO AND OTHER nc LcS::R:tY INSURANCE. OUR WOii;,MRS ARE FULLY COVERED BY WORKMEN'S COMPENSATION INSURANCE. BUYER OR AUTHORIZED SIGNATURE - it fa #7 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -028 Fund / Department Fleet/ Public Works Project Replacement of 3 police cars Name: PROJECT STATUS Project rating it Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year X 2007 -2011 +Cost Estimate $ 84,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep x Description of Item(s) or Project: Replace 3 police Vehicles @ 28,000 per vehicle Description or ID of Original Asset to 2001 models. be replaced (Fixed Asset ID): Justification, Rationale, or Explanation These police vehicles, 2001 models, have met their life expectancy of need to authorize project request: and need to be replaced. IF DENIED, possible alternatives which To continue using old vehicles will lead to high maintenance costs ,may be considered: and have reliability issues. Funding Request by Year Ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 79,800 $ 84,000 $ 88,200 $ 92,610 $ 97,241 $ 441,851 Source (2) - - - - $ - Source (3) 1 - - $ - TOTALI $ 79,800 1 $ 84,000 1 $ 88,200 $ 92,610 1 $ 97,241 $ 441,851 Form FIN_Cap1 Revised: Jan'06 VO I (L (� U 0 Irf jl-e a�, is r��• FLORIDA y, ASSOC.I.-O ION OF COUNTIES AIIAbouiflorida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION Base Specifications SPECIFICATION #01 - FULL SIZE VEHICLES REAR WHEEL DRIVE FORD CROWN VICTORIA - POLICE PACKAGE - 4-DOOR (P71/720A) ALL ITEMS FACTORY INSTALLED UNLESS OTHERWISE INDICATED INSTRUCTIONS: Listed above, you will find the model numbers of the vehicles that will be included in this year's contract. 1. ENGINE a. Manufacturer's standard V8 gasoline engine, oil cooler, alternator, battery, and cooling package 2. TRANSMISSION a. Manufacturer's standard automatic transmission 3. AXLES a. Manufacturer's standard axle ratio for pursuit vehicle 4. PERFORMANCE ITEMS a. Manufacturer's standard power steering designed for pursuit vehicle b. Manufacturer's standard gauges and certified speedometer C. 5" round dome lamp between sunvisors 5. COMFORT ITEMS a. Manufacturer's standard air conditioning with 134A system b. Manufacturer's standard tinted glass all around C. Manufacturer's standard trunk opener, electric, remote unit location d Keys: two (2) per vehicle, single key locking system, (each vehicle keyed differently). 44 Bid Award Announcement (04 -12 -0823 ROLLOVER) MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Protect No. 2007-629 Fund / Department Logt /Public Works Project Paving for streets and Alleys Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted iPriority (1.5); Program Rating Submittal date Effective year Cost Estimate $ 100,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun I Q4: Jul -Sep X Description of Item(s) or Project: Resurface streets and alleys throughout the Village Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Due to wear and tear, streets and alleys in the Village are in need of of need to authorize project request: rehabilitation. This project enhances the overall appearance of the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets ;may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL ILogt $ 100,000 $ 100,000 $ 100,00.0 $ 100,000 $ 100,000 $ 500,000 ;Source (2) - - - - - $ Source (3) - - $ - TOTAL $ 100,0001 $ 100,000 $ 100,000 $ 100,000 $ 100,0001 $ 500,000 Form FIN CAP1 Revised: Jan'06 weekley asphalt paving, inc. 20701 STIRLING RD., PEMBROKE PIN, ES, FL. 33332 BROWARD(954j95-4 680 -80 ,05 - REMIT Td: 20701 STIRLING RD. PEMBROKE-PINES,-FL. 33332 ORDER DATE CUSTOMER ACCOUNT NUMBER NEEKLEY ASPHALT JOB NO. INVOICE NUMBER 2/1/2006 46520 06019 06019 -01 CUSTOMER'S ORDER NUMBER ERNS. 6 INVOICE OA7 7 DUE UPON RECEIPT 8 3/1/200b MIAMI SHORES VILLAGE 10050 NE 2ND AVE MIAMI SHORES VILLAGE, FL 33138 K PERFORMED: 2/06/06 U/M SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY 48, 993.00 SY 28.00 INVOICE LOCATION: MIAMI SHORES VILLAGE DESCRIPTION ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY STREETS STREETS STREETS STREETS STREETS STREETS UNIT PRICE BETWEEN NE 94ST & 95ST FROM NE 4TH AVE & NE 5TH AVE BETWEEN NE 95ST & NE 4TH AVE BETWEEN NE 3 AVE & NE 96ST BETWEEN NE 97ST & 98ST FROM NE 3 AVE & NE 4TH AVE BETWEEN NE 102ST & 103ST FROM NE 5TH AVE TO NE 6TH AVE BETWEEN NE 101ST & 102ST FROM NE 2ND AVE TO NE 4TH AVE 1" AVG S -3 ASPHALT WATER VALUES ADJUST $3.88 $25.00 TOTAL $190,092.84 $7l TOTAL $190,192.84 QUANTITY 1 543.00 2 765.00 4 655.00 5 2,333.00 6 1,165.00 7 1,723.00 8 1,168.00 9 695.00 10 1,167.00 12 1,167.00 13 1,458.00 15 1,174.00 16 597.00 17 1,472.00 18 r 1,465.00 19 2,932.50 20 2,932.50 21 1,167.00 22 583.00 23 1,167.00 24 1,167.00 25 1,167.00 34 1,458.00 35 1,167.00 26 2,449.00 28 2,567.00 30 855.00 31 4,998.00 32 957.00 33 1,867.00 ALLEYS ADDED ON 717.00 355.00 537.00 541.00 695.00 1,167.00 U/M SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY 48, 993.00 SY 28.00 INVOICE LOCATION: MIAMI SHORES VILLAGE DESCRIPTION ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY STREETS STREETS STREETS STREETS STREETS STREETS UNIT PRICE BETWEEN NE 94ST & 95ST FROM NE 4TH AVE & NE 5TH AVE BETWEEN NE 95ST & NE 4TH AVE BETWEEN NE 3 AVE & NE 96ST BETWEEN NE 97ST & 98ST FROM NE 3 AVE & NE 4TH AVE BETWEEN NE 102ST & 103ST FROM NE 5TH AVE TO NE 6TH AVE BETWEEN NE 101ST & 102ST FROM NE 2ND AVE TO NE 4TH AVE 1" AVG S -3 ASPHALT WATER VALUES ADJUST $3.88 $25.00 TOTAL $190,092.84 $7l TOTAL $190,192.84 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Protect No: 2007 -030 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Pr; :Rating Submittal date Effective year Cost Estimate $ 100,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace broken and damage sidewalks throughout the village Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Miami Shores Village has an extensive amount of broken and of need to authorize project request: damaged sidewalks. Repairing damaged sidewalks reduces the potential for trip and fall situations. It is an ongoing project to enhance the appearance of the Village. IF DENIED, possible alternatives which Do not repair/ Replace Sidewalks may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 'Source (2) - - - - $ 'Source (3) - $ TOTAL $ 100,000 $ 100,000 1 $ 100,0001 $ 100,0001 $ 100,000 1 $ 500,000 Form FIN_CAP1 Revised: Jan'06 shy ti V# MEF 7 8 2 PURCHASE ORDER NO. 15767 MIAMI SHORES VILLAGE This number must appear on all invoices, 10050 N.E. Second Avenue C. 0 shipping labels, correspondence, etc. Miami Shores, Florida 33138 DATE: 1 7 0 6 Tax I.D. #23- 10- 330630 -SYC -- - - -- TO MEF Construction, Inc. 782 N.W. LeJeune Road, Suite 640 Miami, FL 33126 (305) 461 -0603; Fax 461 -0660 PERSON TO CONTACT REGARDING: THIS ORDER. Scott Davis TELEPHONE: NO.: (305) 305 795-2210 ITEM QUAN.� UNIT DESCRIPTION Open purchase order for the repair /replacement of side- walks, curb & gutter Villag wide, per Village Council approval on 7/5/05. CO ;TATE OR COUNTY CONTRACT NO. IELIVERY INSTRUCTIONS: IMPORTANT: All persons, firms, or corporations doing business with Miami Shores Village are hereby notified that all purchases in excess of $300.00 must be covered by this formal purchase order, and the Village disclaims responsibility for payment of any charges for pur- chases which are not so covered. No official, department head or employee is empowered to vary the foregoing. Purchase orders must be issued prior to delivery of goods or services. See reverse side for general conditions pertaining to this order. SHIP TO: MAIL INVOICE TO Miami Shores Village 10050 NE 2nd Avenue Miami Shores, FL 33138 AUTHORIZED SIGNATURE: - UNIT TOTAL ACCOUNT COST BUDGET CODE AMOUNT $100,00011 301 - 1202 - 541- ka2736 FIXED ASSET # PROJECT # APPROVAL OF PURCHASING PROCEDURE: DATE Purchasing officer CERTIFIED AS TO AVAILABLE FUNDS AND BUDGET ACCOUNT Finance Director APPROVED: 03/08/2006 10:23 MIAMI SHORES VILLAGF 4 PUBLIC WORKS N0.114 P001 Miami Shores Village 10050 NE 2ND AVENUE MIAMI SHORES, FL 33138 2382 Phone 305 795 -2209 Pax 305 756 -8972 P U R C H A S E O R D E R P.O. Number 0000011717 Page 1 order partially received Order Date 07/28/2005 Ordered By ald Terms Net due 5 days FOB Ship Via J Vendor: RE4063 Ship To: RELIABLE CONCRETE, CORP. 1101 S.W. 18 COURT Fort Lauderdale FL 33315 Phone 786 326 -4041 Pax 305 229 -0446 Item No. Qty Received Line Item Description jUnit Price I Units I Qty Ordered jQty Open 0001 ^TT�^ 1.0000 40000.000 OPEN PURCHASE ORDER FOR THE REPAIR /REPLACEMENT OF SIDE WALKS .000 CURB & GUTTER VILLAGE WIDE,PER VILLAGE COUNCIL APPROVAL ON 7 301 - 1202 - 541 -62736 CAP: Infrastructure - Sidewalks 0002 1.0000 ORDER CHANGE INV 1 -27. -2006 301.1202- 541 -62736 CAP: Infrastructure- Sidewalks 0003 1.0000 ORDER CHANGE MARCH 8 -2006 301 -1202 -541 -62736 CAP: Infrastructure - Sidewalks Order Notes: P.O. 15689 -11717 14575.000 85425.000 85425.000 <ja.7o6. z s� Order Total 140000.00 Authorized Signature Authorized Signature Authorized Signature Feb, 23 06 11:18p CRMILO J. MEJIR 954 °828 =1362 RELIABLE CONCRETE CORP. 1101 SW 18 Court Ft Lauderdale FI 33315 Phone 786- 326 -4041 Fax 954828 -1362 INVOICE 312006 ATTENTION: Mr. Albert Quijano Public Works Divison Miami Shores Village 10050 NE 2nd Avenue - Miami Shores FI 33138 Fax 305-696 -6402 P. FLAGS LOCATION #FLAGS S.F. _ UNIT PRICE TOTAL $ 500 Grand Concourse 14 350 4.75 $ 1,662.50 501 Grand Concourse 11 275 4.75 $ 1,306.25 515 Grand Concourse 15 375 4.75 $ 1,781.25 526 Grand Concourse 2 50 4.75 $ 237.50 530 Grand Concourse 3 75 4.75 $ 356.25 540 Grand Concourse 4 100 4.75 $ 475.00 548 Grand Concourse 16 400 4.7.5 $ 1.900.00 b 565 Grand Concourse 6 150 4.75 $ 712.50 567 Grand Concourse 10 250 4.75 $ 1,187.50 575 Grand Concourse 8 200 4.75 $ 950.00 GRAND TOTAL 89 2225 4.75 $ 10,568.75 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007-031 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep 'Cost Estimate $ 6,000 Project expected to begin: X inventory of sign materials or Project: Maintain nv Description of Item(s) j ry g Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation By maintaining an inventory of sign material, it allows us to respond of need to authorize project request: quickly to damaged /missing /worn traffic signs. IF DENIED, possible alternatives which Wait for another agency to replace may be considered: Funding Request by Year & Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Source (2) - - - - - $ " Source (3) - - $ - TOTAL 1 $ 6,0001 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 30,000 Form FIN_CAP1 Revised: Jan'06 1.O iami Shores Village 0050 NE 2ND AVENUE" IAMI SHORES, FL. 33138 2382 hone 305- 795 =2209 ax 305 .756 =8972 Vendor: MU1765 MUNICIPAL SIGN AND SUPPLY 1095 5TH AVENUE NORTH P.O. BOX 1765 NAPLES, FL 34106 1765 Phone 800 329 -5366 Fax - P II R C H A S E O R D E R� P.b.'Number 0000008409 Page 1 Order Date Ordered By Terms FOB Ship Via ip To. 11/23'/2004 mod Net due 30 days Item No. ine Item Description Unit Price Qty Received Units Qty Ordered Qty Open 001 ----------------- --= = = = =1= 0000=====_ _____________________________�_ MISCELLANEOUS SIGN SUPPLIES 50.00.000 301 -1202- 541 -64000 Capital: Machine - 5000.000 Machinery/ (PW- Streets)_ rder Notes: apital Proej ect ##015 FY05 Order Total _- _- _ -_ -_ -_ .- __._..-- --- - --------- 4__ --� __.:___ ______5000_00` ?authorized gnature Au ` rize Signature Authorized Signature MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No; 2fle" -032 Fund / Department LOGT /Public Works Project Parking Bumpers Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective yea E �LImprovement Cost Estimate $ 2,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Maintain inventory of concrete parking bumpers I J Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Inventory is needed to replace concrete bumpers in parking areas of need to authorise project request: throughout the Village. This maintains the appearance of Village parking areas and reduces dangerous situations with damaged bumpers. IF DtNfED, possible alternatives which Do not replace damaged parking bumpers. may be considered: Funding Request by Year & Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 2,600 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 ;Source (2) - - - - $ - 'Source (3) - - - $ - TOTALI $ 2,000 1 $ 2,000 1 $ 2,000 1 $ 2,000 1 $ 2,000 $ • 10,OC13 Fofm FIN_CA01 Revised: Jan'06 $2,000 will provide us with 143 parking bumpers at $13.99 each From: fynlNa Thompson To: Juan Dsf.: 51O ODO Time: MOM PM Page 1 of 1 Star-Seal of Florida, Inc. _ 2740 N.W. 55th Court Ft, Lauderdale, Fl. 39309 Tel.' (954) 484-8402 2 Fax: (954) 799 -4708 Subject: Car Stop Quote Sent: 3/6/2006 at 1:50:12 PM Pages: 1 (including cover) MESSAGE: Dear Juan, Per your request - quote on following: 72 Car Stops Cap $13.99 /unit = $1,007.28 Should you have any questions, Please contact me. Thank-you for your time &. considerations, C. Thompson President r 03/07/2006 09:34 9547334798 STARSEALOFFLORIDA PAGE 01 �Au;ylf r 1 / / Star -Seal of Florida, Inc. 2740 N.W. 55th. Court Ft. Lauderdale, FL 33309 Bill To city Of Miatw Shores village JIM Paulino 10050 N.E. Second Ave. Miami Shores, FL 33138 Ship To Invoice Dad Invoice # 03107 *% QUOTE P.Q. Number Due Date Rep Project 03/07/2006 SM Quantity Item Code Description Price EaM Amount 144 catstop carstop with pigs 13.99 2,014.56 Total $2,014.56 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 - 033.__ Fund / Department LOGT /Public Works Project Tree Replacement Name: PROJECT STATUS Project rating OR Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 15,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Ongoing project to replace diseased and non native trees Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Diseased and non- native trees need to be replaced in order to of need to authorize project request: maintain the appearance of Village swales and streets. A lush canopy of green is an enhancement to property values in the Village IF DENIED, possible alternatives which Do not replace trees may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 'Source (2) - - - - - $ - 'Source (3) - - - - $ - TOTALI $ 15,000 1 $ 15,000_1_$ 15,0001 $ 15,000 1 $ 15,000 1 $ 75,000 Form FIN—CAN Revised: Jan'06 $15,000 will provide 95 tress at $157 each MARIAN GARDENS TREE FARM MUM in% 619 W. Stale Road 50 • Groveland, Florida 34736 rnm = ' _ LNE RUE Phony 3S2. 4294151 0 Fhn 3S2- 42SL9M Producers of Container Grown Trees Availability & Delivered Pricing - South Florida Call Cindy Muzia at 800 -608 -3276, ext 201 for more information Southwest Florida Area Representative - Mark Hillary 352- 267 -3278 March 1, 2006 TREE TYPE SIZE HEIGHT SPREAD CALIPER DELIVERED PRICE Live Oak F I 30 Gal Available Spring 45 Gal 12 - 14' 5-6' 2.5 - 2.75" $157.00 65 Gal 12 - 14' 6-7' 3.0 - 3.5" $213.00 100 Gal 14 - 15' 8 - 10' 4 - 4.5" $364.00 200 Gal 16 - 17' 10 - 12' 5 - 5.5" $850.00 Live Oak FL #2 30 Gal 10 - 12' 3 - 5' 2 - 3" $68.00 45 Gal 12 - 14' 5 - 6' 2.75 - 3.5" $135.00 East Palatka Holly 30 Gal Available S rfrr 45 Gal 9 - 10' 5' FTP 2.5" $162.00 65 Gal 10 - 12' 5 - 6' STD 3" $200.00 East Palatka FL #2 30 Gal 8- 10' 3 - 4' FTP 2 - 2.5" $68.00 Nellie R. Stevens 30 Gal 5 - 6' 4 - 5' Multi-Trunk $86.00 Holly 65 Gal 7 - 9' 5 - 7' Multi-Trunk $226.00 Crape Myrtles Tuscarora (watermelon) 30 Gal 8- 10' 5 - 6' Multi-Cane $82.00 Natchez (white) 30 Gal 8 - 9.5' 5 - 6' Multi-Cane $82.00 Muskogee (lavender) 30 Gal 8 - 10' 5 - 6' Multi-Cane $82.00 Little Gem Magnolia 30 Gal 5 -6' 4' 1.75 - 2" $88.00 DD Blanchard Magnolia 30 Gal 7 - 8' 4' 1.75" $88.00 65 Gal 9- 10' 4 - 5' 2.75 - 3" $240.00 Main Street Ma olia 65 Gal 10 - 12' 5 - 6' 3 3.5" $240.00 100 Gal 12 - 13' 6 - 7' 4" $364.00 Loblolly Pines 30 Gal 8-91 4' 2 - 2.5" $78.00 Bald Cypress 30 Gal 7 - 8' 3 - 4' 2 - 2.25" $83.00 • There is a $1500 minimum on delivered orders. • There is currently a 1.71% fuel surcharge for delivered orders. ■ Prices and availability are subject to change without notice. MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -034 Project _0% Fund / Department LOGT /Public Works Name: IQ 01— Street Median PROJECT STATUS Project rating Ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar' Cost Estimate $ 108,828 Project expected to begin: X Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Renovate and beautify two medians 1,6q &r Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation _ street is the main connector route between 1 -95 and the beaches of need to authorize project request: in the Village. An enhanced median will improve the image of the Shores and increase property values along 96 street. IF DENIED, possible alternatives which Continue with existing median design. may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 108,828 $ - $ - $ - $ - $ 108,828 Source (2) - - - - - $ - Source (3) 1 - 1. i - - $ - TOTAL $ 108,828 1 $ - 1 $ - $ - $ - $ 108,828 Form FIN_CAP1 Revised: Jan'06 9e Street medians are in need of rehabilitation. $108,828 will cover the following costs for two medians: Curbing Irrigation Electrical Plant Material: hedge, grass, trees, flowers Lighting Soil, mulch Stamped Concrete Striping Contingency Pump Houses ]Barricades, MOT signs MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -035 (Fund / Department LOGT /Public Works Project Decorative Street Sign Posts I Name: PROJECT STATUS Project rating I} Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 75,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Decorative street sign posts. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Decorative street sign posts will enhance the beauty of the Village, of need to authorize project request: attracting new investors in the homes of the Village and increasing property values. IF DENIED, possible alternatives which Continue to use our current street sign posts. may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 75,000 $ - $ - $ - $ $ 75,000 Source (2) - - - _ $ Source (3) - - TOTAL $ 75,000 $ - $ - $ - $ - $ 75,000 Form FIN CAP1 Revised: Jan'06 W.S. SIGN DESIGN CORPORATION 49 Cad«-ell Dr. December 20, 2005 Juan Paulino 5 Springfield- MA 01104 t. 800.927.3977 f. 413.214.6056 10050 N.E. Second Ave. Miami Shores, Florida 33138 -2382 Dear Juan, It was great finally meeting you. I have had a few days to reflect on our conversation we had in your office. I believe that a five -year pricing agreement is the way to proceed. We will absorb the artwork design cost. The prices I am quoting have a first -year fixed cost and a discount schedule for year two thru five. Some of the costs like laser cutting templates and some set up and tooling costs would only be in the first year. Hi- Intensity Street Name Sign on. 125 aluminum, 5052 -H38 alloy, double- faced, special cut with internal hardware. 1 $130.00 each Topper laser cut on. 125 aluminum, welded to 3" cast aluminum cap, powder coated $100.00 each Hi- Intensity 30" Stop Sign FDOT approved with mounting hardware $75.00 each Hi- Intensity 30" Yield Sign FDOT approved with mounting hardware $75.00 each 120" x 2 7/8" schedule 40 slotted steel powder coated pole with 24" FDOT approved breakaway frangible Base $370.00 each Discount Prices year two -five: Ten Percent (10 %) The discount only applies to orders of a minimum of ten systems delivered at one time - ' r,0. 00 All prices are F.O.B. Delivered to Miami Shores in minimum quantities of ten units delivered at one time. We will have a wind load seal based on 140 MPH by a licensed State of Florida Engineer. All aspects of fabrication will meet applicable Florida Building Codes and FDOT 2000 standards Reference Guide. Please let me know your thoughts on this and the lighted sign. Sincerely, Ron Whitaker $75,000 will provide 100 street signs at $750 each MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007-036 Fund / Department LOGT /Public Works Project Miami Shores Tree Forestation Program Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 50,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Live Oak trees to be planted in various locations throughout the Village. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Two hurricanes significantly damaged the tree canopies in the of need to authorize project request: Village. Through this program, live Oak trees will be planted throughout the Village enhancing the apperiance of roadways and increasing property values. IF DENIED, possible alternatives which Apply for grants using in house labor for Village portion of the grant may be considered: requirements. Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOT AL LOGT $ 50,000 $ $ $ - $ - $ 50,000 Source (2) - - - $ - 'Source (3) 1 - $ TOTAL $ 50,000 $ - $ - $ - $ - 50,000 Form FIN_CAP1 Revised: Jan'06 -%00, ,a MARIAN GARDENS TREE FARM" 619 W. State Road 50 ■ Groveland, Florida 34736 Phony. 352 -0294151 ■ Fh= 352- 429 -9085 March 1, 2006 _ CO 1019E TREES pEEB = INi, = W E RIDE Producers of Container Grown Trees Availability & Delivered Pricing - South Florida Call Cindy Muzia at 800 - 608 -3276, ext 201 for more information Southwest Florida Area Representative - Mark Hillary 352 - 267 -3278 TREE TYPE SIZE HEIGHT SPREAD CALIPER DELIVERED PRICE Live Oak FL #1 30W Available S yin 45 Gal 12 - 14' 5 - 6' 2.5 - 2.75" $157.00 65 Gal 12- 14' 6 -7' 3.0 -3.5" $213.00 100 Gal 14 - 15' 8 - 10' 4 - 4.5" $364.00 200 Gal 16 - 17' 10 - 12' 5 - 5.5" $850.00 Live Oak FL #2 30 Gal 10 - 12' 3 - 5' 2 - 3" $68.00 45 Gal 12 - 14' 5 - 6' J 2.75 - 3.5" $135.00 East Palatka Holly 30 Gal Available S yin 45 Gal 9- 10' 5' FT? 2.5" $162.00 65 Gal 10 - 12' 5 - 6' STD 3" $200.00 East Palatka FL #2 30 Gal 8- 10' 3 - 4' FTP 2 - 2.5" $68.00 Nellie R. Stevens 30 Gal 5 - 6' 4 - 5' Multi-Trunk $86.00 Holl 65 Gal 7 - 9' 5 - 7' Multi-Trunk $226.00 Crape Myrtles Tuscarora (watermelon) 30 Gal 8 - 10' 5 - 6' Multi-Cane $82.00 Natchez (white) 30 Gal 8 - 9.5' 5 - 6' Multi-Cane $82.00 Musko Zee (lavender) 30 Gal 8 - 10' 5 - 6' Multi-Cane $82.00 Little Gem Ma nolia 30 Gal 5 -6' 4' 1.75 - 2" $88.00 DD Blanchard Magnolia 30 Gal 7 - 8' 4' 1.75" $88.00 65 Gal 9- 10' 4 - 5' 2.75 - 3" $240.00 Main Street Magnolia 65 Gal 10 - 12' 5 - 6' 3 3.5" $240.00 100 Gal 12 - 13' 6 - 7' 4" $364.00 Loblolly Pines 30 Gal 8 - 9' 4' 2 - 2.5" $78.00 Bald C ress 30 Gal 7 - 8' 3 - 4' 2 - 2.25" $83.00 ■ There is a $1500 minimum on delivered orders. • There is currently a 1.71 %fuel surcharge for delivered orders. ■ Prices and availability are subject to change without notice. r MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007-037 Fund / Department Fleet /Public Works Project Replace Pickup Truck V -9663 Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 28,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun f Q4: Jul -Sep X Description of Item(s) or Project: Replace pickup V9663 Description or ID of Original Asset to V -9663 (1996) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle has met its life expectancy and needs to be replaced. of need to authorize project request: Price includes lights, radio and striping. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 28,000 — $ $ $ $ $ 28,000 Source (2) $ - Source (3) - $ - TOTAL $ 28,000 $ - $ - $ - $ - $ 28,000 Form FIN_Capl Revised: Jan'06 wfy. k- FL.ORIDA s MlAboutFlodda FLORIDA SH1 i x FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION 2006 FORD F -350 Specification #30 (1 Ton Cab & Chassis, 4 x 4)-- The Ford F -350 cab and chassis (F37) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by manufacturer by specification by zone. ZONE: * Western * Northern * Central * Southern BASE PRICE: $23,050.00 $23,050.00 $28,050.00 $28,050.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add /delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and /or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add /delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add /delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. * = Specification Low Bid LEGEND FOR DELETE /ADD OPTIONS Every linewill require a DOLLAR VALUE or one of the following abbreviations; Std. = manufacturer's standard equip. Incl. = Included with base specs. NC = no additional charge NA = not applicable to the vehicle — = option not bid by vendor Bid Award Announcement (04 -12 -0823 ROLLOVER) 817 VEHICLE: F -350 F -350 F -350 F -350 DEALER: Garber Ford Garber Ford Garber Ford Garber Ford ZONE: * Western * Northern * Central * Southern BASE PRICE: $23,050.00 $23,050.00 $23,050.00 $23,050.00 Order Code Delete Options All Zones 995 Provide standard gas V8 engine, standard alternator and battery, $ 3,175.00 in lieu of Diesel Engine 99Y Provide big block gas V8 /V10 engine, minimum, standard alternator $ 2,880.00 and battery, in lieu of Diesel Engine 445 Provide 5 -speed manual transmission with overdrive, in lieu of $ 920.00 automatic overdrive Full size spare tire & rim $ 95.00 Air conditioning $ 500.00 F34 Single rear wheels, 9900 lb. GVWR $ 390.00 58Y AM /FM radio $ 30.00 X4N Limited slip differential on 4 -wheel drive $ 190.00 Order Code Add Options All Zones 903 Power windows /door locks $ 530.00 52N Speed control /tilt wheel $ 385.00 942 Daytime running lights $ 45.00 443 Sliding rear window $ 125.00 TBM All terrain tread tires $ 125.00 Skid plates N/A Electric brake controller $ 325.00 63T Dual alternators $ 335.00 Idle control N/A 65C Dual fuel tanks $ 610.00 585 AM /FM radio with single CD $ 275.00 X36 Extended cab $ 2,340.00 W36 Crew cab $ 3,310.00 18L Cab steps $ 320.00 132DW 11 ft. extended service body (requires 84" CA) $ 5,185.00 108DW Standard service body - wide body for dual rear wheels equal to $ 4,210.00 Knapheide, Reading, Omaha, or Morrison with correct mirrors. May be dealer installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) Trailer towing package, to include heavy -duty flashers, wiring for trailer $ 575.00 plug (7 prong round), and class IV, frame mounted trailer hitch with 2" square removable receiver 1" shank with 2" ball. May be dealer installed. Backup alarm $ 89.00 BUC Back up camera with 3.5" LCD (rear mounted camera to provide wide $ 600.00 angle field of vision at rear of vehicle XLT Manufacturer's model upgrade pkg, (please specify pkg. bid) $ 2,545.00 3K Third key $ 75.00 Rainshields $ 65.00 Deep tinted glass $ 275.00 Headlight flashers $ 146.00 818 Bid Award Announcement (04 -12 -0823 ROLLOVER) VEHICLE: F -350 F -350 F -350 F -350 DEALER: Garber Ford Garber Ford Garber Ford Garber Ford ZONE: ylr Western Northern * Central y1r Southern BASE PRICE: $23,050.00 $23,050.00 $23,050.00 $23,050.00 Order Code Add Options (cont'd) All Zones West coast style mirrors N/A Spray -in liner (Rhino or approved equivalent) $ 590.00 Wrap - around grille guard $ 780.00 12,000 lb. winch with remote $ 1,700.00 4,000 lb. EH Auto Crane, or approved equivalent, with crane $ 12,500.00 reinforcements with manual outriggers 62R PTO provision $ 250.00 PTO auto trans provision $ 1,400.00 25K -22 Auto Crane body with shelf package, 12" bumper with crank $ 11,800.00 outriggers, or approved equivalent 1500 lb. lift gate $ 2,250.00 8 ft. 2 yd. dump $ 5,670.00 9 ft. flat stake body (requires 60" CA) $ 2,590.00 12 ft. flat stake body (requires 84" CA) $ 3,090.00 165 84" cab to axle $ 200.00 GS Grill strobes ( Whelen, Federal or approved equivalent) $ 375.00 LED -GS LED grill flashing lights ( Whelen, Federal or approved equivalent) $ 360.00 RVS Rear view mirror strobes ( Whelen, Federal or approved equivalent) $ 415.00 LED -RVS LED rear view mirror flashing lights $ 420.00 ( Whelen, Federal or approved equivalent) RMS Roof -mount single amber strobe beacon $ 210.00 ( Whelen, Federal or approved equivalent) RMD Roof -mount dual amber strobe beacon $ 235.00 ( Whelen, Federal or approved equivalent) 4 -CS 4 corner strobe amber bar ( Whelen, Federal or approved equivalent) $ 576.00 4 -CLED 4 corner LED amber bar ( Whelen, Federal or approved equivalent) $ 866.00 CSP60 Corner Strobe Kits - Whelen Kit with 4 clear tubes, 6 outlet CSP 60w $ 450.00 power supply, 2 -15' cables, 2 -30' cables CSP90 Corner Strobe Kits - Whelen Kit with 4 clear tubes, 6 outlet CSP 90w $ 490.00 power supply, 2 -15' cables, 2 -30' cables SPS6J Corner Strobe Kits - Federal Kit with 4 clear tubes, 6 outlet SPS6J power $ 450.00 supply, 2 -15' cables, 2 -30' cables RICH Corner Strobe Kits - Federal Kit with 4 clear tubes, 6 outlet RICHOCHET $ 490.00 power supply, 2 -15' cables, 2 -30' cables NEB Corner Strobe Kits - Soundoff Kit with 4 clear tubes, 6 outlet, 60w $ 490.00 Nebula power supply, 2 -15', 2 -30' cables GEM Corner Strobe Kits - Soundoff Kit with 4 clear tubes, 6 outlet, 110w $ 510.00 Gemini power supply, 2 -15', 2 -30' cables Federal FHL2 headlight flasher $ 146.00 Federal FA5 headlight flasher $ 146.00 Whelen UHF2150A headlight flasher $ 146.00 Whelen UHF2150B headlight flasher $ 146.00 Whelen SSF2150 headlight flasher $ 146.00 Soundoff Roadrunner headlight flasher w /amp connectors $ 135.00 Soundoff Powerpulse headlight flasher w /amp connectors $ 156.00 DSM Complete set of shop manuals ONLY $ 400.00 Bid Award Announcement (04 -12 -0825 ROLLOVER) 819 VEHICLE: F -350 F -350 F -350 F -350 DEALER: Garber Ford Garber Ford Garber Ford Garber Ford ZONE: * Western Northern * Central Southern BASE PRICE: $23,050.00 $23,050.00 $23,050.00 $23,050.00 Order Code Add Options (cont'd) All Zones 5/75B 5/75 Manufacturer's Extended Base Care Warranty $ 2,455.00 ($0 deductible)* See Page 1050 5/75E 5/75 Manufacturer's Extended Extra Care Warranty ($0 deductible)* N/A 5/75E 5/75 Manufacturer's Extended Power Train Warranty ($0 deductible)* $ 2,105.00 5/75B 5/75 Manufacturer's Extended Base Care Warranty $ 2,695.00 ($0 deductible)* - Diesel 5/75E 5/75 Manufacturer's Extended Extra Care Warranty N/A $0 deductible)* - Diesel 5/75P 5/75 Manufacturers Extended Power Train Warranty $ 2,625.00 $0 deductible)* - Diesel *Ford warranties will be $50.00 deductible on cab & chassis. 820 Bid Award Announcement (04 -12 -0823 ROLLOVER) Base Spedfications #01 - Full Size Pursuit Vehicle (RWD) e. Optional AM /FM stereo radio f. Rubber heavy -duty floor covering g. Power door locks and power windows h. Cloth front bucket seats and vinyl rear bench seat 6. I3 -BZAE '=_$ a. Four wheel anti -lock brake ABS system a. Speed rated blackwall tires with full size spare tire. b. Manufacturer's standard production wheel covers 8. CHASSIS. FRAME. _ CAB a. Manufacturer's standard colors, factory painted. Colors to be determined by individual agencies. b. Factory front and rear door molding C. Manufacturer's standard fuel tank 9. CONDITIONS In addition to equipment specified, vehicle shall be equipped with all standard equipment as specified by the manufacturer for this model and shall comply with all EPA Emission Stan- dards and all Motor Vehicle Safety Standards as established by the U.S. Department of Trans- portation regarding the manufacture of motor vehicles. The successful bidder shall be responsible for delivering vehicles that are properly serviced, clean and in first class operating condition. Pre- delivery service, at a minimum, shall include the following: a. Complete lubrication. b. Check all fluid levels to assure proper fill. C. Adjustment of engine to proper operating condition. d. Inflate tires to proper pressure. e. Check to assure proper operation of all accessories, gauges, lights, and mechanical features. f. Focusing of headlights. g. Cleaning of vehicles, if necessary, and removal of all unnecessary tags, stickers, papers, etc. DO NOT remove window price sticker or supplied line sheet. Bid Award Announcement (0412 -0825 ROLLOVER) 45 Al FLORIDA COUN' 1 Lam] W, 4 All MZ Florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA. FIRE CHIEFS' ASSOCIATION 2006 FORD CROWN VICTORIA Specification #01 (pursuit — RWD) The Ford Crown Victoria (P71/720A) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and FSA's base vehicle specification(s) requirements which are included and made a part of this contract's vehicle base price as awarded by specification by zone. ZONE: * Western * Northern *Central * Southern BASE PRICE: $18,873.00 $18,723.00 $18,758.00 $18,872.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have attempted to identify and include those equipment items most often requested by participating agencies for full size vehicles, we realize equipment needs and preferences are going to vary from agency to agency. In an effort to incorporate flexibility into our program, we have created specific add /delete options which allow the purchaser to tailor the vehicle to their particular wants or needs. The following equipment delete and add options and their related cost are provided here to assist you in approximating the total cost of the type vehicle(s) you wish to order through this program. Simply deduct the cost of any of the following equipment items you wish deleted from the base unit cost and /or add the cost of any equipment items you wish added to the base unit cost to determine the approximate cost of the type vehicle(s) you wish to order. NOTE: An official listing of all add /delete options and their prices should be obtained from the appropriate dealer in your zone when preparing your order. Additional add /delete options other than those listed here may be available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. * = Specification Low Bid LEGEND FOR DELETE /ADD OPTIONS Every line will require a DOLLAR VALUE or one of the following abbreviations: Std. = manufacturer's standard equip. Inel. = included with base specs. NC = no additional charge NA = not appheable to the vehicle ion not bid by vendor 46 Bid. Award Announcement (04 -12 -0823 ROLLOVER) VEHICLE: Crown Vic Crown Vic Crown Vic Crown Vic DEALER: Orville Duval Don Reid Duval ZONE: * Western * Northern * Central * Southern BASE PRICE: $18,873.00 $18,723.00 $18,758.00 $18,872.00 Order $ Northern & $ Code Delete Options Western Southern Central 54M 5" round dome lamp NC NC NC $ Heavy duty padded cloth bucket front $ 40.00 Visibility package base $ seats with rear cloth bench seat $ 1,845.00 Order Northern & Code Add Options Western Southern Central 68P Police prep package $ 1,995.00 $ 1,995.00 $ 1,995.00 65W Visibility package (requires 68P) $ 995.00 $ 995.00 $ 995.00 65N Visibility package base $ 1,845.00 $ 1,845.00 $ 1,845.00 60S Fire suppression system (late availablity) $ 2,900.00 - - - 750A Street appearance group $ 130.00 $ 130.00 $ 315.00 41A Comfort and convenience group $ 860.00 $ 860.00 $ 860.00 642 Full wheel covers $ 35.00 $ 35.00 $ 35.00 AM /FM radio /single CD $ 460.00 $ 485.00 $ 695.00 45C Limited slip differential $ 125.00 $ 125.00 $ 125.00 Heavy duty padded cloth bucket front NC NC seats with rear cloth bench seat Cloth split bench - front $ 90.00 $ 90.00 $ 90.00 21A Driver seat only - 6 way power $ 380.00 $ 380.00 $ 380.00 96B Front door moldings (not installed) $ 15.00 NC* NC *(must specify) 128 Carpet (installed) $ 125.00 $ 125.00 $ 125.00 157 Rear door locks & handles inoperative $ 25.00 $ 25.00 $ 25.00 948 Rear windows inoperative $ 25.00 $ 25.00 $ 25.00 Door blank & rear window barriers $ 520.00 $ 372.00 $ 295.00 (Setina, Pro -Gard or approved equivalent) Legal deep tinted film, lifetime warranty, $ 460.00 $ 425.00 $ 250.00 dealer installed 525 Speed control $ 225.00 $ 225.00 $ 225.00 3K Third key $ 135.00 $ 78.00 $ 95.00 Remote keyless entry, dealer installed $ 390.00 $ 395.00 $ 395.00 432 Keyed alike $ 50.00 $ 50.00 $ 40.00 VVS Vent visors - stick -on style $ 92.00 $ 87.00 $ 125.00 RSF Rainshields - flange style $ 140.00 $ 87.00 $ 175.00 177 Silicone hoses $ 320.00 $ 320.00 $ 320.00 53M Radio noise suppression $ 95.00 $ 95.00 $ 95.00 478 Courtesy light disabled $ 20.00 $ 20.00 $ 20.00 59M Side air bags $ 300.00 $ 300.00 $ 300.00 14T Kevlar trunk package $ 190.00 $ 190.00 $ 190.00 61H Ignition powered trunk button, factory $ 60.00 $ 60.00 $ 60.00 installed DC3 Class III hitch 2" ball, dealer installed $ 390.00 $ 425.00 $ 495.00 DAT Anti -theft, Tremco, dealer installed $ 167.00 $ 133.00 $ 225.00 Bid Award Announcement (04 -12 -0823 ROLLOVER) 47 VEHICLE: Crown Vic Crown Vic Crown Vic Crown Vic DEALER: Orville Duval Don Reid Duval ZONE: Western * Northern Central tt Southern BASE PRICE: $18,873.00 $18,723.00 $18,758.00 $18,872.00 Order Northern & Code Add Options (cont'd) Western Southern Central 54G Locking gas cap $ 10.00 $ 10.00 $ 10.00 Two -tone paint $ 450.00 $ 450.00 $ 662.00 DML Rechargeable mag light $ 139.00 $ 125.00 $ 195.00 DPS Priority start /battery saver $ 160.00 $ 138.00 $ 195.00 Accessory feed wires for police equipment $ 95.00 $ 95.00 $ 25.00 187 Roof wiring with hole $ 195.00 $ 195.00 $ 195.00 189 Roof wiring without hole $ 85.00 $ 85.00 $ 85.00 Lights; safety halogen flashing 4" red /blue $ 170.00 $ 198.00 $ 195.00 mounted underside of decklid - dealer installation acceptable Lights; safety strobe flashing 4" red /blue $ 270.00 $ 288.00 $ 350.00 mounted underside of decklid - dealer installation acceptable Lights; safety LED flashing 4" red/ blue $ 390.00 $ 314.00 $ 395.00 mounted underside of decklid - dealer installation acceptable RDH Rear deck halogen warning lights - red $ 170.00 $ 198.00 $ 225.00 and or blue, flashing RDS Rear deck strobe warning lights - red $ 270.00 $ 288.00 $ 395.00 and or blue, flashing RD -LED Rear deck LED warning lights - red and $ 390.00 $ 314.00 $ 450.00 or blue, flashing 51A Left -hand pillar mounted 6" spotlight $ 190.00 $ 190.00 $ 190.00 with clear halogen bulb 51Y Left & right -hand pillar mounted 6" $ 340.00 $ 340.00 $ 340.00 spotlight with clear halogen bulb Roof Mounted Lightbar Whelen Ultra $ 2,475.00 $ 2,458.00 $ 2,900.00 STROBE /LED Package: (Red /Blue Version) 9U72800 - Ultra Bar with 12 Strobes; 9UALY - 1 Pair Alley Lights; 9UTD2 - 1 Pair Take Down Lights; 9UDFFLRB - Two Duplex LED Front Flashers Red/ Blue; 9UDRFLAA - Two Duplex LED Rear Flashers Amber /Amber; MK* - Strap Kit; BL627 - Siren Amplifier MPC01 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 79.00 $ 75.00 Note: Bar has two front and two rear LED flashers. Roof Mounted Lightbar Whelen Ultra $ 2,690.00 $ 2,579.00 $ 2,995.00 STROBE /LED Package: (Blue Version) 9U72800 - Ultra Bar with 12 Strobes; 9UALY - 1 Pair Alley Lights; 9UTD2 - 1 Pair Take Down Lights; 9UDFFLBB - 48 Bid Award Announcement (04 -12 -0823 ROLLOVER) VEHICLE: Crown Vic Crown Vic Crown Vic Crown Vic DEALER: Orville Duval Don Reid Duval ZONE: * Western Northern Central Southern BASE PRICE: $18,873.00 $18,723.00 $18,758.00 $18,872.00 Order Northern & Code Add Options (cont'd) Western Southern Central Two Duplex LED Front Flashers Blue/ Blue; 9UDRFLBB - Two Duplex LED Rear Flashers Blue /Blue; MK* - Strap Kit; BL627 - Siren Amplifier; MPC01 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 79.00 $ 75.00 Note: Bar has two front and two rear LED flashers. Roof Mounted Lightbar Whelen LFL $ 2,790.00 $ 2,530.00 $ 2,995.00 LED /STROBE Package: (Red /Blue Version) L5148000 - 4 Strobe Base Bar; LSALY - Pair Alley Lights; LSTD2 - 1 Pair Take Down Lights; LSRFLAA - 1 Pair Rear Amber LED Flashers; LSRFLBB - 1 Pair Rear Blue LED Flashers; LSRFLRR - 1 Pair Rear Red LED Flashers; LSFFLRB - 1 Pair Front Red /Blue LED Flashers; MK* - Strap Kit; BL627 - Siren Amplifier; BIA05 - Flasher MPC01 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 79.00 $ 75.00 Note: Bars have three pairs of rear LED flashers, one pair of front LED flashers. Roof Mounted Lightbar Whelen LFL $ 2,890.00 $ 2,695.00 $ 3,195.00 LED /STROBE Package: (Blue Version) LS 148000 - 4 Strobe Base Bar; LSALY - 1 Pair Alley Lights; LSTD2 - 1 Pair Take Down Lights; LSRFLAA - 1 Pair Rear Amber LED Flashers; LSRFLBB - 2 Pair Rear Blue LED Flashers LSFFLBB - 1 Pair Front Blue LED Flashers; MK* - Strap Kit; BL627 - Siren Amplifier; BL405 - Flasher MPC01 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket SWGBKT - Swing Bracket (Option) $ 120.00 $ 79.00 $ 75.00 Note: Bars have three pairs of rear LED flashers, one pair of front LED flashers. Whelen STROBE Package: 9M288000 - 8 $ 2,190.00 $ 1,909.00 $ 1,995.00 Base Strobes; 9MALY - 1 Pair Alley Lights; 9MH2CC - 1 Pair Take Down Lights with Flash Feature TA9M06S - Additional 6 Strobe Module with Traffic Advisor/ Warning Mode; MK* - Strap Kit; Bid Award Announcement (04 -12 -0823 ROLLOVER) 49 VEHICLE: Crown Vic DEALER: Orville ZONE: * Western BASE PRICE: $18,873.00 Order Northern & Code Add Options (cont'd) Crown Vic Crown Vic Crown Vic Duval Don Reid Duval * Northern * Central * Southern $18,723.00 $18,758.00 $18,872.00 Northern & Western Southern Central 295HFSA6 - Siren /Light Controller; SA314P - Speaker; SABK11 - Speaker Bracket Note: Bar has 14 Strobes total. Whelen LIBERTY LED Package: $ (Red /Blue Version) SL8RBRB - Liberty Bar with 2 Red /2 Blue LED's; SLD 18100 - 1 Red, 8 Blue, 1 Amber, Additional LED's; SLH2CC - 2 Flashing Halogen Take Down Lights; SL2ALY - 2 Halogen Alley Lights; MK* - Strap Kit; 295HFSA6 - Siren/ Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket Note: Above Bars have total of 14 LED's Whelen LIBERTY LED Package: $ (Blue Version) SL8BBB13 - Liberty Bar with 4 Blue LED's; SLD18100 - 1 Red, 8 Blue, 1 Amber, Additional LED's; SLH2CC - 2 Flashing Halogen Take Down Lights; SL2ALY - 2 Halogen Alley Lights; MK* - Strap Kit; 295HFSA6 - Siren /Light Controller; SA314P - Speaker; SABKT* - Speaker Bracket Note: Above Bars have total of 14 LED's Roof Mounted Lightbar, Federal ARGENT $ STROBE /LED Package: (Red /Blue Version) 4 GEN I LED's - (2 Red /2 Blue); 4 GEN III LED's - (2 Red /2 Blue); 2 GEN III LED's - (Amber); 2 Intersection Corner Strobes; 2 Directional Strobes; 2 Take Down Lights; 2 Alley Lights; Mounting Kit; Dynamax Speaker with Bracket; UTMD Delta Siren /Light Controller with PA /Microphone Options /Upgrades: Upgrade to Smartsiren Siren /Light $ Controller with Microphone & Extension cable Upgrade to 6 LED Signalmaster to rear $ (deletes the 2 Amber LED's in std. Models above), requires Smartsiren Upgrade. Halogen Intersection sweep lights (delete $ corner and directional strobes) Roof Mounted Lightbar, Federal ARGENT $ STROBE /LED Package: (Blue Version) 2,090.00 $ 2,312.00 $ 2,795.00 2,290.00 $ 2,312.00 $ 2,795.00 2,890.00 $ 2,399.00 $ 2,895.00 460.00 $ 375.00 $ 350.00 360.00 $ 275.00 $ 225.00 360.00 $ 260.00 $ 285.00 2,890.00 $ 2,399.00 $ 2,895.00 50 Bid Award Announcement (04 -12 -0823 ROLLOVER) VEHICLE: Crown Vic Crown Vic Crown Vic Crown Vic DEALER: Orville Duval Don Reid Duval ZONE: Western Northern * Central Southern BASE PRICE: $18,873.00 $18,723.00 $18,758.00 $18,872.00 Order Northern & Code Add Options (cont'd) Western Southern Central 4 GEN I LED's - (All Blue); 4 GEN III LED's - (All Blue); 2 GEN III LED's - (Amber); 2 Intersection Corner Strobes; 2 Directional Strobes; 2 Take Down Lights; 2 Alley Lights; Mounting Kit; Dynamax peaker with Bracket; UTMD Delta Siren/ Light Controller with PA /Microphone Options /Upgrades: Upgrade to Smartsiren Siren /Light $ 460.00 $ 375.00 $ 350.00 Controller with Microphone & Extension cable Upgrade to 6 LED Signalmaster to rear $ 360.00 $ 250.00 $ 225.00 deletes the 2 Amber LED's in std. Models above), requires Smartsiren Upgrade. Halogen Intersection sweep lights (delete $ 390.00 $ 260.00 $ 295.00 corner and directional strobes) VISTA STROBE Package: Any Lens Colors) $ 1,990.00 $ 2,039.00 $ 2,395.00 8 Strobes; 1 Traffic Clearing Light in Center; 2 Intersection Sweep Lights; 2 Alley Lights; 2 Take Down Lights; 2 Rear Halogen Flashing Lights; Mounting Kit; Dynamax Speaker with Bracket; UTMD Delta Siren /Light Controller with PA/ Microphone Options /Upgrades: Upgrade to Smartsiren Siren /Light $ 490.00 $ 375.00 $ 350.00 Controller with Microphone & Extension Cable Upgrade to 6 Lamp Halogen $ 390.00 $ 275.00 $ 250.00 Signalmaster to rear (requires Smartsiren option) Upgrade to 6 Lamp LED Signalmaster $ 490.00 $ 350.00 $ 325.00 (requires Smartsiren option) ALL LIGHT STREETHAWK Package: $ 1,970.00 $ 1,715.00 $ 1,795.00 (Any Lens Colors) 5 Halogen Rotators; 2 Alley Lights; 2 Take Down Lights; 2 Front Halogen Flashers; 4 Rear Halogen Flashers; Mounting Kit; Dynamax Speaker with Bracket; UTMD Delta Siren/ Light Controller with PA /Microphone Options /Upgrades: Upgrade to Smartsiren Siren /Light $ 490.00 $ 375.00 $ 350.00 Controller with Microphone & Extension Cable Roof Mounted Lightbar, CODE 3 JAVELIN $ 2,890.00 $ 2,415.00 $ 2,595.00 Bid Award Announcement (04 -12 -0823 ROLLOVER) 51 VEHICLE: Crown Vic DEALER: Orville ZONE: * Western BASE PRICE: $18,873.00 Order Northern & Code Add Options (cont'd) Crown Vic Crown Vic Crown Vic Duval Don Reid Duval �t Northern * Central Southern $18,723.00 $18,758.00 $18,872.00 Northern & Western Southern Central STROBE /LED Package: (Red /Blue Version) 6 GEN III LED's (2 Red /2 Blue); 2 GEN III LED's (Amber); 4 Strobes (2 Front /2 Rear); 2 Take Down Lights; 2 Alley Lights; Mounting Kit; 3892L6 Siren /Light Controller with PA /Microphone; Compact Speaker with Mounting Bracket Options /Upgrades: Upgrade to 8 GEN HI's LED's $ (4 Red /4 Blue) Upgrade to RLS Siren /Light Controller PA $ Upgrade to 6 Lamp LED Arrowstick $ Both above Arrowstick upgrades require RLS upgrade to include Arrowstick Controller; (See Below) Upgrade to RLS Siren /Light /PA/ Arrowstick Controller Roof Mounted Lightbar, CODE 3 JAVELIN $ STROBE /LED Package: Blue Version) 6 GEN III LED's (All Blue); 2 GEN III LED's (Amber); 4 Strobes (2 Front /2 Rear) 2 Take Down Lights; 2 Alley Lights; Mounting Kit; 3892L6 Siren /Light Controller with PA /Microphone; Compact Speaker with Mounting Bracket Options /Upgrades: Upgrade to 8 GEN III's Blue LED's $ Upgrade to RLS Siren /Light Controller PA $ Upgrade to 6 Lamp LED Arrowstick $ Both above Arrowstick upgrades require RLS upgrade to include Arrowstick Controller; (See Below) Upgrade to RLS Siren /Light /PA/ Arrowstick Controller CODE 3 60 STROBE /HALOGEN /LED $ Package: (Any Lens Color) 3 Halogen Rotators; 4 Directional Strobes (2 Front/ 2 Rear); 2 Intersection Sweep Lights; 2 GEN III Amber LED's to rear; 2 Alley Lights; 2 Takedown Lights; Mounting Kit; 38921,6 Siren /Light Controller with PA/ Microphone; Compact Speaker with Mounting Bracket Options /Upgrades: Upgrade Rear LED's to Red /Blue $ (1 Red /1 Blue) 590.00 $ 428.00 $ 495.00 420.00 $ 325.00 $ 350.00 690.00 $ 453.00 $ 525.00 Incl. $ 325.00 $ 875.00 2,990.00 $ 2,615.00 $ 2,771.00 590.00 $ 428.00 $ 450.00 420.00 $ 453.00 $ 350.00 690.00 $ 325.00 $ 350.00 Incl. $ 325.00 $ 850.00 2,495.00 $ 2,235.00 $ 2,395.00 390.00 $ 224.00 $ 295.00 52 Bid Award Announcement (04 -12 -0823 ROLLOVER) VEHICLE: Crown Vic Crown Vic Crown Vic Crown Vic DEALER: Orville Duval Don Reid Duval ZONE: * Western Northern Central * Southern BASE PRICE: $18,873.00 $18,723.00 $18,758.00 $18,872.00 Order Northern & Code Add Options (cont'd) Western Southern Central Upgrade Rear LED's to Blue /Blue (2 Blue) $ 390.00 $ 224.00 $ 295.00 Upgrade to RLS Siren /Light Controller $ 460.00 $ 325.00 $ 395.00 with PA /Microphone EXCALIBUR STROBE Package: 8 Strobes; $ 1,995.00 $ 1,895.00 $ 1,995.00 2 Intersection Sweep Lights; 2 Rear Halogen Flashers; 2 Take Down Lights; 2 Alley Lights; Mounting Kit; 3892L6 Siren /Light Controller withPA/ Microphone; Compact Speaker with Mounting Bracket Options /Upgrades: Upgrade to 2 Rear LED's (1 Red /1 Dlue) $ 390.00 $ 224.00 $ 295.00 delete halogen Upgrade to 2 Rear LED's (2 Blue) $ 390.00 $ 224.00 $ 295.00 Upgrade to RLS Siren /Light Controller $ 470.00 $ 325.00 $ 395.00 with PA /Microphone Upgrade to 6 Lamp Halogen Arrowstick $ 470.00 $ 275.00 $ 350.00 w /std controller Upgrade to 6 Lamp LED Arrowstick $ 690.00 $ 488.00 $ 595.00 w /std controller Upgrade to RLS Siren & Light Controller/ $ 490.00 $ 325.00 $ 395.00 PA, & Arrowstick Controller (deletes std Arrowstick Controller) GS Grill strobes (Whelen, Federal or approved $ 420.00 $ 288.00 $ 375.00 equivalent) LED -GS LED grill flashing lights (Whelen, Federal or $ 440.00 $ 279.00 $ 395.00 approved equivalent) RVS Rear view mirror strobes (Whelen, Federal $ 460.00 $ 314.00 $ 375.00 or approved equivalent) LED -RVS LED rear view mirror flashing lights $ 470.00 $ 314.00 $ 395.00 (Whelen, Federal or approved equivalent) CSP60 Corner Strobe Kits - Whelen Kit with 4 $ 420.00 $ 371.00 $ 395.00 clear tubes, 6 outlet CSP 60w power supply, 2 -15' cables, 2 -30' cables CSP90 Corner Strobe Kits - Whelen Kit with 4 $ 430.00 $ 391.00 $ 450.00 clear tubes, 6 outlet CSP 90w power supply, 2 -15' cables, 2 -30' cables SPS6J Corner Strobe Kits - Federal Kit with 4 $ 420.00 $ 389.00 $ 425.00 clear tubes, 6 outlet SPSW power supply, 2 -15' cables, 2 -30' cables RICH Corner Strobe Kits - Federal Kit with 4 $ 430.00 $ 444.00 $ 495.00 clear tubes, 6 outlet RICHOCHET power supply, 2 -15' cables, 2 -30' cables NEB Corner Strobe Kits - SoundofT Kit with 4 $ 430.00 $ 384.00 $ 450.00 clear tubes 6 outlet, 60w Nebula power supply, 2 -15', 2 -30' cables Bid Award Announcement (04 -12 -0823 ROLLOVER) 53 VEHICLE: Crown Vic Crown Vic Crown Vic Crown Vic DEALER: Orville Duval Don Reid Duval ZONE: * Western Northern * Central * Southern BASE PRICE: $18,873.00 $18,723.00 $18,758.00 $18,872.00 Order Northern & Code Add Options (conf'd) Western Southern Central GEM Corner Strobe Kits - Soundoff Kit with 4 $ 430.00 $ 474.00 $ 500.00 clear tubes 6 outlet, 110w Gemini power supply, 2 -15', 2 -30' cables RTS -L Rear Transport Seat - Laguna System 3P $ 720.00 $ 572.00 $ 595.00 RTS -PG Rear Transport Seat - Pro Gard 6000 $ 690.00 $ 452.00 $ 495.00 Series PB 100Al2 Setina PB 10OAl2 - 12" Aluminum $ 360.00 $ 250.00 $ 250.00 Push Bumper PB 10OA16 Setina PB 100A16 - 16" Aluminum $ 370.00 $ 256.00 $ 295.00 Push Bumper PB300 Setina PB300 Push Bumper $ 370.00 $ 269.00 $ 300.00 R5000 Go Rhino 5000 Series Push Bumpers $ 390.00 $ 272.00 $ 320.00 MSPB Manik Series Push Bumpers NA $ 269.00 $ 300.00 FHL2 Federal FHL2 Flasher $ 140.00 $ 118.00 $ 100.00 FA5 Federal FA5 Flasher $ 140.00 $ 118.00 $ 100.00 UHF2150A Whelen UHF2150A $ 140.00 $ 118.00 $ 100.00 S105 Setina #10 Series Lexan Cage with sliding $ 690.00 $ 598.00 $ 595.00 window, full width lower extension panel, dealer installed S8S SeUna 8S Lexan cage with 1/2 lxan and $ 620.00 $ 575.00 $ 575.00 1/2 expanded metal with full lower extension panel, dealer installed P2200 Pro -Gard P2200 Series Polycarbonate $ 720.00 $ 598.00 $ 575.00 ( Lexan) Cage with sliding window, full width lower extension panel, dealer installed E/Z RIDER E/Z Rider K -9 Container. All aluminum $ 1,590.00 $ 1,575.00 $ 1,995.00 In- Vehicle (rear seat area) K -9 Container to protect the public, officer, K -9, and vehicle. Please specify vehicle year, make and model. Call for installation, shipping, and /or delivery prices. R.E.S.C.U.E. R.E.S.C.U.E. Electronic Remote Rear Door $ 690.00 $ 512.00 $ 795.00 Opening system to be used with the E/Z Rider K -9 Container. Allows the officer to release the K -9 from the vehicle from a remote position. COOL -G CoolGuard Heat Alarm System to be $ 620.00 $ 435.00 $ 495.00 used in a K -9 vehicle. Warns officer when dangerously high temperatures are inside the vehicle. DSM Complete set of shop manuals [7NLY $ 245.00 $ 325.00 $ 295.00 5/75B 5/75 Manufacturer's Extended Base Care $ 2,945.00 $ 2,945.00 $ 2,945.00 Warranty ($0 deductible) See Page 1050 5/75E 5/75 Manufacturer's Extended Extra Care $ 3,575.00 $ 3,575.00 $ 3,575.00 Warranty ($0 deductible) 5/75P 5/75 Manufacturer's Extended Power Train $ 2,230.00 $ 2,230.00 $ 2,230.00 Warranty ($0 deductible) 54 Bid Award Announcement (04 -12 -0823 ROLLOVER) MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -038 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating D Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year LOct -Dec Q2: Jan -Mar Cost Estimate $ 4,000 Project expected to begin: I J-- Q3: Apr -Jun Q4: Jul -Sep X R�� Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $7.98 per bin. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Recycling bins need to be replaced as they become worn, cracked or of need to authorize project request: damaged. The bins must also be available for new residents and people joining the recycling program IF DENIED, possible alternatives which No alternative may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL SAN $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Source (2) - - - - $ - Source (3) - - - 1 $ - TOTALI $ 4,0001 $ 4,000 1 $ 4,000 1 $ 4,000 $ 4,000 1 $ 70,000 Form FIN CAPI Revised: Jan'06 $4,000 will provide us with 500 Recycling bins at $7.98 Each Scott Davis From: Michelle Choo -Son [mchoo- son @scla1.coml Sent: Monday, March 06, 2006 3:56 PM To: Scott Davis Subject: Quote Hello Scott, Please find your quote below. Please call with any questions or to place an order. Best wishes, Michelle Michelle Choo -Son, Inside Sales Ext22 SCL A -] Plastics Ltd. 241 Clarence Street Brampton, Ontario, Canada L6W 4P2 Tel: 905 - 451 -4800 Toll: 800- 777 -0979 Fax: 905 -451 -9977 Email: mchoo-son@sclal.com Web: www.s-c.laI.com QUOTE FOR SCL A -1 RECYCLING CONTAINERS 3/6/2006 Date: March 6, 2006 Customer: Miami Shores Village Fax #305 -696 -6402 Contact name: Scott Davis Location: Miami, FL Quote # 2152 -mc Quote is valid for u0 clays Dear Scott, Page t of 2 Thank you for your inquiry for our recycling containers. We are pleased to provide you with the following information: Product Colour/Print Quanfity Pricelunit 1019 18- al. Greenlcustom 500 $7.98 1019 18- al. Green /Custom 2,000 $6.99 Die Plate NIA 1 _ $348.00 Page 2 of 2 ❑ Delivery terms: F.O.B. Miami, FL ❑ Delivery time is approximately 4 to 6 week(s) after receipt of order and any artwork approval. o Freight charges: Included Note, Any special requirements for offloading will be extra at customer's expense. ❑ Payment Terms: Net 30 days All prices are quoted in USD dollars and are subject to documented increases in raw material costs. Taxes, if applicable, are not included. Please contact me with any questions Sincerely, Michelle Choo -Son, Inside Sales 3/6/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -039 Fund / Department San /Public Works Project Replace Loader V -33 Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 115,000 Project expected to begin: Q1: Oct -Dec Qr2: Jan -Mar Q3: Apr -Jun Q4: Jul =Sep X Description of Items) or Project: Replace Loader V -33 used to load trash trucks Description or ID of Original Asset to V -33 (1995) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle is used 5 days a week, 52 weeks a year and is essential of need to authorize project request: to our trash operation. It has met its life expectancy and needs to be replaced. This piece of equipment is indispensable for hurricane recovery efforts. Price includes contingency and radio installation. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL San $ 115,000 $ - $ $ - $ - $ 115,000 Source (2) - - - $ - Source (3) - - - 1 $ - TOTAL $ 115,000 $ - 1 $ - 1 $ - $ - I $ 115,000 Form FIN_CAP1 Revised: Jan'06 Mar 07 2006 2:41PM NORTRRX EQUIPMENT 3055134353 p.2 PFA Ak TO: CARLOS FROM: PAT MCGURK SUBJECT: 344 J DATE: 3/7/06 CARLOS, TI-M PRICE FOR THE NEW MODEL 344 j WrIH CAB AND A/C AND A WERK -BRAU MUI.I'Ik WOSE BUCKET WITH A COUPLER. WOULD BE APFBOXIATELy $ 110,0€70. PAT MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 -2011 Project No: 2007 -040 Fund / Department San /Public Works Project Trash Grabber Name: PROJECT STATUS Project rating r} Affect Year(s) Existing Program Program Improvement New Program. Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 99,500 1 Project expected to begin: X Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Establish Et reserve sufficient funds to purchase second Trash Grappler (Grabber) truck for Sanitation and other related services provided to the Village. Contributio to the reserve account will be processed in FY 2007 and FY 2008. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation With the increased demand of excess trash and the increased of need to authorize project request: expectations of our residents, a second trash graber is essential to meet and service the needs of the community. IF DENIED, possible alternatives which Continue to operate with one trash grabber, leading to not servicing. may be considered: the trash grabber route when vehicle is in for repairs. Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL San $ 50,000 $ 50,000 $ - $ $ $ 100,000 Source (2) _ Source (3) _ TOTAL $ 50,000 $ 50,000 $ - $ - $ - $ 100,000 Form FIN_CAP1 Revised: Jan'06 Mar. 8, 2006 2:46PM PETERSEN IND, INC 863 676-6844 No-7546 P. 1/19 PETERSEN INDUSTRIES, INC. '�'�► '� FAX To. AM McCoy From: John C. Mentz MUM SHORES, VILLAGE OF Fax: 305 -696 -6402 Phone: 305- 795 -2240 Date: 3/8/2006 Subject: Requested quote Fax-, 863 - 676 -6844 Phone: 863- 676 -1493 Pages, 19, including cover Dear Mr. McCoy, Please find following the -requested quote for the Village of Miami Shores. Please call me at the number above, ext. 235 with any questions regarding this quote. Sincerely, I John C Men Mar. 8. 2006 2:46PM PETERSEN IND, INC. 863 676 -6844 No.7546 P. 2/19 P E 1 Di P S ew " __" i : : a 0 71 C 'v- ilzicl- —12o-a�ier March 8, 2006 Jim McCoy Miami Shores, Village of 10050 N.E. Second Ave. Miami Shores, FL 33138 Dear Jim: Petersen Industries Inc. is pleased to offer this proposal to manufacture grapple truck(s) for the Village of Miami Shores, F'L in accordance with the enclosed documents. Please review carefully the detailed Quotation, Standard Terms and Conditions, Specifications and Warranty; upon which this proposal is based. We will commence delivery 90 -150 days after receipt of a signed purchase agreement. The extended time frame on this unit is due to a minimum 75 -day wait to receive a chassis once we place the order for one. We want to thank you for your interest in our products and urge you to contact the undersigned in the event that you have any questions about our proposal. Sincerely, John C. Mentz Sales Administrator /jcm enclosures: Quotation Standard terms and Conditions Specifications Warranty 4000 SR 60 WEST LAKE WALES, FL 33859 -8234 TELEPHONE: 6631676 -1493 • FAX: 863/676 -6844 Mar. 8; 2006 2:46PM PETERSEN IND. INC. 863 676 -6844 No•7546 P. 3/19 QUOTATION PeteMen Industries, Inc. 4000 State Road 60 W Lake Wales, FL 33859 -8234 1 20065074 BILL TO: VILLAGE OF MIAMI SHORES SHIP T0; VILLAGE OF MIAMI SHORES 1701 N.W. 103 STREET 1701 N.W. 103 STREET MIAMI, FL 33147 MIAMI, FL 33147 End user is MIAMI SHORES, VILLAGE OF (FL) 318/2006 000000000904 Pep Net 30 03 A.S.A p. DRIVE AWAY L mommum O.TL3 MODEL TL3 BASE LOADER 1.00 EA 27,759.00 03.1 OHA36 HA36 HYDRAULIC ACTUATOR 1.00 EA INCL 07.10SB60 STANDARD BUCKET 60' OPENING 1.00 EA INCL 10.04 BOWL BOOM -UP WARNING LIGHT /AUDISL.I= ALARM 1.00 EA INCL 10.01ORWL Oft WARNING LIGHT W /AUDIBLE ALARM 1.00 EA 514.00 11.00 SP NON - STANDARD PAINT SELECTED AS NOTED BELOW ' 1.00 EA INCL Special Paint Option: ° Paint Loader PI Green 1.00 LOADER AS CONFIGURED ABOVE EA $28,273.00 0.00 $28,273.00 8.12 1828 -TBS MODEL TB -1826 TRASH BODY STANDARD 18PT X 28 CU. YD. 1.00 EA 11,312.00 8.36 PISWLCD P1 SELF-WINDING LOAD COVERING OEVICE (ADD -ON) 1.00 EA 433.00 8.40 S -BD STANDARD BARN DOORS FOR BODY 1.00 EA INCL 10.10 LED FLASH AMBER LED FLASHERS IN REAR CORNER POST 1.00 EA 259.00 11.03 BODYILOADER SAME COLOR AS DEFINED BELOW 1.00 EA 386.00 11.01 UT8 UNDERCOAT TRASH BODY (BOTTOM) 1.00 EA 305.00 " Paint Body, ' PI GREEN 1.00 8.0 DUMP BODY AS CONFIGURED ABOVE EA $12,695.00 0.00 $12,695.00 1.00 CHASSIS -OTHER CHASSIS, FOR NEW LOADER EA $55,219.00 0.00 $55,219.00 JIM MCCOY /305 - 795 -2240 SUBTOTAL $96,187.00 DELIVERY 400.00 AX 0.00 ;` SIGNATURE DATE TOTAL 0007E $96,587.00 Mar, 8, 2006 2 :47PM PETERSEN IND. INC. 863 676 -6844 Nv.7546 P. 4/19 Petersen Industries, Inc. Standard 'Terns and Conditions Payment is net, 3.0 days after delivery with approved credit. Multiple unit .orders will be invoiced individually as they are completed, =, Delivery Cost: F:.O:B. Lake Wales, Florida unless otherwise stated in quotation. 4, Price does not include taxes of any kind. S. Price valid for 90 days from quotation date. 6. Price excludes any fees, taxes, export packaging or any cost other than the quoted product installation at the factory in Lake Wales, Florida. 7. The quoted price is calculated under the assumption that the loader -body is to be installed on a conventional cab /chassis ( Class 7 }, Additional charges may be incurred if other chassis's are supplied. 8. The completion date quoted is only valid for the number of units priced in the quotation letter. Any additional units ordered off this quotation may have longer completion dates. Until a purchase order is received, quoted delivery dates are subject to prior Commitment. 9. All prices quoted include the following Petersen standard paint/colors only unless otherwise stated on quotation. Loader: Orange, industrial,grade enamel, Body. :Black, industrial grade enamel. 10. Standard Warranty includes three -year major structural and one year hydraulics- 11 . Price does not include cost of cab /chassis unless otherwise stated in quotation. 12. A training video and/or training by a factory representative, at our plant, is included with all loader purchases. Additional training at a location selected by the customer is also available for an additional cost. M . 5/2002 14 VAFffR_X_-Fh1Y;#,ffVSM9Y) ,Mar, 8,, 2006 2:47PM PETERSEN IND. INC. 863 676 -6844 SIFECMCATTONS: MODEL TW "'LIGHTNING LOADER" 20 )FOOT IMCKLEBOOM LOADER Il M--YT No-7546 P. 5/19 It is the intent of these specifications to describe a hydraulically operated, knuckleboom trash loader with telescopic boom to be used in the collection of oversize trash items such as discarded appliances, furni.t, brusb, leaves, building materials, etc. In this coazratiori, the loader is intended to be mounted' directly behind the cab of a long wheelbase cab chassis, along with a trash dump body. This�aarrangement provides a complete, one man operated, tum -key system. .t The recommended vehicle for this appEccation has a minimum Gross Vehicle Weight of 33,000 lbs., the cab -to -axle dimension wanes depending. upon body length (sec body specifications), a minimum of 1,500,000 BBM frame rating and minimum of 75 in. of after frame_ Cab must have exterior grab handle on both sides. PEDESTAL ASSEMBLY To be an open A -frame type to _Ilexhag under repeats load shocks. Total height not to exceed 7 ft. from mounting plate to top of pedestal/main boom connection point. Spindle to be single piece high strength solid�steel (ASTM 4]40) turning in (ASTM- D4020 -51) cast nylon bearings. Welded, spindle/head assembly is to be stress relieved prior to installation. Boom rotation to be accomplished by a direct driv&270 degree hydraulic rotary actuator, Model HA -36, with a maximum torque rating of 72,000 in. lbs. This rotary actuator eEmi ates the need for any type of gm re uctiox), thereby eliminating the metal- to- mretal wear found m open, exposed pinion and bull gear design. To prevent spindle bending moments from beir-ig traiumr tted to rotary actuator, the actuator must be mounted by means of a torque arm assembly- BOOM CONSDKTJCTION Main booze to be comprised of two ea., 4 in. x 8 in. x 3/8 in- thick high tensile steel i�tbes connected to each other only at their center line to allover a shack absprbin� flexing action of the boom. Main boom hydraulic cylinder must have a minimum of 1200psi down pressure for compacting loads. Tip booze to have an extendible/retractable telescopic section controllable from the operator's platform. Must have mechanical stops to prevent cylinder stress. The inner and outer sleeves of the telescopic section roust be separated by replaceable cast nylon wear blocks on all sides to prevent metal -to -metal year- Hydraulic Doses for the telescopic section must be enclosed in steel box for protection. No expos tip osion hoses hl be ziermitted. Rev. 9/2005 PFl�'tNirYG71s7AIFS- 2.3 -1 Mar. 8,. 2006 2:47PM PETERSEN IND. INC. 863 676 -6844 No.7546 P. 6/19 %oad radius is mired` from the center of boom rotation to the center of the bucket rotation. Ic8pacities shown must not exceed 85% of vehicle tipping moment, with outriggers fully extended . x ta►�, level growtcli: eight ofbueket andlor attachmezrts to boom must ba subtractad fxom lily F ipacities shown. - Boom Radho Lift Capacity 10 ft. 7,100 lbs. 16 ft. 4,400 lbs. 20 ft. 3 O0 lbs_ .*'Standard bucket weighs approximately 1:000; lbs. Boom connection,points ,must be equipped with replaceable cast nylon or bronze bushings and a 2 in, bolt with castellated rout to prevent spreading of the connection pivot point. TRASH-- DV MT To be a special municipal trash bucket actuated by a sin &le double - acting cylinder. The bucket shall be capable of continuous. rotation, with no need for physical stops. Bucket rotation to be accomplished by a cononuous rotation bucket motor, Model -RE, with 5,500 in. lbs. torque rating- Bucket must have the capability to be rolled over on the load without damage to any components. This allows a maximum load and keeps boom height within acceptable limits. Bucket must also have a minimum reach of 9 feet below grade_ The bucket must incorporate: • 3/16 in, plate, sMooth steel clamshell scoop for leaves and sand + end plates are to be a minimum 518 in, thick and of.A-572 grade 50, 50,000psi steel • a mum; of 5 nibs per side to handle branches, logs and appliances • a trample ram in t'he center far compressing trash in body. • Replaceable bolt-on bucket blades made of high impact tempered steel The bucket must be 4 ft. long with an opened ;width of 5 ft. between pickup blades. Anti - scalping bucket sides are pivot mounted, to provide a,horizontal closing action rather than a vertical digging motion. Sides are mechanically linked to single hydraulic cylinder to ensure both sides close and open together. No hydraulic hoses below bucket rotator. Rev. 9/2005 P �• S 7 � N. /I i 4 7I. S 7 "i i +I t� 1 `� Mar. 8. 2006 2:48PM PETERSEN IND. INC. 863 676 -6844 )POWER SOURCI± No-7546 P. 7/19 To be a transmission mounted power take off coupled directly to the hydraulic pump (no: drive:;;" For vehicles with an a*rtornatic Vansm- mon, *,power source shall be a:''Hot Shift" PTO. "Hot: Ste Y " autornatioail es the PTO whey, the truck is placed in gear, and s- eengages when the truck is placed baoi tm bcutral (ready for hydraulic operation). This eliminates the possibility of A nage to the hydraulic components that could result if the operator drives the vehicle with the TO in gear. Also " Pro�"des for smooth engagement of PTO with no �aszhing or grinding of gears. For vehicles With a zna"aual transmission and air brakes, the power source muust be a "Air Sbift ' PTO. For vehicles with a manual transmission and hydraulic brakes, the power source must be a "Cable Ship' PTO. Must be equipped with overspeed protection (with the exception of a manual transmission). over - speeding the pump.causes the hydraulic fluid to overheat. Overspeed protection prevents damage to the hydraulic system. All electrical connections are to be to chassis manuRwturer's specifications. HYDRAULIC COMToNENTS Reservoir: Cylinders: Main Boom: Tit) Boom: Tip Extension; 43 gallon baked tank with suction and return filters and cutoff valves for easy servicing. , Includes'a, sight gauge with A, thermometer and a vent filter. i)41e acting, � chromed rods and aluminuin pistons. 5 in. x 32 in: 'with a 2 1/2 in. shaft. 5 in. x 32 in. with a 21/2 in. shaft- 2 in x 48 in. with a 1 1,/ a - shaft.. Bucket: 4 in. x 12'm . with a 2 in. shaft. Control Valves: Cnesen stack type with port reliefs Safety Locking 'Valves: Counter balance valves to be installed on main boom, tip boor and tip extension cylinders and pilot operated check valves on outriggers to prevent a leakdown or collapse in case of a hydraulic hose rupture. - Purnp: Single CommercW Intertech P -20 Hydraulic Linesc 3IC mechanical tubing, 12,000 PSI working pressure. High tensile steel wire braided Hoses, 4000 PSI working pressure. Pressure: Main relief set at 2,500 PSI maximum. LNGM CONTROL Engine is to be programmed for the proper RPM level and activated by a marine type switch at the.operator's station. Rev. 9/2005 Pi�►�s��r�,vvusr�i�s Mar. 8, 2006 2:48PM PETERSEN IND. INC. 863 676 -6844 OPERATOR CONTROLS No -7546 P. 8/19 DUAL CONTROLS. Control platform to.be located directly behind conventional cab.at.the.same height as the top ,of the truck b-ame to allow operator access from the truck cab without ever- having to touch the ground. A sjngle bank of control valves to be rnounted.:at the mid -point of lender, with control handles accessible from the operator platform on either side of truck Control . handle pattern must be the same on both sides of the truck for superior visibility. Control handles shall not require lubrication. to "Grip Strut" serrated steel walk platform is. excluded. 017EL 3: Outriggers to be constructed with hydraulically powered telescoping rectangular tubing. :Outriggers to be.equip* with large steel pads to minirnize damage to street- Outriggers must telescope out and down to reach a horizontal distance of 11 ft. 8 in, between outer edges. Horizontal stabilizer movement of each stabilizer to be powered by a hydraulic cylinder with a bore of 2 in. and a stroke of 20 in. Horizontal telescopic outrigger components to be separated by cast rrylon bearings on all four sides to eliminate metal to metal contact and reduce wear. Vertical movement to be provided by two hydraulic cylinders with a bore of 3 in. and a stroke of 22 in. Those cylinders must be fully enclosed for protection, and equipped with pilot operated check valves. PAINT Loader must receive 1 coat of high -grade pruner and 2 coats of high -grade enamel (manufacturers standard colors). Bucket to be painted PT standard blade, MSCELLANFOUS hacludes boom 'up sen` r with indicator- light and audible alarm (light in cab with audible alarm warns the driver of excessive boom height), tail pipe extended, past operator platform and back-up alarm. One operator /service/parts manual included. One hour training videotape for operator*'echanics included Current model must have been in production. at least fifteen years. WARRANTY Three year major structural and one year hydraulic. For loader and body. ( **See Warranty Sheet" ) Due to continuing product improvement, specifications are subject to change without notice or obligation- Rev. 9/2005 2.3 -3 F.f e Mar. 8. 2006 2:49PM PETERSEN IND. INC. 863 676 -6844 OP77ON'AL EQInPMENT MODEL TL -3 "LIGHTNING LOADER" No.7546 P. 9/19 F f lDESTAL al;Y H0mulic Motor: Model SAY 1250/X50: Boom rotation to be accomplished by a direct drive 27+0 degree planetary '�,ro '0 with radial piston hydrWic motor_ Modcl SAI ,25. 11 0, with a. rrT�u zg of 150,Q00 in lbs; This enclosed geatbo .ast1;e1000*:, oil } y la 'e:, whtcl3 Wcatron aod'the rrletal to -metal r r I'c ptmozx ar1E dC'Sl TO : A ti 'r gn. prevent spindle bending moments fto J' ing t�ansm t�cl to enclosed gearbox, the gearbox must be mounted by means of a torilue arm assembly t; Top - Mount: Operator station is located on a stationary platform above the track cab_ The control valves are mounted under the seat, with the control handles between the operator's legs for easy access. A ladder, safety railing, padded seat with arm rests, and seat belt are provided, Optional: Foot pedal to control boom: swing Joystick (dual walk thru): Petersen mechanical QuadStick controls. Each of the four joysticks has six,funCtaons to control loader operation_ Outriggers are controlled by two joysticks at the omrter of the operator platform. Body dump is controlled by a single lever at the enter of the operator platform Jo; stick (top mount).. Two laeohanical six functi0r1 joysticks located on either side of the operator seat control loader'Operation. Outrigger and body dump controls ire located to the left of the operator seat. AUSC'ELLANEQUS Outrigger V!Vaxning Bight and .Audible Alarm: Dash mounted red light remains fit and audible alarm sounds until the outriggers are fully raised. Dual Top Strobe: Dual strobe lights mounted in a single housing_ Dubber Street ]Pads: Mounted on outrigger feet. Outrigger Strobes: Mount one on top of each outrigger. )Reflective Tape: Applied. to outrigger legs. Paint Bucket: colors other than black Dire to continuing product improv=ent, specificatiom are subject to change without notice or obligation, Rev. 09/2005 2.4 Mar. 8. 2006 2:49PM PETERSEN IND. INC. 863 676 -6844 No-7546 P. 10/19 SPECIFICATIONS: MODEL 1828TBS ;fig FQOT, 28 CUBIC YARD TRASH DUMP BODy (This specificatknis limed for use with a Imuddeboom, loader mounted on a 168 im, c/a chassis. Additimz Al 4!Mics and a & femt eta needed for body only application,) ; a F' 190DY FLOOR," single sheet of 3/16 in. smooth steel plate; 91 in. wnde, and 18 #t. long, ;;Wntinuously wed � iic sides and headboard. i ndY v..:• E ADBOARD tc �biK 4 gauge smooth steel sheet, 42 in. high, continugusl ►elded to the ; Top rail to be a formed. 3 in. x 4 lu, 10 gauge steel. -SIDES to be of 10.gauge smootb� steelshee front portion to be 42 in: hr p gb, :angling to 72 in rmainder ofbody and rear doors. SIDE POST to be of 3 irr. x.4. in. x 10 gauge formed channel. Total of 3 on the headboard:and 8 on each side, with 64 in. x 12 in. x 4 in. x 3 in. x 1/4 in. formed plate corner post to prevent side flareout. CROSS -SILLS to be 4 in. structural channel on '12 in. centers. LONG -SILLS to be 8 in, structural. chattuel: BARN DOORS to'be fitted on the rear of the body with a provision to swing each one completely around to the side and latch open for dumping. Bach door must have 3 hinges, with each hinge consisting of 3 steel plates, 2 ea. 5/8 in. plate welded on body, 1 ea. 3/4 in. plate welded on door,.#tconn to With a 3 /4.in. steel pint. A positive lock shall be provided at the top and bottom. for lor„l"g doors closed. Doors to bd fabricated from same- material as the sides and most have an all, around,outside frame 4vith one center uprigbt brace per door. HYDRAULIC HOIST to be scissor type, dual cylinder with 23 ton capacity. Foist must raise the body to a minimum. 45 ,degree dump angle without the rest oftbe, body touching ground. LIGHTS, REFLECTORS AND MUD FLAPS must meet Federal standards. There is to be an additional set of brake lights mounted on the upper rear corner post. PAINT outside of body with 1 coat of high-grade primer and 2 coats of high - grade enamel. Inside of body must receive 1 coat of high -grade primer and 1 coat of high -grade enamel. ** Manufacturers stw idard colors ** SAFETY REAR BUMPER, AND SODS'' PROP. WARRANTY: Three. year ..major st.ru oural components axid one year hydraulic. 50 Petersen self winding load covering device Continuous side welds Rear strobe light 6 in. slope plates 1/4 in. floor plate Tool Box Due to eonrir„ product improvement, specifications are subject to change without notice or obligation. Mar. 8 2006 2 :49PM PETERSEN IND. INC 863 676 -6844 No -7546 P. 11.19 4000 SR 60 West Lake Wales, Florida 93859 (863) 676 -1493 • (868) 67&6844 www.PeterSenind.corn Trash Lightning Louder Warrant]I Petersen Industries, Inc. ('Paterson') warrants each new Lightning loader® and/or Trash Body it manufactures and each new part and component sold by Petersen (except those eXcluded by Section 5 below) to be free from defects In M terial and workmanship, h nw part provided the Lightning Loaders parts and components are operated and maintained In accordance With Peterson's an published operating and maintenance instructions applicable thereto. This warranty is subject to the terms and conditions stated below, 7. tor, This warranty is granted by Petersen Industries, Inc. 4000 SR 60 West Lake Wales, Florida 33859. All warranty must be accomplished by Petersen Industries, Inc. at its factory In Lake Wales, Florida or by such other facility specifically work authorized by Petersen, 911 warranty work performed by a facility other than Petersen must be approved by Petersen in writing prior to commencement of said work. 2. Parties todrn Warr Winded: This warranty shall be extended to any buyer and to any person to Whom this product ;s transferred during the duration of this warranty. 9• ❑ of Vv The:.time periods applicable to the warranty of the specified component parts of this Lightning Loader® are as follows; a) Lightning Loadere Major Structural Component Parts - 3 years b) Nora - hydraulic Repiacamgrit farts - 7 year c) Hydraulic Components - t year 4. Parts- and component parts installed by Petersen are covered by this warranty except those parts and component parts excluded by Section 5 below. 5- Parts ond reumIZZgLn are • The following parts and components are no covered by the warranty; a) any part or component not installed by Petersend Industries, Inc.; b) any parr of the vehicle cab, chassis, tires or engine (any warranty of these.parts and Components Is provided by the original manufacturer); C) any part or component that shall have been subject to misuse, negligence, or accident; d) any part or component that shall have deteriorated from extraordinary wear or exposure: e) expendable Items that would normally be replaced within the warranty period (e.g hydraulic hoses on end of boom, brake washerss between bucket and boom, c11, filters, right bulbs) t3. Ranou taC10lOg P nce Unde Is �#1G In order to quafity, under this warranty, the owner must notify Petersen Industries, Inc. wtthin thirty (30) days of discovery of the Wed and promptly deliver the Llq�hng Loader@ or defective part at Petersen Industries, Inc . at Its factory in Lake Wales, Florida, or If requested by Petersen to such other authr�rized facility to designated by Petersen. Upon receipt of such Lightning Loader@, part or component, if itis found not to be defective In material orworlananship, Petersen shall notify the owner of such fact and request instructions for the return of such Lirghtning Loader6l, part or cormponent to the owner - All costs of transn Ttinn Lightning Loader®(s) tc and fmm Petersen Industries, Inc. or such other authorized facility designated'by Petersen shall be paid by owner. 7. $np4Lr. !f, within the duration of this tWLan Jy, a part or Component covered by this warranty proves to be defective in material or workmanship, then the sole and exclusive remedy and Peterson's sole reaponsib111ty shall be at Peterson's option, the �aiO t� of the defective part or component or can of the same. farts and labor shall be at the expense Of Petersen. The replacement part or component supplied pursuant to this warranty shall be warranted onty for the r the defective part or component. of the warranty period applicable to #. Ch : Petersen reserves the right to make changes in the design or material of its products Without Incurring any obligation to incoeporate such Changes in any product previously manufactured. 9. i Isol ' • This warranty does not extend to normal maintenance services such as Cleaning, greasing, mechanical adjustments and maintenance Inspections or to any defect due to the negligence of others. failure to operate or maintain the Lightning LoaderdD let accordance with the published Operating and maintenance instructions furnished by Petersen, unreasonable use, acciderds, alteration or wear and tear INO OTHER WARRANTY WHETHER OF MERCHANTABILITY,, FITNESS OR OTHERWISE, EXPRESS OR IMPLIED IN FACT OR BY LAW, IS GIVEN BY PETERSEN WITM RESPECT TO ANY NEW LIGHTNING LOADIzi:16. PART OR COMPONENT, OR WITH RESPECT TO ANY WORK AND NO OTHER OR FURTHER OBLIGATION OR LIABILITY SHALL BE INCURRED BY PETERSEN BY RP-ASON OF THE MANUr=ACTURE, SALE, OR LEASE OF ANY LIGHTNING LOADEftIS, PART, OR COMPONENT" on OF ITS USE, WHETHER FOR BREACH OF WARRANTY, NEGLI13 ENCE OF MANUFACTUftE OR OYHERWIS!~.j In the event that the provisfon relieving Petersen of liability for negligence should for any reason be held ineffective, the remainder of this paragraph shaft remain in fill farce and effect. The obligation of Paterson set fortis in Section 7 above shall W the sxcluelyc remedy for any breach of warranty. In no event shall Peterson -be liable for any general, consequential, or Incidental damages relating to property damages or economic foss, including without limitation any damages toe 19§1_QtJ_J se or kLwLpLprgft, No distributor, deafer, agent or employee of Petersen is authorized to extend any other or further warranty or incur any additional obligation on Peterson's behalf In connection with the sale of its products. Mar. 8; 2006�� 2; 51 PMA� PETERSEN� I ND�. 1 NBC. 863 67,6 -6 84 1 N7"e.RNATOONA0 Prepared For: ''ETERS.EN INDUSTRIES INC. =E IRATHBUN 4000 STATE RD 60 WEST LAKE. WALES, FL 33859 1663 - 67.51493 i MISSION: FUEL ECONOMY: DIMENSION: ENGINE, DIESEL: TRANSMISSION, AUTOMATIC: CLUTCH: AXLE, FRONT NOWURIVING: AXLE, REAR, SINGLE: CAB: Model Profile 2007 4300 SBA 4X2 (MA025) Requested GVWR: 33000. Calc GVWR: 33000 Caic, Geared Speed: N/A N/A No-7546 P.. 12/19 ko.3391 N. 2/9 January 12, 2006 Presented By: Sun State International Trucks Hoily Lingerfelt 3C13ti 14wy 27 North IDAVENPofRT,.:1=L 33837 063)424-2411 !f { t. Wheelbase: 236, CA: 1.68.9, Axle to Frame: 96 International DT4W 50 State, 225 HP, 560 lb-ft Torque @ 1400 RPM, 2600 RPM Go verned Speed, # 2 Bell Housing {ALLISON 3000 RDS P) 4th Generation Controls; Close Ratio, 5-Speed, With Overdri ve; On/Off Hwy; Includes Oil Level Sensor, With PTO Provision, Less Retarder, With 80,0004b GVW & COW Max Omit Item (Clutch & Control) tInternaWnal 1- 120,9G) I -Beam Type, 12,000 -lb Capacity Dana Spicer 21060S) Single Reduction, 21,000 -lb Capacity, Hypoid Gearing With 2 x':.00 Wheel Ends Gear Ratio` :5.57 Conventional, Steel TIRE, FRONT: (2) 11R22 5 G149 RSA (GOODYEAR) 501 rev /mile, load range G, 14 ply TIRE, REAR: (4) 11R22.5 G16,4 RTD M ±S (GOODYEAR) 499 rev /mile, load range G, 14 ply SUSPENSION, RR, SPRING, SINGLE: Vari -Rate; 23,500 -1b Capacity, With 4500 lb Auxiliary Rubber Spring R e c e i v e d T i m e Jan .12. 10 : 51AM 1 Proposal: 551 17 .Ma r - 8 •20069 2 5 PM AM EqRSEN I IND. 11 INS „ 861 676-6844 V V V11V I I I L 1 1 6 I%n I i VIVM L I RU�N,) Vehicle Spedlr_lcitlons 2007 4300 SBA 4x2 (MA025) Description Bas,elchassjs, model 4300 SBA .4X2 -vAth 236 Wheelbase, 168.9 CA, and 96 Axle to Fram . No . 7546 NO. 3391 P, 31/9 Tow Hdbk -FRONT (2) W 16 Frame Mounted. �P Heat Treated Ai lay steel (120,000 PSI Yield)' 1b 2.50” x 3.15101, X 0. 37_t�!.! T `MOAMUMOAL�,' M*ffi 01 W"100 OR". x 91 Bt IE 00ONT Full W , :2Material Thickness • MR% PIrIS XTE' Pomwdor f ent) Colot BER, REAR.1 WHEELBASE RANGE 199'. (5050m), Through and Includ 254 (645cm) AXLE; FRONT T NON�DRIVING (International 1-120SG) l-BeaT Type, 12,000-1b Capacity SUSPENSION, FRONT, SPRING Parabolic, Taper Lea'I, Capacity; . With Shock Absorbers Inc_ lades . SPRING PINS Rubber Bushings, Maintenance-Free 13RAKE SYSTEM, AIR Dual ;SY$temifor Straight Truck Applications Includes AIR COMPRESSOR AIR SUPPLY LINE Interna'tif) ' hal Engines Natty oily- Aspirated BRAKE CHAMBERS, SPRING;R) Rear. Parking' BRAKE U NSS Color Cooled NA . . Yoh 'SLACK ADJUSTERS, FRONT Automatic SLACK ADJUSTERS. REARAutornatio PARKING BRAKE VALVE Cojor_Coded Yellow Knob, Located on Instrument Panel DRAIN VALVE Twist-Type SPRING BRAKE MODULATOR VALVE... AIR PkESS -RE Air"i a' GAUGE. A R U and Air -2 Gauges; 610ated In Instrument Cluster AIR BRAKE ABS fBendix AntiLook Brake System) Full Vehicle Wheel Control System (4- Channel) AIR DRYER (Bendfx AD-9) With Heater BRAKES, FRONT, A] R CAM 8-Ceim; 15 0" x 4 0"; Includes 20 Sq. i In. MGM Long Stroke Brake Chambers ,January 12, 2006 p� rnm,.X,. 1A TV BRAKES, REAR, AIR CAM 16 5" x 7 0"; Includes MGM TR3036 Long Stroke Brake Chamber and Heavy Duty Spring Actuated Parking Brake I AIR COMPRESSOR (Bendix Tu-Flo 55*0) 13.2 CFM STEERING COLUMN T! Iting STEERING WHEEL 2-Spoke, 181, Diann . Black STEERING GEAR {TRW (Ross) TAs-66) power Received T i mo. jan .12 - 10 :51AM 2 Proposal: 551 A Mar• 8. 2006 2 51 PM PETERSEN IND. INC. 863 676-6844 No•7546 P•' 14A 9 14. 4 V 0 0 11 J:i.A.M oviraIHIC I IV I tKNA I I VIIIAL I RUCK S No. 339,1 f FITi2:1.>fiiNfAL■ V isle SAeclt�caHdns 20+D1 (i;SSA 4x2 (fW A025) 2006 i M� EMUS .' YSTEM Single, HoTlz 'Mail, Stainless Steel Muffler, With Internal Catalytic Converter,:: Short Tail:Pipe ,Fira *Mounted Rid r 2004 Em €ssIon6 StAd 1rd'wkli Intemational 16 Engines SYSTEM 124041 lord Equipment j'y /�/�l 1�'� .' ��3tlM1�i11r I r } TRICAL 5A1= 'y�'•" T1J'Ail;w NAL SWITCH Self,:` iling, Headlight Dimmer (with Flash -To -Pass Feature) HQPN,. ELECTRIC Single f3A1,11�fC,� 1GHT Integra! wlttint Tura Signal and Rear Tail Light st , TAIL & l3fiJ,L Dui Rea - r, Comtiiri Reflector 4 ,' anon ��uith; €TCH Electn(- ,: ; "'- TURN 514�fVP,LS, FRONT incfudes'Retiectors and Auxiliary Side Turn Signals, Solid State Flashers; Flush Mounted DATA LINK CONNECTOR For Veh€Cle Programming and Dlagnostics In Cab WINDSHIELD WIPERS Single Motor, Electric, Cowl Mounted 'WINDSHIELD WIPER SWITCH 2 -Speed with Wash and Intermittent Feature, Integral with Turn Signal Switch ' WIRING, CHASSIS Color Coded and Continuously Numbered, . CIGAR LIGHTER HORN, E1ECTRIC (2) ALTERNATOR {Leeoe- Neville BLHP2172VAHI Brush Type: 12 Volt 110 Amp. Capacity, Pad Mounted ,OY BUILDER WIRING t aok of Standard Cab at Left frame or Under Extended or Crew Cab at Left Frame; includes Sealed Connectors for Tall/Amber Turn /Marker/ Backup /Arse 'ssory Power /Ground and Sealed Connector forStop/Turn BATTERY SYSTEM {International) Maintenance -Free (2) 12 -Volt 13000CA Total. RADIO: {Panasonic CQR -1.111 AMIFM,,, With Cassette Player, Includes Multiple Dual Cone Speakers Includes SPEAKERS IN CAB (4) Coaxial with Premium Interior SPEAKERS IN CAB (2) Dual- Conevvlh Deluxe Interior HORN, AIR {Grover} Black, Single Trumpet; Air Solenoid Operated, Mounted Behind Bumper. on Right Rail HEADLIGHTS Halogen; Composite Aero Design for Two Light System; Includes Daytime Running Lights STARTING MOTOR (Leece- Neville M100R) 12 -Volt; less Thermal Over -Crank Protection CIRCUIT BREAKERS Manual -Reset (Main Panel) SAE Type III With Trip Indicators, Replaces All Fuses Except For 5 -Amp Fuses GRILLE Chrome FRONT END Tilting, Fiberglass, With Three Piece Construction PAINT SCHEMATIC, PT-1 Single Color, Design 100 I n^ludes NT SCHEMATIC ID LETTERS "GA" FAINT TYPE Base Coat/Clear Coat, 1 72 Tone Received Time Jan.12. 10:51AM 3 Proposal: 551 v Mar° 8. 2006 2:52PM 'PETERSEN IND. INC. 863 676 -6844 No-7546 �wll° c• cv�1� I {..,JAM 0V1WIhIC INItAWMII VIVA L IKU S No. 33911 c tN' t m ;AL flr Vehicle. S' gsq22Ay a ! .434 4M,4x2 (mA025) I]escriptiwati - :� eta w - ..Item BL4X -�i `ER, ENGINE (RAi ' x:120 Voltt125G Watt +ya° R SO ,Mountedtielow. QrNers Door ¢ {1'j Yttt �i� y Nou w: D) ]ESEL (International OT4%50 State, 225 HP, 5601b -ft Torque @ 1400 RPM, 2600 RPM GGverned S A#2 Bell t I11,g'" i GA Al ''CLEANER RE tC71ON'Air Cleaner Mounted W' FUELJWATI F7 SEPARATOR and FUEL FILTER in a Single Assembly, Mounted on Engine COLD STARTING EQUIPMENT Intake Manifold Electric Grid Heater with Engine ECM Control WET TYPE CYLINDER SLEEVES CRUISE CONTROL Electrmrlic; Controls Integral to Steering Wheel ENGINE SHUTDOWN Electric, Key Operated GOVERNOR Road Speed, Electronic ENGINE OIL DRAIN PLUG Magnetic OIL FILTER, ENGINE Spin -On Type DAMPER, CRANKSHAFT Viscous FAN Optimized Position FAN DRIVIE,,JBorg -blamer SA853:VrScous Screw On Type Includes FAN Nylon RADIATOR Aluminum; 2 -Row, Cross How, Over,Under..System, .51;6,Sgin Louvered, With 27.. SgIn Charge Air Cooler,4',25" Care. With. In -Tank Transmission C[soler I nclude5 „ ANT I -FREF E Shell Rotella Extended Llfe Coolant -40F (40C) UEAERATION SYSTEM with Surge Tank RADIA'T'OR HOSES Premium, Rubber . FEDERAL EMISSIONS for 2004; for International VT365, D.T466 and IDT570 Engines., . AIR CLEANER Single Element THROTTLE, HAND CONTROL Engine Speed Control; Electronic, Stationary, Variable Speed; Mounted on Steering Wheel ENGINE CONTROL, REMOTE MOUNTED Provision for; Includes Wiring for Body Builder Installation of PTO Controls; With Ignition Switch Control for CEQ,I1 Electronic Engines FAN DRIVE SPECIAL EFFECTS Fan Cooling Ring with Fan Shroud Effects, Engine Mounted EXPANDED ENGINE TEMP EFFECTS to Allow Higher Engine Operating Temperature Range; Includes Nylon Surge Tahk and 15 Psi Pressure Cap OIL COOLER, AUTO TRANSMISSION Air to Oil Type: for Auto or Auto Shift Transmissions Received Ti'm`e'Jar,12. 10:51AM 4 Proposal: 551 Q Mar. S. 2006 2:52PM PETERSEN IND. INC. 863 676-6844 VQ111 fz. /VVV 11;),hm aVINOI/Alt JULKNA11UNAL INUM Vehicle SlReCliftati9ns 2007 4300 S13A 4x2 (MA025) 'ScdPtl �on 6W@L,_ i,31 0 RIDS P) 4th Generation Controls; Clq_so.,k!5-Speed, V vit j kovfs-jon, Les's Retarder, With 80,OW-lb :.Max n X jm Ps�h-6 ` 19 for Allison 30A! 4, Ve r. AIL-d D* Series (RDS), General Purpose M, clan . W ""i s End AAXLE; RC-A�, R;. SINGLE Oana S 0,60S) Single Reduction, 21.000-1b Capacity, Hy With 2 Includes 'REAR AXLE DRAIN PLUG (1 ) Magnetic SUSPENSION. RR, SPRING, SINGLr= VaN-Rate; 23,500-1b Capacity, with 4500 lb Auxiliary Rubber Spring FUEL/WATER SEPARATOR fFleetguard) With ThermostatiCFuel 'Terriperaiure -Controlled Electric Heater. Includes Standard Equipment Water-in-Fuel Sensor FUEL TANK Top Draw; D Style, Steel, 50 U S. Gal. 189 L Capacity, 16" Deep, With Quick Connect Outlet. Mounted Right Side, Under Cab _,,udes FUEL LINES Nylon Tubing With O-R Ing Snap-On 6ulck-Connect Fittings at Both Ends CAB.IC ,Oy.eptlonal, Steel I ncludes CLO� '90'E�MAFRKER LIG:F'� hmush Mounted A-A .ARM REST (2) Molded Plastic, Smoke Gray; One: Each Door FLOOR COVERING Rubber, Black COAT HOOK Located on Rear Wad Cent red Above.Rear Window GRAB HANDt E, CAB INTERIOR (1) "A"' Pillar Mounted, l6assenger Side GRAB HANDLE, CAB INTERIOR (2) "B" Pillar Mounted, One Each Side STEP (2) Two Steps Per [�Dor GLASS, ALL WINDOWS Tinted GAUGE CLUSTER English With English Electronic Speedometer Includes ODOMETER DISPLAY. Miles, Trip Miles, Engine Hours, Trip Hours, Fault Code Readout WARNING SYSTEM Low Fuel, Low Oil Pressure, High Engine Coolant Temp, and Lcw Battery Voltage (Visual and Audible) GAUGE CLUSTER ($) Engine Oil Pressure (Electronic), Water Temperature (Electronic), Fuel (Electronic), Tachometer (Electronic), Voltmeter SEAT, DRIVER (National 2000) Air Suspension, Mid Back With, Vinyl, Less Isolator, With 2 Position Front Cushion Adjustment, - 3 to -P14 Degree Seat Back Adjustment, Less Lumbar Jes -3cAT BELT 3-Point, Lap and Shoulder Belt Type A �Ni: � - No-7546 P, 161'19 No. 339:1 Po 619 Jartuary 12, 2006 TR I Ai ;ION, AUT( Hwy Oil Level OIL PA 3HIFT C Rece i yed Time.: Jafi 1'2- 11':61AM .1 : 5 Proposal: 551 2006 4vov AL' . 'p, ULFM EN 1% [AC. 81N 6,76-6844 Vehicle -SPecifications 2007 4300 SBA 4X2 �(MA025) gin? h .750 iR%q I z ,lathy 12, 20.06 Carr is r PASSEt\p Ma!?) With TWO:Ihtegral Headrest, vinyl, With Mix 4.1- Less Under fit One 3- 2�ftnt Up Belt (Center F {Lang Me rti' '-7 44"x 14.84", Brackets Breakaway Sides (2) Black, f* C ab Entry, M "00d and Right 'V f ANEL C net ANEL C AIR CONDITIONER {International Blend-Air} With Integral Heater & Defroster r n. Includes REFRIGERANT HydroflUorocarbon HFC--134A' HEATER HOSES Premium CAD INTERIOR TRIM Deluxe Includes : CONSOLE, OVERHEAD Molded Plastic with Dual Storage Pockets and Retainer Nets and CB:Radlo Pocket- Smoke Gray with -q ]Black Netting, Over Storage popkets, "A" PILLAR COVER Molded Plastic, Smoke Gray HEADLINER Printed Cloth INSTRUMENT PANEL TRIM Molded Plastic, Df�wbridge Gray With Black Center Section, Hidden Cup Holder an d Aso Tray (Pull- Out) DOME LIGHT, CAB Rectangular, D'cmr Activated, timed theater Dimming, Center M06nted, Integral to Console SLINXiSOR (2) Padded Vinyl VjthUbier Side. Toll Ticket Strap_ integral to Console.. STORAGE POCKET, =)R (1 Id6d Plastic, Smoke Gray, Pull 'Length; Urrver 606r CAB INTERIOR TRIM PANELS Molded Plastic, FUlf Height; All Exposed Interior Sheet Metal is Covered Except for the Following: with a Two-Man Passeriqerqeat the Back,Paqel is Only Partially Covered and with a Full Bench Seat the Back Panel is DOOR TRIM PANELS (2) Mold 'Pfastic: Driver and Passenger Doors WHEELS, FRONT DISC; 22 5" Painted Steel, 10 -Stud (285.75M M BC) Hub Piloted, Flanged: Nut, Metric Mount, tit RIMS; With Steel Hubs- includes WHE EL SEALS, FRONT Grease Lubricated, Includes Wheel Bearings PA I NT I DENT] TY, FRONT WHEELS Wh ite WHEELS, REAR DUAL DISC; 22 5" Painted Steel, 10-Stud (285-75MM BC) Hub Piloted, Flanged Nut, Metric Mdunt, 8 25 DC RIMS'. With Steel Hubs Lnc-;] udeS WHEEL SEALS, REAR Oil LUbricated, Includes Wheel Bearings PAINT IDENTITY, REAR WHEELS White (4) TIRE, REAR 11822,5 G1 64RTD M+S (GOODYEAR) 49.9 rev /mile, load range G, 1.4 ply (2) TIRE, FRONT 111R22 5 G149 RSA _AR) -501 rev/mile, load range G, 14 (GOODYEAR) ply Received Time Jan, 12. 1.0: 514 Proposal: 551 Mar. 8 2006o.2:63PMA-:,PETERSEN IND. 1M 861676-6844 - ;: — - - , — M v vis u 1 n I L I if I C r%IVM 1 1 Vj�M � I K M wriORMATIONAV 3 LRh-1916 ISMifications 2007 430D SSA —4x2(MAO25) ncription RAW MATERIALS SURCHAR(3F=---$1.000 00 Received Time Jan-12. 10:51AM No i 7.546 : P• 18119 33,94 P. ;01..9 4ifmW V; 2006 Proposal! 554 Mar. 8' 2006 2:53RM PETERSEN IND. INC. 863 676 -6844 No. 7546 P 1 49I1S F i . I yIvr O"ER MORMATION ]FORM �,ei'�6� #{ . � iFl��k�{�(n' .^"7 -. 's l ...• .t y� .. r Iro}.,.:� -'- � y�, s � ��. a N �a� ' Your Pii1'Chcia^G'A�+ c1 i17ix. . OU 800- 930 - 3' ha +e' y questions, ��i l4f� s¢ Irj`t Vic• t �- d i FIIC Make Transmission Model: Estimated ArriYal bate: "Important, Qur.02AUftebu ug schedtae is based on t)als infor=t#on. Inaccurate icnformatiozl may adversely affect_gt�oted: deiive� 4mes; Truck Dealer: Coxltact Name: Phone #: Tmck Color wad � vlor: P „ Color and Pamta.vde' a�i ' ; a axat.Code: !;oader Color and l' �....a eryIxformativt;�.:�_ Address: Customer Coxttact Nance: Address: f City: Stater ZIP Code: Phone: Prepared by: 3 (Signatrac.) bated: MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -041 Fund / Department San / Public Works Project Chipper field cleanup reserves Name: PROJECT STATUS Project rating I} Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 200,000 Project expected to begin: x Description of Item(s) or Project: Establish and fund reserves in an amount sufficient to perform evaluation, cleanup and restoration services at the Village's chipper field, recently found to potentially have high levels of elements requiring proper disposal. Description or ID of Original Asset to Chipper field clearing area. be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Representatives from Metro -Dade and DERM have made preliminary of need to authorize project request: findings that the Village's Chipper field may have higher than acceptable levels of certain chemicals. These items require special procedures to remove and restore the facilty to an acceptable level determined by the County. IF DENIED, possible alternatives which The Village may be in breach of DERM regulations and may be fined may be considered: considerable sums until an amicable solution is identified. Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Sanitation $ 100,000 $ 100,000 $ $ - $ - $ 200,000 Source (2) - - _ $ - Source (3) - $ - TOTAL $ 100,000 $ 100,000 $ - $ - $ - $ 200,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -042 Fund / Department San / Public Works Project Atinuator Purchase Name: PROJECT STATUS Project rating 0 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 50,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep x Description of Item(s) or Project: Purchase a new Atinuator. . This devise is used to reduce hazardous work conditions by establishing a buffer between vehicular traffic and employees working in the field. Description or ID of Original Asset to A portable piece of equipment which attaches to individual vehicles, be replaced (Fixed Asset ID): creating a system which dampers potential automoble accidents, disbursing energies which result from crashes. Justification, Rationale, or Explanation Creates a mechanism which provides safety to employees working of need to authorize project request: on busy thruways. IF DENIED, possible alternatives which Employees may be exposed to accidents and injuries. may be considered: Funding Request by Year it Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Sanitation $ 50,000 $ $ - $ - $ $ 50,000 Source (2) - - $ - Source (3) - - $ - TOTALI $ 50,000 1 $ - $ - $ - $ - $ 50,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Project No: 2007 -043 Fund / Department CITT / Public Works Project Renovate and rehabilitation various I Name: roads, rights of ways, curbs PROJECT STATUS I Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1- Program 5); Rating Submittal date Effective year. FY 2011 TOTAL CITT $ 299,698 $ 314,683 $ 330,417 Cost Estimate $ 1,656,021 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X - Description of Item(s) or Project: Continue to implement a village -wide rehabilitation, renovation and enhancement of various roads, sidewalks, curbs, rights of way and other transit related Description or ID of Original Asset to be Paving, curbing, related landscaping and other renovating projects replaced (Fixed Asset ID): relating to and improving transit abilities throughout the Village' using CITT funds. Justification, Rationale, or Explanation CITT regulations require that the Village utilize the funding from of need to authorize project request: the special tax on transit and transit - related projects. These projects are on -going and, excluding the 20% transportation set - aside, will be disbursed throughout the Village. IF DENIED, possible alternatives which may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CITT $ 299,698 $ 314,683 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 :Source (2) - $ - Source (3) - - $ TOTAL $ 299,698 1 $ 314,683 1 $ 330,417 1 $ 346,938 $ 364,285 1 $ 1,656,021 Form FIN_CAP1 Revised: Jan'06 Miami Shores Village Capital Project Costs (FY'07 thru FYI 1) Sorted by Funding Sources Project Description Dept FY'08 Fund Source TOTAL: ALL DEPARTMENTS $ 1,350,683 Replace tot lot equipment It periferals Resurface basketball courts Rec Rec 75,000 11,500 CAP CAP Resurface Basketball courts (Phase II) Laser -level sports fields Rec 11,500 CAP CAP Rec 17,000 RECREATION $ 115,000 Reserve for Radio Infras. Replacement POL 75,000 CAP POLICE $ 75,000 ADA Improvement project Design /Install NW 2nd Avenue Security Wall PW :Sts 15,000 CAP PW -Sts 50,000 CAP PW- Streets $ 71,000 Replace three (3) marked Police units Replace PW Director's car [V -0202] PW:FF 84,000 FIM PW:FF 25,000 FIM Replace P/U Truck [V -9552] PW:FF 28,000 FIM Replace John Deere Tractor PW :FF 25,000 FIM Replace Service Truck [V -9662] PW:FF 37,000 FIM Replace Police Van [V -9835] PW:FF 25,000 FIM Replace Police SUV [V -9839] PW:FF 25,000 FIM Replace P/U Truck [V -9765] PW:FF 27,000 FIM Replace P/U Truck [V -9764] PW:FF 28,000 FIM FLEET MAINTENANCE (F. 550) $ 304,000 Street resurfacing PW: Sts $ 100,000 LOGT Sidewalk replacement PW: Sts 100,000 LOGT Sign replacement Et materials PW: Sts 6,000 LOGT Parking bumper replacement PW: Sts 2,000 LOGT Tree Replacement Program PW :Sts 15,000 LOGT LOCAL OPTION GAS TAXES (F. 130) $ 238,000 Recycling bin replacement PW:San $ 3,000 SAN Replace Trash Grabber PW:San 50,000 SAN Reserves for Chipper field Cleanup PW:San 100,000 SAN Replace Trash Truck -9921 PW:San 80,000 SAN SANITATION FUND (F. 405) $ 233,000 Road, sidewalk, rights of way rehab project PW :CT $ 314,683 CITT CITT FUND (F. 135) $ 314,683 Source: Departmental Submissions Page #1 of 1 pages Printed on 5/10/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department 001/1401 Project Tot Lot Play Equipment, Surfacing and Name: Sunshades PROJECT STATUS Project rating rt Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year X 1 3/10/2006 FY 07 -08 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 150,000 Project expected to begin: X Description of Item(s) or Project: Create funding reservation, year one of two designed to create source to pay for the costs associated with replacing the Village's plaground unit, equipment, surfacing and sunsades. Full funding will accumulate over two fiscal years for construciton in FY 2009. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation The current playground equipment is nearing its life expectancy and of need to authorize project request: needs to be replaced. In conjunction the mulch surface should be replaced with an absorbent rubberized surface and shade covers installed over all play equipment. IF DENIED, possible alternatives which may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ 75,000 $ 75,000 $ $ $ $ 150,000 Source (2) - - $ - Source (3) - - _ $ _ TOTALI $ 75,000 1 $ 75,000 1 $ - $ - $ - $ 150,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department 001/1401 Project Resurface Basketball Courts Name: PROJECT STATUS Project rating 8t Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year L —777706— 2008 Cost Estimate $ 11,500 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Fill cracks, patch damage area and resurface basketball courts. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Maintain a safe and attractive sports facility. IF DENIED, possible alternatives which may be considered: Funding Request by Year Ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ - $ 11,500 $ - $ - $ - $ 11,500 Source (2) - - - - $ - 'Source (3) - - - - $ - TOTAL $ - $ 11,500 $ - $ - $ - $ 11,500 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department 001/1401 Project Resurface Basketball Courts (Phase II) Name: PROJECT STATUS Project rating It Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 11,500 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Fill cracks, patch damage area and resurface basketball courts. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Maintain a safe and attractive sports facility. IF DENIED, possible alternatives which may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'Source (1) $ $ 11,500 $ $ - $ - $ 11,500 Source (2) - - - $ - Source (3) - - $ - TOTAL $ - 1 $ 11,500 1 $ - $ - $ - $ 11,500 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department 001/1402 Project Laser Level Sport fields Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 17,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item's) or Project: Laser level sport fields to cut high spots, fill dips and low spots and improve the drainage. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: The sports fields have high and low areas from settling. Laser Leveling the sports fields will improve the drainage and provide a safer surface. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ $ 17,000 $ - $ - $ - $ 17,000 Source (2) - Source (3) - - $ - TOTAL $ - 1 $ 17,000 1 $ - I $ - $ Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Police Project Radio Infrastructure Replacement Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 275,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: This project will provided funding to replace our current police radio system. Description or ID of Original Asset to Replace all portable, trunk mounted and handheld radio equipment be replaced (Fixed Asset ID): and infrastructure. Justification, Rationale, or Explanation of need to authorize project request: Current radio system is approximately 15 years old and the equipment manufacturer has notified the users that the equipment has reached its "end -of- life" phase. Parts availability will be based on what is already in inventory. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) CAP $ 75,000 $ 75,000 $ 75,000 $ - $ $ 225,000 Source (2) - - _ $ - Source (3) - - - - $ - TOTAL $ 75,000 $ 75,000 $ 75,000 $ - $ - $ 225,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CAP /Pyblic Works Project ADA Improvements Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement. New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 15,000 Project expected to begin: Q1: Oct -De t Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Continue with ADA improvements to Village Facilities Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Funds must be available to enable to Village to comply with of need to authorize project request: Federally mandated ADA requierements IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CAP $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 Source (2) - _ $ _ Source (1) - $ _ TOTAL $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CAP /Public Works Project Security Wall on NW 2nd Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year {Cost Estimate $ 100,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Security wall on NW 2nd Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Experience has shown that a neighborhood on the western fringe of of need to authorize project request: the Village will benefit in a reduction in crime, from a security wall being erected to limit the amount of foot and vehicular traffic into the neighborhood from the western direction. Yearly appropriation of funds will ensure that in a couple of years enough funds will be saved to erect the wall. IF DENIED, possible alternatives which If no wall is erected, continued restriction of traffic through chain may be considered: link fencing will be necessary. Funding Request by Year rt Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CAP $ 100,000 $ - $ - $ - $ $ 100,000 Source (2) - - - $ - Source (3) - - $ -1 I TOTAL $ 100,000 1 $ - I $ - $ - $ - $ 1001000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CAP /Public Works Project Sealcoat Et Restripe Public Works Yard Name: PROJECT STATUS Project rating I} Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 6,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep x Description of Item(s) or Project: Sealcoat and restripe parking areas at Public Works yard Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): .Justification, Rationale, or Explanation Public Works yard has not been resurfaced since the 1980's. The of need to authorize project request: surface needs to be sealcoated to preserve the existing asphalt. Restriping will provide an oranized layout for vehicle parking. IF DENIED, possible alternatives which Continue with deteriorating surface. may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Sanitation $ $ 6,000 $ - $ - $ - $ 6,000 Source (2) - - . $ - Source (3) - - - $ - TOTAL $ - $ 6,000 $ - $ - $ - 1 $ 6,000 Form FIN_CAP1 Revised: Jan'06 03/07/2006 13:26 3056333890 NES TRAFFIC SAFETY PAGE 01 NES Traffic Safety 3100 N.W. 7th Ave me Miami, Florida 33127 Miami ................... (305) 633 -3883 Fort ,l.auderdalo..... (954) 784 -7740 Weqt Palm Beach.. (5 61) 744 -0199 Fort Myers ............ (941) 437 -1333 Miami Fax ............ (305) 633 -5850 Miami - Tollfree... (800) 842 -6813 Sealcoating Quotation CUSTOMSR: Miami Shares Village DATE: 03.06.06 UNrr PRICE LocAT1om 10050 NL 2nd Ave coNTAc; Juan Paulina CITY, RTATE, zrP: Miami Shores, FL 33138 PROJECT; Sealcoating PHONE: 305- 795 -2210 COUNTY; Miami -Dade FAX: 305 - 696 -.6402 QUOTED BY: Pamela Mar W-n Customer Approval Signature: ^� UANIITY ITEM DESCRIPTION UNIT UNrr PRICE Ex,3mmD = inucE 5,000 Sealcoating SQ Yds 41500.00 SPEC CAL QUOTATIOIP [Conanesst vrtrutruetta>i) The quotation, good for 30 days. is based on he plans you provided and how we interpreted those plans. To order please sign quotation and return by fax. SUS TOTAL- 4,500.00 SALES TAR LESS! Dw(wrr TaTAL 4,5500.00 r.r.— .•y,n.v,r-..n at ... n..v v.i..+,• -. n. .v ..w .. v .. y. +.,w..v,.. • I i aa� a.aau I. yv..r va c+v. IA I�w41YW 'ItA.wU a�V c.+lr N. i'Pr�Yfw rsrPPlPCa 9f1Pi! mcvra iIIll1.FCG ohnrgo of 1.5% per mrmth. Morohendho mtumed due to no roult of oun will bo eableot to a 20% ranlooking ohntga R2wfwn%%gT"Rahn MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Replacement of 3 police cars Name: PROJECT STATUS Project rating Ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year X 2007 -2011 Q1: Oct -Dec Cost Estimate $ 84,000 1 Project expected to begin: x Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace 3 police Vehicles @ 28,000 per vehicle Description or ID of Original Asset to 2001 models. be replaced (Fixed Asset ID): Justification, Rationale, or Explanation These police vehicles, 2001 models, have met their life expectancy of need to authorize project request: and need to be replaced. IF DENIED, possible alternatives which To continue using old vehicles will lead to high maintenance costs may be considered: and have reliability issues. Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ 79,800 $ 84,000 $ 88,200 $ 92,610 $ 97,241 $ 441,851 Source (2) - - - - - $ - Source (3) - - 1 $ TOTAL $ 79,800 $ 84,000 $ 88,200 $ 92,610 $ 97,241 $ 441,85 d Form FIN_Cap1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet/ Public Works Project Replace P.W. Director's car Name: PROJECT STATUS Project rating F1 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 25,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Replacement of P.W. Director's vehicle Description or ID of Original Asset to V -0202 (2002) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle has been used by the Public Works Director and has of need to authorize project request: over 100k miles. It needs to be replaced to ensure reliable transportation for the Director, as he is on call in the event of an emergency in the Village. Vehicle will be used by other personnel. IF DENIED, possible alternatives which Continue to use the old vehicle with increased risk of breakdown may be considered: and high maintenance costs. Funding Request by Year Ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ 25,000 $ $ $ $ 25,000 Source (2) - - $ - Source (3) 1 - - I $ - TOTAL $ - $ 25,000 $ $ - $ - $ 25,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Replace Pickup Truck V -9663 Name: PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 28,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Replace pickup V9663 Description or ID of Original Asset to V -9663 (1996) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle has met its life expectancy and needs to be replaced. of need to authorize project request: Price includes lights, radio and striping. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ 28,000 $ $ - $ $ 28,000 Source (2) - - _ _ $ _ Source (3) - - _ _ $ _ TOTAL $ - $ 28,000 $ - $ - $ - $ 28,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Replace John Deere Tractor Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Submittal Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $ 25,000 Project expected to begin; Q4: Jul -Sep Description of Items) or Project: Replace John Deere tractor used by the Recreation Maintenance Department. Description or ID of Original Asset to V -178 (1994) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This piece of equipment is vital for the maintenance of our of need to authorize project request: recreation field. V -178 is a 1994 model and has exceeded its life expectancy and needs to be replaced IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ 25,000 $ $ - $ $ 25,000 Source (2) - $ - Source (3) $ TOTAL $ - 1 $ 25,000 1 $ - I $ - $ - $ 25,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Replace Service Truck V -9662 Name: PROJECT STATUS Project rating it Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year u Cost Estimate $ 37,000 Project expected to begin; Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replacement of service truck V -9662 Description or ID of Original Asset to V -9662 (1996) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Replacement of 1996 service truck is due. Replacement will be a of need to authorize project request: four wheel drive, extended cab and diesel which can be used as a high water vehicle for hurricane evacuation and hurricane clean up. IF DENIED, possible alternatives which Continue use 1996 vehicle with increased maintenance costs and may be considered: reliability issues. Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ 37,000 $ $ - $ $ 37,000 Source (2) - $ - Source (3) $ TOTAL $ - $ 37,000 $ - $ - $ Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 -2011 Fund / Department Fleet /Public Works Project Replace Police Van V -9835 Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 25,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace Police van V -9835 Description or ID of Original Asset to V -9835 be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Vehicle will be transferred to another department for continued of need to authorize project request: use. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ 25,000 $ $ $ $ 25,000 Source (2) - $ Source (3) $ - TOTAL [$ - $ 25,000 $ $ - $ - $ 25,000 Form FIN_Cap1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Budget Worksheet FY 2007 - 2011 Fund / Department Fleet/ Public Works Project Replace Police SUV V -9839 Name: PROJECT STATUS Project rating Ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec I Q2: Jan -Mar Cost Estimate $ 25,000 1, Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace police SUV V -9839 Description or ID of Original Asset to V -9839 (1998) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle has met its life expectancy and needs to be replaced of need to authorize project request: IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year If Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ 25,000 $ $ $ $ 25,000 Source (2) - $ - Source (3) - - $ - TOTAL $ - $ 25,000 $ - $ - $ - $ 25,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 -2011 Fund / Department Fleet /Public Works Project Replace Pickup Truck V -9765 Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year u Cost Estimate $ 27,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar I Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace pickup V -9765 Description or ID of Original Asset to V -9765 (1997) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle has met its life expectancy and needs to be replaced of need to authorize project request: IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ 27,000 $ $ - $ $ 27,000 Source (2) $ - Source (3) $ - TOTAL $ - $ 27,000 $ - $ - $ - $ 27,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Replacement of Pickup V9764 Name: PROJECT STATUS Project rating 8 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5);; Program Rating Submittal date Effective year Cost Estimate $ 28,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replacement of pickup V9764 Description or ID of Original Asset to V9764(1997) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle will have met its life expectancy and will need to be of need to authorize project request: replaced IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ $ 28,000 $ $ $ $ 28,000 Source (2) - $ - Source (3) $ - TOTAL $ - I $ 28,000 1 $ $ $ - $ 28,000 Form FIN_Cap1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Logt /Public Works Project Paving for streets and Alleys Name: PROJECT STATUS Project rating Ek Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1.5); Rating Submittal date Effective year Q1: Oct -Dec Cost Estimate $ 100,000 Project expected to begin: Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Resurface streets and alleys throughout the Village Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Due to wear and tear, streets and alleys in the Village are in need of of need to authorize project request: rehabilitation. This project enhances the overall appearance of the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL !Logt $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 'Source (2) - - - - - $ - .Source (3) _ _ _ $ - TOTAL $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Form HN_CAP1 Revised: Jan'06 ER [DATE weeKMY aspnait paring, inc. 20701 STIRLING RD., PEMBROKE PINES, FL. 33332 - -. _ -BROWARD(954)96"4- 686, 84C]5:__� -- ._ 2/l/2006 MIAMI SHORES VILLAGE 10050 NE 2ND AVE MIAMI SHORES VILLAGE, FL 33138 WORK PERFORMED: 2/06/06 U/M SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY 48,993.00 SY 28.00 INVOICE 45520 UE UPON RECEIPT LOCATION: MIAMI SHORES VILLAGE DESCRIPTION ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY STREETS STREETS STREETS STREETS STREETS STREETS ..!;mI L: I U: 20701 STIRS ING RD. PEMBROKE -PINE~ FL: ;33332 4 . EEKLEY ASPHALT JOB NO. INVOICE NUMBER 06019 06019 -01 INVOICE DI 3/1 /201Du UNIT PRICE BETWEEN NE 94ST & 95ST FROM NE 4TH AVE & NE 5TH AVE BETWEEN NE 95ST & NE 4TH AVE BETWEEN NE 3 AVE & NE 96ST BETWEEN NE 97ST & 98ST FROM NE 3 AVE & NE 4TH AVE BETWEEN NE 102ST & 103ST FROM NE 5TH AVE TO NE 6TH AVE BETWEEN NE 101ST & 102ST FROM NE 2ND AVE TO NE 4TH AVE 1" AVG S -3 ASPHALT WATER VALUES ADJUST $3.88 $25.00 TOTAL $190,092.84 $7 ) TOTALI $190,792.84 QUANTITY 1 543.00 2 765.00 4 655.00 5 2,333.00 6 1,165.00 7 1,723.00 8 1,168.00 9 695.00 10 1,167.00 12 1,167.00 13 1,458.00 15 1,174.00 16 597.00 17 1,472.00 18 1,465.00 19 2,932.50 20 2,932.50 21 1,167.00 22 583.00 23 1,167.00 24 1,167.00 25 1,167.00 34 1,458.00 35 1,167.00 26 2,449.00 28 2,567.00 30 855.00 31 4,998.00 32 957.00 33 1,867.00 ALLEYS ADDED ON 717.00 355.00 537.00 541.00 695.00 1,167.00 U/M SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY SY 48,993.00 SY 28.00 INVOICE 45520 UE UPON RECEIPT LOCATION: MIAMI SHORES VILLAGE DESCRIPTION ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY ALLEY STREETS STREETS STREETS STREETS STREETS STREETS ..!;mI L: I U: 20701 STIRS ING RD. PEMBROKE -PINE~ FL: ;33332 4 . EEKLEY ASPHALT JOB NO. INVOICE NUMBER 06019 06019 -01 INVOICE DI 3/1 /201Du UNIT PRICE BETWEEN NE 94ST & 95ST FROM NE 4TH AVE & NE 5TH AVE BETWEEN NE 95ST & NE 4TH AVE BETWEEN NE 3 AVE & NE 96ST BETWEEN NE 97ST & 98ST FROM NE 3 AVE & NE 4TH AVE BETWEEN NE 102ST & 103ST FROM NE 5TH AVE TO NE 6TH AVE BETWEEN NE 101ST & 102ST FROM NE 2ND AVE TO NE 4TH AVE 1" AVG S -3 ASPHALT WATER VALUES ADJUST $3.88 $25.00 TOTAL $190,092.84 $7 ) TOTALI $190,792.84 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 100,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace broken and damage sidewalks throughout the village Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Miami Shores Village has an extensive amount of broken and of need to authorize project request: damaged sidewalks. Repairing damaged sidewalks reduces the potential for trip and fall situations. It is an ongoing project to enhance the appearance of the Village. IF DENIED, possible alternatives which Do not repair/ Replace Sidewalks may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 'Source (2) - - - - $ ' 'Source (3) - ' $ - TOTAL $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000. Form FIN_CAP1 Revised: Jan'06 4 0 n ? "� s�°"rw V # MEF782 PURCHASE ORDER NO. 15767 ' MIAMI SHORES VILLAGE This number must appear on all invoices, 10050 N.E. Second Avenue shipping labels, correspondence, etc. si Miami Shores Florida , 33138 DATE: 7 Tax I.D. #23- 10- 330630 -SYC TO MEF Construction, Inc. 782 N.W. LeJeune Road, Suite 640 Miami, FL 33126 (305) 461 -0603; Fax 461 -0660 PERSON TO CONTACT REGARDING. THIS ORDER: Scott Davis TELEPHONE: NO.: (305) 305 795 -221 0 SHIP TO : MAIL INVOICE TO- Miami Shores Village 10050 NE 2nd Avenue Miami Shores, FL 33138 AUTHORIZED SIGNATURE: ITEM NO. QUAN. UNIT DESCRIPTION Open purchase order for the UNIT COST repair /replacement of side- walks, curb & gutter Village- wide, per Village Council approval on 7/5/05. OpI STATE OR COUNTY CONTRACT NO. DELIVERY INSTRUCTIONSc _- IMPORTANT: All persons, firms, or corporations doing business with Miami Shores Village are hereby notified that all purchases in excess of $300.00 must be covered by this formal purchase order, and the Village disclaims responsibility for payment of any charges for pur- chases which are not so covered. No official, department head or employee is empowered to vary the foregoing. Purchase orders must be issued prior to delivery of goods or services. See reverse side for general conditions pertaining to this order. FIXED ASSET # PROJECT p APPROVAL OF PURCHASING PROCEDURE: DATE Purchasing officer CERTIFIED AS TO AVAILABLE FUNDS AND BUDGET ACCOUNT Finance Director APPROVED: 03/08/2006 10:23 MIAMI SHORES VILLAGF 4 PUBLIC WORKS Miami Shores Village 10050 NE 2ND AVENUE MIAMI SHORES, FL 33138 2382 Phone 305 795 -2209 Fax 305 756 -8972 NO. 114 P001 P U R C H A S E O R D E R P.O. Number 0000011717 Page 1 order partially received Order Date 07/28/2005 Ordered By ald Terms Net due 5 days FOB Ship Via Vendor: RE4063 Ship To: RELIABLE CONCRETE, CORP. 1101 S.W. 18 COURT Fort Lauderdale FL 33315 Phone 786 326 -4041 Pax 305 229 -0446 Item No. Qty Received Line Item Description jUnit Price I Units ( Qty Ordered jQty Open 0001 1.0000 40000.000 OPEN PURCHASE ORDER FOR THE REPAIR /REPLACEMENT OF SIDE WALKS .000 CUi2B & GUTTER VILLAGE WIDE,PER VILLAGE COUNCIL APPROVAL ON 7 301 - 1202- 541 - 62736 CAP: Infrastructure - Sidewalks 0002 1.0000 ORDER CHANGE INV 1 -27-2006 301 -1202- 541 -62736 CAP: Infrastructure- Sidewalks 0003 1.0000 ORDER CHANGE MARCH 8 -2006 301 - 1202 -541 -62736 CAP: Infrastructure - Sidewalks order Notes: P.O. 15689 -11717 14575.000 85425.000 85425.000 �ja.7o6. z s� Order Total 140000.00 Authorized Signature Authorized Signature Authorized Signature Feb-23 06 11:18P CAMILO J. MEJIR 954 -028 -1bG2 RELIABLE CONCRET C RIB 1101 Sw 18 Court Ft Lauderdale FI 33315 Phone 786- 326 -4041 Fax 954828 -1362 P NVOI312CE 2/2006 ATTENTION: Mr. Albert Quijano Public Works Divison Miami Shores Village 10050 NE 2nd Avenue - Miami Shores FI 33138 Fax 305 - 696-6402 P. FLAGS LOCATION #FLAGS S.F. UNIT PRICE TOTAL $ 500 Grand Concourse 14 350 4.75 $ 1,662.50 501 Grand Concourse ! 11 275 4.75 $ 1,306.25 515 Grand Concourse 15 375• 4.75 $ 1,781.25 526 Grand Concourse 2 50 4.75 $ 237.50 530 Grand Concourse 3 75 4.75 $ 356.25 540 Grand Concourse 4 100 4.75 $ 475.00 548 Grand Concourse 16 400 4.75 $ 1,900.00 1 565 Grand Concourse 6 150 4.75 $ 712.50 567 Grand Concourse 10 250 4.75 $ 1.187.50 575 Grand Concourse 8 200 4.75 $ 950,00 GRAND TOTAL 89 2225 4.75 $ 10,568.75 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 6,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Maintain inventory of sign materials Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation By maintaining an inventory of sign material, it allows us to respond of need to authorize project request: quickly to damaged /missing /worn traffic signs. IF DENIED, possible alternatives which Wait for another agency to replace mey be considered: Furiding Request by Year £t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 'Source (2) - $ - Source (3) - - - $ TOTALI $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 30,000 Form FIN_CAP1 Revised: Jan06 iami Shores Village 0050 NE 2ND AVENUE' IAMI SHORES, FL. 33138 2382 hone 305' -795 -2 09 2 ax 305 .756 =8972 Vendor: MU1765 MUNICIPAL SIGN AND SUPPLY 1095 5TH AVENUE NORTH P.O. BOX 1765 NAPLES, FL 34106 1765 Phone 800 329 -5366 Fax - P,U':RCHASE ORDER P.O. Nurser 0000008409 Page 1 Order Date Ordered By Terms FOB Ship Via Ship To. 11/23/2004 mod Net due 30 days Item No. ine Item Description jUnit Price Qty Received Units Qty Ordered jQty Open 001 1.0000 50.00 000 MISCELLANEOUS SIGN SUPPLIES 5000.000 301- 1202 -541 -64000 Capital: Machinery /Equipment (PW- Streets), rder Notes: apital Proeject #015 FY05 Order Total ------- ----------- - - - - -� ----- --- ---------------=--------------------- 5000_00- Authorized gnature Au �orize Signature Authorized Signature MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Parking Bumpers Name: PROJECT STATUS Project rating 8 Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year Q1: Oct -Dec Cost Estimate $ 2,000 LProject expected to begin: 02: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X MMM Description of Item(s) or Project: Maintain inventory of concrete parking bumpers Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Inventory is needed to replace concrete bumpers in parking areas of need to authori2e project request: throughout the Village. This maintains the appearance of Village parking areas and reduces dangerous situations with damaged bumpers. IF DENIED, possible alternatives which Do not replace damaged parking bumpers. may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 2,600 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Source (2) - - - - $ _ Source (3) TOTALI $ 2,000 1 $ 2,000 1 $ 2,060 1 $ 2,000 $ 2,000 $ ` 1020C.0. F&m FIN_CAa1 Revised: Jan'06 $2,000 will provide us with 143 parking bumpers at $13.99 each From: CyriNa Thompson To: Juan Dal e: 5197M This! 1:60 ;14 PM Paps 1 of 1- � Inv. - -- 374o N.W. 35th ,curt Lauderdale, FL 39909 Tot (994)'484- 8402'- .. Fax; (9514) 733 -4788 MESSAGE: Dear Juan, Per your request - quote on following: 72 Car Stops Cap $13.99 /unit = $1,007.28 Should you have any questions, Please contact me. Thank -you for your time & considerations, C. Thompson President ,- 03/07/2006 09:34 9547334798 k STARSE�A^LOFFLORIDA PAGE 01 Star -Seal of Florida, Inc. 2740 N.W. 55th. Court Ft. Lauderdale, ]FL 33309 Bill To City Of Miami Shores Village )peg Pautirm 10050 N.E. Second Ave. Miami Shores, FL 33138 Ship To Invoice DO Invoice # 03107,005 QUOTE Quantity Item Coda - Descriptign Price Each Amount 144 CaCStop Carstop With Pigs Y3.99 2,014.56 Total �z,ol4.s6 P.O_ Number Doe Date Rep Project 03107/2006 SM Quantity Item Coda - Descriptign Price Each Amount 144 CaCStop Carstop With Pigs Y3.99 2,014.56 Total �z,ol4.s6 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Tree Replacement Name: PROJECT STATUS Project rating FR Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 15,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Ongoing project to replace diseased and non native trees Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Diseased and non- native trees need to be replaced in order to of need to authorize project request: maintain the appearance of Village swales and streets. A lush canopy of green is an enhancement to property values in the Village IF DENIED, possible alternatives which Do not replace trees may be considered: Funding Request by Year 6 Source Funding Source FY 2007 i FY 2008 FY 2009 FY 2010 FY 2011 TOTAL I:OGT $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 Source (2) $ 'Source (3) - - $ TOTALI $ 15,000 $ 15,000 $ 15,000 $ 1.5,000 $ 15,000 $ 75,000 Form FIN_CAP1 Revised: Jan'06 MARIAN GARDENS TREE FARM" 619 W. State Road 50 • Groveland, Florida 34736 Phone: 357429 -4151 • Pa= 352.429 -9085 March 1, 2006 CDNMNR In% _= uNE PXF Producers of Container Grown Trees Availability & Delivered Pricing - South Florida Call Cindy Muzia at 800- 608 -3276, ext 201 for more information Southwest Florida Area Representative - Mark Hillary 352- 267 -3278 TREE TYPE SIZE HEIGHT SPREAD CALIPER DELIVERED PRICE Live Oak FL #1 30 Gal Available Spring 45 Gal 12 - 14' 5 - 6' 2.5 - 2.75" $157.00 65 Gal 12 - 14' 6 - 7' 3.0 - 3.5" $213.00 100 Gal 14 - 15' 8 - 10' 4 - 4.5" $364.00 200 Gal 16 - 17' 10 - 12' 5-- 5.5" $850.00 Live Oak FL #2 30 Gal 10 - 12' 3 - 5' 2-311 $68.00 45 Gal 12 - 14' 5 - 6' 2.75 - 3.5" $135.00 East Palatka Holly 30 Gal Available S rin 45 Gal 9- 10' 5' FTP 2.5" $162.00 65 Gal 10 - 12' 5 - 6' STD 3" $200.00 East Palatka FL #2 30 Gal 9-10' 3 - 4' FTP 2 - 2.5" $68.00 Nellie R. Stevens 30 Gal 5 - 6' 4 - 5' Multi-Trunk $86.00 Holly 65 Gal 7 - 9' 5 - 7' Multi-Trunk $226.00 Crape Myrtles Tuscarora (watermelon) 30 Gal 8- 10' 5 - 6' Multi-Cane $82.00 Natchez white 30 Gal 8 - 9.5' 5 - 6' Multi-Cane $82.00 Muskogee (lavender) 30 Gal 8 - 10' 5 - 6' Multi-Cane $82.00 Little Gem Magnolia 30 Gal 5 -6' 4' 1.75 - 2" $88.00 DD Blanchard Magnolia 30 Gal 7 - 8' 4' 1.75" $88.00 65 Gal 9- 10' 4 - 5' 2.75 - 3" $240.00 Main Street Ma gpotia 65 Gal 10 - 12' 5 - 6' 3 3.5" $240.00 100 Gal 12 - 13' 6 - 7' 4" $364.00 Loblolly Pines 30 Gal 8 - 9' 4' 2 - 2.5" $78.00 Bald Cypress 30 Gal 7 - 8' 3-4' 2 - 2.25" $83.00 • There is a $1500 minimuln on delivered orders. • There is currently a 1.71% fuel surcharge for delivered orders. Prices and availability are subject to change without notice. MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 (Fund / Department LOGT /Public Works Project Sealcoat Downtown Name: I PROJECT STATUS I Project rating 8: Affect Year(s) Existing Program I Deferred Deleted Priority (1 -5); Submittal Program I Improvement I New Program I Program I Program 11 Rating I date I Effective Q1: Oct -Dec I Q2: Jan -Mar Q3: Apr -Jun I Q4: Jul -Sep Cost Estimate $ 15,000 1 Project expected to begin: X Description of Item(s) or Project: Sealcoat Downtown parking areas Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation In order to preclude deterioration of asphalt in the downtown of need to authorize project request: parking areas, those parking lots must be sealed periodically. This also enhances the appearance of those areas. IIF DENIED, possible alternatives which Allow further deterioration until resurfacing is needed may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 15,000 $ - $ - $ - $ - $ 15,000 'Source (2) - - - - - $ - 'Source (3) - - $ - TOTAL $ 15,000 $ - $ - $ - $ - 1 $ 15,000 Form FIN_CAP1 Revised: Jan'06 VVV iJ.LJ JVJVJJJ1.77N 11F—O 1MPir -r1l, JHrCAT rHQG vi NES Traffic Safety 3100 NX 7th Avenue M3omi, Florida -33127 Mlami__ ................ (305) 633 -3883 Fort Lauderdale.... (954) 784-7740 wod Palm Beaoh.. (561) 744.0199 Fort MyM ............. (941) 437 -1333 Miawl rim............ (305) 633 -5850 Miami. Tollt%e... (800) 842 -6813 S ealcoat n Quotation CvsTOIVM Miami Shores Village LOCAT>:oN: 10050 NE 2nd Ave CITY, sTATE, zm: Miamd Shores, FL 33138 PHow 305- 795 -2210 FAx: 305 - 6966402 Customer Approval Signature: DATE: 03.06.06 CONTACT; Juan Paulin@ MOJECT; co=-, Miami -Dade QUOTED BY: Pamela MarMin LUADMTY. ITEM DESCRIPTION vNrr vNrr PRICE rxTSrr>�I:p Ur1) P1t10E 5,000 Sealcoafing SQ Yds 4,500.00 9PVCTAL QUOTA-MIN (Coum,,mt orlrtatruetion) The quotation, good for 30 days, is based on he plans you provided and how we interpreted those plans. To order please sign quotation and return by fax. sQB TOTAL. 41500.00 s,>sl:s TAX LM! DVOSrr zozat. 4,500.00 Add nppmprirto Stet; Solon Tnx to tiro rtbora quota Hon. a'•r Ice em firm if your order ie tto+air d within 30 days. °nrtdco inmcm 9110 It Tnm n itwDec ohatga of 1.5156 ptr mrmth. Monhandino rotumod duo w na roull of oura will bt sabjtet to a ZO %iutooking oharga. N.lmcltalvns�glaa0pn,%ta arc • + MIAMI SHORES VILLAGE 10050 N.E. Second Avenue Ali Shores, Florida 33138 Tax I.D. #23 -10 -330630 -SYC ALL-DADE DRIVEWAY MAINTEZWCE CO. 1100 Nw 73rd Street _ P.O. Box 430350 South Miami, Florida 33243 -0350 Tel: 305 - 836 -8678 =RSON TO CONTACT REGARDING: its ORDER: John Rumble :LEPHONE: NO.: (305) 795 -2210 TEM 40. DESCRIPTION and Sealcoating of of areas as per written F 000830, 000831 and OOC Patching side street parking a 100 St to 97 St, 424 sq. ft. Patching off street parking ar (6), 2121 sq. ft. - moderate d -• severe dam Sealcoat six parking lots - Village Hail & Old Polioe De Behind Past Office 97 -98 St East side (north po 97 -98 St West side (north. po 97 -98 St West side (south po 96-97 St West side south por Wasiiirigton Mztual) SealoDaL side street parking, 97 St, both sides except for 1 vast only. ATE OR COUNTY CONTRACT N0. LIVERY INSTRUCTIONS: — IMPORTANT. All persons, firms, or corporations doing business with Miami Shores Village are hereby notified that all purchases in excess of $300.00 must be covered by this formal purchase order, and the Village disclaims responsibility for payment of any charges for pur- =hases which are not so covered. No official, department head or employee is empowered to vary the foregoing. Purchase orders must :)e issued prior to delivery of goods or services. See reverse side for general conditions pertaining to this order. PURCHASE ORDER NO. 14 C 41 This number must appear on all invoices, shipping labels, correspondence, etc. DATE:_ April-11, 2000 SHIP TO : MAIL INVOICE TO: Miami Shores Village 10050 NE 2 Avenue Miami Shores, FL 33138 AUTHORIZED SIGNATURE: FIXED ASSET ■ PROJECT IF APPROVAL OF PURCHASING PROCEDURE: i DATE 4chsing officer CERTIFIED AS TO AVAILABLE FUNDS AND BUDGET ACCOUNT Finance Director APPROVED: Village Manager G =LAaT _=_ ,T C 0 P Y no UNIT COST TOTAL ACCOUNT BUDGET CODE AMOUNT fitreat rcposals 832, as yeas $ 933.00 eas amge 1630.00 age 2340.00 4711.00 :it LC ts rt Ct i tion (rot L00 SL to 3472.00 )0 St. $13086.00 130 - 1202 - 541.34130 FIXED ASSET ■ PROJECT IF APPROVAL OF PURCHASING PROCEDURE: i DATE 4chsing officer CERTIFIED AS TO AVAILABLE FUNDS AND BUDGET ACCOUNT Finance Director APPROVED: Village Manager G =LAaT _=_ ,T C 0 P Y no MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department San /Public Works Project Replace V -9921 Trash Truck Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 80,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace Trash Truck V -9921 Description or ID of Original Asset to V -9921 (1999) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle is used 5 days a week, 52 weeks a year and is essential of need to authorize project request: to our trash operation. It has met its life expectancy and needs to be replaced. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'San $ $ 80,000 $ $ $ $ 80,000 Source (2) - - $ - 'Source (3) - - _ $ TOTAL $ - $ 80,000 $ - $ - $ - $ 80,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 I Fund / Department CITT / Public Works Project Renovate and rehabilitation various Name: roads, rights of ways, curbs I PROJECT STATUS I Project rating ft Affect Year(s) I Existing Program Program Improvement New Program Deferred Program Deleted Priority (1- Program 5); Rating Submittal date Effective year TOTAL CITT $ 299,698 $ 314,683 $ 330,417 $ 346,938 Cost Estimate $ 1,656,021 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Continue to implement a village -wide rehabilitation, renovation and enhancement of various roads, sidewalks, curbs, rights of way and other transit related Description or ID of Original Asset to be Paving, curbing, related landscaping and other renovating projects replaced (Fixed Asset ID): relating to and improving transit abilities throughout the Village using CITT funds. Justification, Rationale, or Explanation CITT regulations require that the Village utilize the funding from of need to authorize project request: the special tax on transit and transit - related projects. These projects are on -going and, excluding the 20% transportation set - aside, will be disbursed throughout the Village. IIF DENIED, possible alternatives which I may be considered: Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CITT $ 299,698 $ 314,683 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 Source (2) $ Source (3) - - $ - TOTAL $ 299,698 1 $ 314,683 1 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 Form FIN CAP1 Revised: Jan'06 Miami Shores Village Capital Project Costs (FY'07 thru FYI 1) Sorted by Funding Sources Project Description Dept FY'09 Fund Source TOTAL: ALL DEPARTMENTS $ 1,421,117 Reserve for Radio Infras. Replacement POL 75,000 CAP POLICE $ 75,000 ADA Improvement project PW:Sts 15,000 CAP Design /Install NW 2nd Avenue Security Wall PW -Sts 50,000 CAP PW- Streets $ 65,000 Replace three (3) marked Police units PW :FF 88,200 FIM Replace Chipper Truck [V -9661] PW :FF 90,000 FLM Replace P/U Truck [V -9768] PW:FF 27,000 FLM Replace Rec Van [V -9660] PW:FF 30,000 FLM Replace Hustler Mower [V -9836] PW:FF 180,000 FLM Replace Trash Grabber [V-161] PW :FF 99,500 FLM FLEET MAINTENANCE (F. 550) $ 514,700 Street resurfacing PW: Sts $ 100,000 LOGT Sidewalk replacement PW: Sts 100,000 LOGT Sign replacement Et materials PW: Sts 6,000 LOGT Parking bumper replacement PW: Sts 2,000 LOGT Tree Replacement Program PW:Sts 15,000 LOGT LOCAL OPTION GAS TAXES (F. 130) $ 223,000 Recycling bin replacement $ 3,000 80,000 130,000 SAN SAN FLM Replace Trash Truck fV -9922 F-Pw Replace Loader [V -35] SANITATION FUND (F. 405) $ 213,000 Road, sidewalk, rights of way rehab project PW:CT $ 330,417 CITT CITT FUND (F. 135) $ 330,417 Source: Departmental Submissions Page N1 of 1 pages Printed on 5/8/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Police Project Radio Infrastructure Replacement Name: PROJECT STATUS rating ft Affect Year(s) Existing Program Deferred Deleted rRating Submittal Program Improvement New Program Program Program date Effective year X 3/1/2006 2007 -09 Q1: Oct -Dec I Q2: Jan -Mar I Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 275,000 Project expected to begin: I Aug -09 Description of Item(s) or Project: This project will provided funding to replace our current police radio system and will be required in order to communicate with other agencies in Dade County. Cost is estimated at $225,000. This project will commit to and reserve funding in an amount sufficient enough to implement the project in August, 2009. Description or ID of Original Asset to Replace all portable, trunk mounted and handheld radio equipment be replaced (Fixed Asset ID): and infrastructure. Justification, Rationale, or Explanation Current radio system is approximately 15 years old and the of need to authorize project request: equipment manufacturer has notified the users that the equipment has reached its "end -of- life" phase. Parts availability will be based on what is already in inventory. IF DENIED, possible alternatives which may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) CAP $ 75,000 $ 75,000 $ 75,000 $ - $ - $ 225,000 Source (2) - - - - - $ Source (3) 1 - - I - $ TOTALI $ 75,000 1 $ 75,000 1 $ 75,000 1 $ - $ - $ 225,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CAP /Public Works Project ADA Improvements Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -bet Q2: Jan -Mar In ost Estimate $ 15,000 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep escription of Item(s) or Project: Continue with ADA improvements to Village Facilities Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Funds must be available to enable to Village to comply with of need to authorize project request: Federally mandated ADA requierements IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 1 FY 2009 FY 2010 FY 2011 TOTAL CAP $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 Source (2) - - - - - $ - 'Source (3) 1 - - - $ - TOTALI $ 15,000 1 $ 15,000 $ 15,000 1 $ 15,000 1 $ 15,000 $ 75,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CAP /Public Works Project Security Wall on NW 2nd Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 100,000 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Security wall on NW 2nd Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Experience has shown that a neighborhood on the western fringe of of need to authorize project request: the Village will benefit in a reduction in crime, from a security wall being erected to limit the amount of foot and vehicular traffic into the neighborhood from the western direction. Yearly appropriation of funds will ensure that in a couple of years enough funds will be saved to erect the wall. IF DENIED, possible alternatives which If no wall is erected, continued restriction of traffic through chain may be considered: link fencing will be necessary. Funding Request by Year ii Source Funding Source FY 2007 FY 2008 FY 2004 FY 2010 FY 2011 TOTAL CAP $ 100,000 $ $ $ - $ - $ 100,000 Source (2) - $ Source (3) - - - $ - TOTALI $ 100,000 1 $ - $ - $ - $ - $ 100,000 Form FIN_CAP1 Revised: Jan06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Police Vehicles Name: PROJECT STATUS Project rating Ek Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 88,200 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: 3 Police vehicles that have reached at least 75,000 miles Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation These police vehicles will have met their life expectancy and will of need to authorize project request: need to be replaced. IF DENIED, possible alternatives which To continue using old vehicles will lead to high maintenance costs may be considered: and have reliability issues. Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ - $ 88,200 $ - $ - $ 88,200 ;Source (2) - - - - $ - Source (3) - - - $ - TOTAL $ - $ - $ 88,200 $ - $ - $ 88,200 Form FIN_Cap1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet/ Public Works Project Replace Chipper Truck V -9661 Name: PROJECT STATUS Project rating I* Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 90,000 Project expected to begin; Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace chipper truck V9661 Description or ID of Original Asset to V -9661 (1996) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle has met its life expectancy and needs to be replaced of need to authorize project request: L I IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year I3 Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ - $ 90,000 $ - $ - $ 90,000 Source (2) - $ - Source (3) - - - $ - TOTAL $ - $ - $ 90,000 1 $ - $ - $ 90,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Replace Pickup V -9768 Name: PROJECT STATUS Project rating 0 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted (Priority (1 -5); Submittal Program Rating date Effective year, Cost Estimate $ 27,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace Pickup V -9768 Description or ID of Original Asset to V -9768 be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Vehicle has met its life expectancy and needs to be replaced of need to authorize project request: IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues ,may be considered: Funding Request by Year li Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ - $ 27,000 $ - $ - $ 27,000 Source (2) - - - - - $ - Source (3) - - - - - $ - TOTAL $ - I $ - 1 $ 27,000 $ - I $ - 1 $ 27,000 Form FIN_CAP1 Revised: Jan 06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Replacement of Rec. Van V -9660 Name: PROJECT STATUS Project rating I: Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year Cost Estimate $ 30,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar ', Q3: Apr -Jun Q4: Jul -Sep Description of Items) or Project: Replacement of Recreation Center Van V -9660 Description or ID of Original Asset to V -9660 (1996) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle will have met its life expectancy and will need to be of creed to authorize project request: replaced. IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance costs may be considered: and have reliability issues. Funding Request by Year & Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ - $ 30,000 $ - $ $ 30,000 Source (2) Source (3) TOTAL $ - $ - $ 30,000 $ - $ - $ 30,000 Form FIN_Cap1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Hustler Mower V -9836 Name: I PROJECT STATUS I Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year FY 2011 TOTAL Fleet $ $ Cost Estimate $ 180,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar I Q3: Apr -Jun Q4: Jul -Sep $ 180,000 Source (2) Description of Item(s) or Project: Replacement of Hustler Mower with a 7Z" cutter decK. V -9836 Description or ID of Original Asset to V9836(1998) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This unit will have met its life expectancy and will need to be of need to authorize project request: replaced. IF DENIED, possible alternatives which To continue using an old unit will lead to high maintenance costs may be considered: and have reliability issues Funding Request by Year It Source j Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ $ 180,000 $ - $ $ 180,000 Source (2) - - $ - Source (3) 1 - - - $ ` TOTAL $ - $ - $ 180,000 $ - $ - $ 180,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department San /Public Works Project Replacement of Trash Grabber V161 Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $ 99,500 Project expected to begin: X Q4: Jul -Sep Description of Item(s) or Project: Replacement of trash grabber V161 Description or ID of Original Asset to V161 be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle will have met its life expectancy and will need to be of need to authorize project request: replaced IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL San $ - $ $ 99,500 $ $ - $ 99,500 Source (2) - $ 'Source (3) - - - $ - TOTAL $ - $ - $ 99,500 $ - $ - $ 99,500 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Logt /Public Works Project Paving for streets and Alleys Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement. New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 100,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Resurface streets and alleys throughout the Village Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Due to wear and tear, streets and alleys in the Village are in need of of need to authorize project request: rehabilitation. This project enhances the overall appearance of the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets may be considered: Funding Request by Year $ Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Logt $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 ;Source (2) - - - - - $ - '.Source (3) - - - - $ - TOTAL $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 500,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating It Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted (Priority (1 -5); Program Rating Submittal date Effective year L Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 100,000 Project expected to begin: Description of Item(s) or Project: Replace broken and damage sidewalks throughout the village Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Miami Shores Village has an extensive amount of broken and of need to authorize project request: damaged sidewalks. Repairing damaged sidewalks reduces the potential for trip and fall situations. It is an ongoing project to enhance the appearance of the Village. IF DENIED, possible alternatives which Do not repair/ Replace Sidewalks may be considered: Funding Request: by Year it Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL ILOGT $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - $ 'Source (3) - $ ° TOTAL $ 100,0001 $ 100,000 1 $ 100,000 1 $ 100,0001 $ 100,0001 $ 500,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $ 6,000 Project expected to begin: Q4: Jul�Sep Description of Items) or Project: Maintain inventory of sign materials Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation By maintaining an inventory of sign material, it allows us to respond of need to authorize project request: quickly to damaged /missing /worn traffic signs. IF DENIED, possible alternatives which Wait for another agency to replace may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Source (2) - - - - - $ - Source (3) - - - - $ - TOTAL' $ 6,000 1 $ 6,0001 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 30,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Parking Bumpers Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Submittal Rating date Effective year X ]L-- - Cost Estimate $ 2,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Maintain inventory of concrete parking bumpers Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Inventory is needed to replace concrete bumpers in parking areas of need to authorize project request: throughout the Village. This maintains the appearance of Village parking areas and reduces dangerous situations with damaged bumpers. IF DENIED, possible alternatives which Do not replace damaged parking bumpers. may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Source (2) - - - - $ - Source (3) 1 - I - - - $ TOTALI $ 2,000 1 $ 2,000 $ 2,000 1 $ 2,000 1 $ 2,0001 $ 10,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department l.OGT /Public Works Project Tree Replacement Name: PROJECT STATUS Project rating 0 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program i Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 15,000 Project expected to begin: X Description of Item(s) or Project: Ongoing project to replace diseased and non native trees Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Diseased and non- native trees need to be replaced in order to of need to authorize project request: maintain the appearance of Village swZlles and streets. A lush canopy of green is an enhancement to property values in the Village IF DENIED, possible alternatives which Do not replace trees may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 Source (2) - - $ _ Source (3) - $ TOTAL $ 15,000 $ 15,000t$ 15;000 iLl 5,000 $ 15,000 $ 75,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program I Deferred Deleted 11 Rating (11 -5);I Submittal Program Improvement New Program Program Pro r m date Effective Q1: Oci -Dec Q2: Jan -Mar I Q3: Apr -Jun I Q4: Jul -Sep Cost Estimate $ 4,000 L Project expected to begin: X PM Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $7.98 per bin. f Description or ID of Original Asset to N/A be replaced (Fixed Asset ID); Justification, Rationale, or Explanation Recycling bins need to be replaced as they become worn, cracked of need to authorize project request: damaged. The bins must also be available for new residents and people joining the recycling program IF DENIED, possible alternatives which No alternative may be considered: Funding Source SAN Source (2) Source (3) TOT, UM ig Request by Year rt Sour( FY 2008 IFY 2009 4,000 $ 4,000 $ 4,000 $ 4,000 $ 2010 11 FY 2011 TOTAL 4,000 $ 4,000 $ 20,000 $ - 4,0601 $ 4,000 $ 20,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department San /Public Works Project Replace Trash Truck V -9922 Name: PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $ 80,000 Project expected to begin: Q4: Jul -Sep Description of Item(s) or Project: Replace trash truck V -9922 Description or ID of Original Asset to V -9922 be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle is used 5 days a week, 52 weeks a year and is essential of need to authorize project request: to our trash operation. It has met its life expectancy and needs to be replaced. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL San $ - $ $ 80,000 $ - $ - $ 80,000 Source (2) • $ Source (3) - - $ TOTAL $ - $ - $ 80,000 $ - $ - $ 80,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Loader V -35 Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 130,000 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replacement of Loader V -35 Description or ID of Original Asset to V -35 be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This unit will have met its life expectancy and will need to be of need to authorize project request: replaced IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance costs ,may be considered: and have reliability issues Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ - $ 130,000 $ - $ - $ 130,000 'Source (2) - - - - $ - 'Source (3) - - - - $ - TOTAL $ - I $ - $ 130,000 $ - $ - $ 130,000 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CITT / Public Works Project Renovate and rehabilitation various Name: roads, rights of ways, curbs PROJECT STATUS Project rating lk Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1- Submittal 5); Rating date Effective year Cost Estimate $ 1,656,021 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Continue to implement a village -wide rehabilitation, renovation and enhancement of various roads, sidewalks, curbs, rights of way and other transit related Description or ID of Original Asset to be Paving, curbing, related landscaping and other renovating projects replaced (Fixed Asset ID): relating to and improving transit abilities throughout the Village using CITT funds. Justification, Rationale, or Explanation CITT regulations require that the Village utilize the funding from of need to authorize project request: the special tax on transit and transit - related projects. These projects are on -going and, excluding the 20% transportation set - aside, will be disbursed throughout the Village. IF DENIED, possible alternatives which may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CITT $ 299,698 $ 314,683 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 'Source (2) - - - 'Source (3) _ . $ _ TOTAL $ 299,698 1 $ 314,683 $ 330,417 1 $ 346,938 1 $ 364,285 $ 1,656,021 Form FIN_CAP1 Revised: Jan'06 Miami Shores Village Capital Project Costs (FY'07 thru FY'11) Sorted by Funding Sources Project Description Dept FY'l0 Fund Source TOTAL: ALL DEPARTMENTS $ 1,080,548 ADA Improvement project PW :Sts 15,000 CAP PW- Streets $ 15,000 Replace three (3) marked Police units Replace Bucket Truck IV-9920] PW:FF 92,610 FIM PW :FF 120,000 FW FLEET MAINTENANCE (F. 550) $ 212,610 Street resurfacing Sidewalk replacement Sign replacement If materials PW: Sts PW: Sts PW: Sts $ 100,000 100,000 LOGT LOGT LOGT 6,000 Parking bumper replacement PW: Sts 2,000 LOGT Tree Replacement Program PW:Sts 15,000 LOGT LOCAL OPTION GAS TAXES (F. 130) $ 223,000 Recycling bin replacement PW:San $ 3,000 SAN Replace Garbage Truck V -315 PW:San 200,000 SAN Replace Trash Truck V -2002 PW:San 80,000 SAN SANITATION FUND (F. 405) $ 283,000 Road, sidewalk, rights of way rehab project PW :CT $ 346,938 CITT CITT FUND (F. 135) 1 $ 346,938 Source: Departmental Submissions Page 1/1 of 1 pages Printed on 5/8/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CAP /Public Works Project Name: ADA Improvements PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program Program Program Rating date Effective year Lj!I�R2:Jan-Mar][Q3: Apr -Jun ' Q4: Jul -Sep ost Estimate $ 15,000 Project expected to begin: Description of Item(s) or Project: Continue with ADA improvements to Village Facilities Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Funds must be available to enable to Village to comply with of need to authorize project request: Federally mandated ADA requierements IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year Ft Source Funding Sourte FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CAP $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 'Source (2) - - - _ $ Source (3) - _ $ - 11 - TOTALI $ 15,000 1 $ 15,000 $ 15,0001 $ 15,000 $ 15,000 1 $ 75,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet/ Public Works Project Police Vehicles Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 92,610 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: 3 Police vehicles that have reached at least 75,000 miles Description or ID of Original Asset to be replaced (Fixed Asset ID): .Justification, Rationale, or Explanation These police vehicles will have met their life expectancy and will of need to authorize project request: need to be replaced. IF DENIED, possible alternatives which To continue using old vehicles will lead to high maintenance costs .may be considered: and have reliability issues. Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ - $ - $ 92,610 $ - $ 92,610 Source (2) - - _ $ - Source (3) - - $ - TOTAL $ - $ - $ - $ 92,610 1 $ - $ 92,610 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Bucket Truck V -9920 Name: PROJECT STATUS Project rating Ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year {Cost Estimate $ 120,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replacement of Bucket truck V -9920 Description or ID of Original Asset to V -9920 (1999) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle will have met its life expectancy and will need to be of need to authorize project request: replaced IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance costs may be considered: and have reliability issues Funding Request by Year Ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ - $ - $ 120,000 $ - $ 120,000 Source (2) - - $ Source (3) - - $ - TOTAL $ - $ - $ - $ 1207000#7 $ 120,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Logt /Public Works Project Paving for streets and Alleys Name: PROJECT STATUS Project rating Ek Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar I Cost Estimate $ 100,000 1 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Resurface streets and alleys throughout the Village Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Due to wear and tear, streets and alleys in the Village are in need of of need to authorize project request: rehabilitation. This project enhances the overall appearance of the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets .may be considered: Funding Request by Year & Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Logt $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - - - • $ - Source (3) 1 - - - - $ - TOTAL $ 100,000 1 $ 100,000 $ 1007000 $ 100,000 $ 100,000 $ 500,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet ,FY 2007 - 2011 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating Ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year ZU07 -Lul I J Cost Estimate $ 100,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace broken and damage sidewalks throughout the village Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Miami Shores Village has an extensive amount of broken and of need to authorize project request: damaged sidewalks. Repairing damaged sidewalks reduces the potential for trip and fall situations. It is an ongoing project to enhance the appearance of the Village. IF DENIED, possible alternatives which Do not repair/ Replace Sidewalks may be considered: Funding Request by Year tt Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 100, 000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 'Source (2) - - - - $ Source (3) - - - $ - TOTAL $ 100,000 1 $ 100,000 1 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS Project rating 8t Affect Year(s) Existing Program Program I Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year Q1: Oct -Dec Cost Estimate $ 6,000 1 Project expected to begin: J Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep I I Description of Item(s) or Project: Maintain inventory of sign materials Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation By maintaining an inventory of sign material, it allows us to respond of need to authorize project request: quickly to damaged /missing /worn traffic signs. IF DENIED, possible alternatives which Wait for another agency to replace may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 1 FY 2011 TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Source (2) - - - - - $ - Source (3) - - $ - TOTALI $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 30,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Parking Bumpers Name: PROJECT STATUS Project rating Ek Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Submittal Rating date Effective year Cost Estimate $ 2,000 Project expected to begin: I Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Maintain inventory of concrete parking bumpers Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Inventory is needed to replace concrete bumpers in parking areas of need to authorize project request: throughout the Village. This maintains the appearance of Village parking areas and reduces dangerous situations with damaged bumpers. IF DENIED, possible alternatives which Do not replace damaged parking bumpers. may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 'Source (2) - - - - $ - Source (3) - - $ - TOTALI $ 2,000 1 $ 2,000 1 $ 2,0001 $ 2,000 $ 2,000 $ 10,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Name: Tree Replacement PROJECT STATUS Project rating It Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Juh Q4: Jul -Sep Cost Estimate $ 15,000 Project expected to begin: X 20 Description of Items) or Project: Ongoing project to replace diseased and non native trees Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Diseased and non- native trees need to be replaced in ordor to of need to authorize project request: maintain the appearance of Village swAles and streets. A lush canopy of green is an enhancement to property values in the Village IF DENIED, possible alternatives which Do not replace trees may be considered: Funding Request by Year R Source Funding Source FY 7007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL iLOGT $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 'Source (2) - - _ $ _ 'Source (3) - - - $ _ TOTALI $ 15,000_1 $ 15,000 $ 15;000 $ 15,000 $ 15,000 $ 75,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 4,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $7.98 per bin. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Recycling bins need to be replaced as they become worn, cracked or of need to authorize project request: damaged. The bins must also be available for new residents and people joining the recycling program IF DENIED, possible alternatives which No alternative ,may be considered: Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL SAN $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Source (2) - - - $ ` Source (3) - ' ' $ - TOTALI $ 4,0001 $ 4,0001 $ 4,0001 $ 4,000 $ 4,000 $ 20,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department San /Public Works Project Replace Garbage Truck 3150 Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal date Effective year 'Cost Estimate $ 200,000 Project expected to begin: Q1: Oct -Dec I Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace Leach /Mack 25 yard garbage truck Description or ID of Original Asset to V -3150 (2003) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Vehicle has met its life expectancy and needs to be replaced of need to authorize project request: IF DENIED, possible alternatives which Continue to use current vehicle which will result in increased may be considered: maintenance costs and reliability issues. Funding Request by Year Ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL San $ $ $ - $ 200,000 $ $ 200,000 Source (2) - - - - $ - Source (3) - - - I $ - TOTAL $ - $ - $ - $ 200,000 1 $ - $ 200,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department San /Public Works Project Replacement of Trash Truck V -2002 Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $ 80,000 Project expected to begin: Q4: Jul -Sep Description of Item(s) or Project: Replacement of trash truck V -2002 Description or ID of Original Asset to V -2002 (2000) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle is used 5 days a week, 52 weeks a year and is essential of need to authorize project request: to our trash operation. It will have met its life expectancy and will need to be replaced. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues. may be considered: Funding Request by Year £t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL San $ $ - $ - $ 80,000 $ - $ 80,000 :Source (2) - - - $ - 'Source (3) - - - - $ - TOTAL $ - $ - I $ - $ 801000 $ - 1 $ 80,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CITT / Public Works Project Renovate and rehabilitation various Name: roads, rights of ways, curbs PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1- Program 5); Rating Submittal date Effective year Cost Estimate $ 1,656,021 Project expecteX =beginr: 1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Desc ription of Item(s) or Project: Continue to implement a village -wide rehabilitation, renovation and enhancement of various roads, sidewalks, curbs, rights of way and other transit related Description or ID of Original Asset to be Paving, curbing, related landscaping and other renovating projects. replaced (Fixed Asset ID): relating to and improving transit abilities throughout the Village using CITT funds. Justification, Rationale, or Explanation CITT regulations require that the Village utilize the funding from of need to authorize project request: the special tax on transit and transit - related projects. These projects are on -going and, excluding the 20% transportation set - aside, will be disbursed throughout the Village. IF DENIED, possible alternatives which may be considered: Funding Request by Year 81 Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CITT $ 299,698 $ 314,683 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 Source (2) _ _ $ . Source (3) _ $ _ TOTAL $ 299,698 1 $ 314,683 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 Form FIN_CAP1 Revised: Jan'06 Miami Shores Village Capital Project Costs (FY'07 thru FYI 1) Sorted by Funding Sources Project Description Dept --------------- - FY'11 Fund Source TOTAL: ALL DEPARTMENTS $ 9,243,525 Develop Et construct new Comm. Ctr Rec 8,000,000 BOND RECREATION $ 8,000,000 ADA Improvement project PW :Sts 15,000 CAP PW- Streets $ 15,000 Replace three (3) marked Police units PW:FF 97,241 FW Replace Intl Truck [V -9558] PW:FF 60,000 FW Replace Int'l Truck [V -9553] PW:FF 60,000 FW Replace Police Chief Car [V -0301] PW :FF 31,000 FlM Replace Water Truck [V -9556] PW :FF 80,000 FW FLEET MAINTENANCE (F. 550) $ 328,241 Street resurfacing PW: Sts PW: Sts $ 100,000 100,000 LOGT LOGT Sidewalk replacement 'Sign replacement Et materials PW: Sts 6,000 LOGT Parking bumper replacement PW: Sts 2,000 LOGT 'Tree Replacement Program PW:Sts 15,000 LOGT LOCAL OPTION GAS TAXES (F. 130) $ 223,000 Recycling bin replacement PW:San $ 3,000 SAN Replace Trash Truck [V -0110] PW:San 80,000 SAN Rep acee Garbage Truck [V -4148 ] PW:San 230,000 SAN SANITATION FUND (F. 405) $ 313,000 Road, sidewalk, rights of way rehab project PW :CT $ 364,285 CITT CITT FUND (F. 135) $ 364,285 Source: Departmental Submissions Page #1 of 1 pages Printed on 5/8/2006 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department 001/1401 Project New Community Center Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program New Deferred Deleted Priority (1 -5); Program Improvement Program Program Program Rating Submittal date Effective year 7 Q1: Oct -Dec Q2: Jan -Mar I Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 8,000,000 Project expected to begin: I X Description of Item(s) or Project: Build a new multipurpose center that would include class rooms, exercise/ fitness area, indoor gymnasium, computer lab ect... Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Village has outgrown the current community center. A new multipurpose center would provide for new and expanded programs and facilities to meet the residents needs and desires. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Source (1) $ $ $ 8,000,000 $ 8,000,000 Source (2) $ - Source (3) $ - TOTAL $ - $ - $ $ $ 8,000,000 $ 8,000,000 Form FIN CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CAP /Public Works Project ADA Improvements Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 15,000 Project expected to begin: Description of Item(s) or Project: Continue with ADA improvements to Village Facilities Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Funds must be available to enable to Village to comply with of need to authorize project request: Federally mandated ADA requierements IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CAP $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 .Source (2) - _ $ - Source (3) - - $ - TOTALI $ 15,000 $ 15,000 1 $ 15,000 IT 151000 $ 15,000 $ 75,000 Fonn FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Police Vehicles Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 97,241 1 Project expected to begin: Q3: Apr -Jun 74: Jul -Sep Description of Items) or Project: 3 Police vehicles that have reached at least 75,000 miles Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation These police vehicles will have met their life expectancy and will of need to authorize project request: need to be replaced. IF DENIED, possible alternatives which To continue using old vehicles will lead to high maintenance costs may be considered: and have reliability issues. Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ $ $ - $ 97,241 $ 97,241 Source (2) - - $ - Source (3) - - $ - TOTAL $ - $ - $ - $ - $ 97,241 $ 97,241 Form FIN_Capl Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project International Truck V -9558 Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year Cost Estimate $ 60,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Low side International truck V -9558 Description or ID of Original Asset to V -9558 (1995) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle will have met its life expectancy and will need to be of need to authorize project request: replaced. IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance costs may be considered: and have reliability issues Funding Request by Year & Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ - $ - $ - $ 60,000 $ 60,000 Source (2) - - $ Source (3) - - - - - $ TOTAL $ - $ - $ - $ - 1 $ 60,0001 $ 60,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project International Truck V -9553 Name: I PROJECT STATUS I Project rating & Affect Year(s) I Existing Program Deferred Deleted Priority (1 -5); Submittal Program I Improvement I New Program I Program I Program 11 Rating I date I Effective Q1: Oct -Dec I Q2: Jan -Mar I Q3: Apr -Jun I Q4: Jul -Sep I Cost Estimate $ 60,000 1 Project expected to begin: Description of Item(s) or Project: High side International truck V -9553 (Description or ID of Original Asset to V -9553 (1995) be replaced (Fixed Asset ID): (Justification, Rationale, or Explanation This vehicle will have met its life expectancy and wilt need to be of need to authorize project request: replaced. I IF DENIED, possible alternatives which To continue using an old 'v ,may be considered: and have reliability issues will lead to high maintenance costs Funding Request by Year ft Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ - $ $ - $ - $ 60,000 $ 60,000 Source (2) - - - - - $ - Source (3) - - - $ TOTAL $ - $ - $ - $ - $ 60,000 1 $ 60,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Chief's police Car V0301 Name: I PROJECT STATUS I Project rating li: Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Program Improvement New Program I Program I Program 11 Rating I date I Effective Q1: Oct -Dec I Q2: Jan -Mar I Q3: Apr -Jun I Q4: Jul -Sep 1 (Cost Estimate $ 31,000 1 Project expected to begin: Description of Item(s) or Project: Replacement of (Description or ID of Original Asset to V -0301 (2003) be replaced (Fixed Asset ID): police car Justification, Rationale, or Explanation This police vehicle will have met its life expectancy and will need to of need to authorize project request: be replaced IIF DENIED, possible alternatives which To continue using an old r fmay be considered: and have reliability issues will lead to high maintenance costs I Funding Request by Year it Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ - $ - $ - $ 31,000 $ 31,000 Source (2) - - - - $ Source (3) - - - - $ TOTAL $ - $ - $ - $ - $ 31,000 $ 31,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Fleet /Public Works Project Water Truck V -9556 Name: PROJECT STATUS Project rating I} Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal . date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 80,000 1 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replacement of Water Truck V -9556 Description or ID of Original Asset to V9556(1995) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle will have met its life expectancy and will need to be of need to authorize project request: replaced. IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance costs may be considered: and have reliability issues Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Fleet $ $ - $ - $ - $ 80,000 $ 80,000 Source (2) - $ - Source (3) - - $ - TOTAL $ - I $ - I $ - I $ - 1 $ 80,000 1 $ 80,000 Form FIN_Capi Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department Logt /Public Works Project Paving for streets and Alleys Name: PROJECT STATUS Project rating @ Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec 02: Jan -Mar Cost Estimate $ 100,000 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep Description of Items) or Project: Resurface streets and alleys throughout the Village Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Due to wear and tear, streets and alleys in the Village are in need of -of need to authorize project request: rehabilitation. This project enhances the overall appearance of the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets may be considered: Funding Request by Year £t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL Logt $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 'Source (2) - - - - - $ - 'Source (3) - - - $ - TOTAL $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 500,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS ct rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program P); Submitta l date Effective year Q1: Oct -Dec Cost Estimate $ 100,000 Project expected to begin: Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replace broken and damage sidewalks throughout the village Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Miami Shores Village has an extensive amount of broken and of need to authorize project request: damaged sidewalks. Repairing damaged sidewalks reduces the potential for trip and fall situations. It is an ongoing project to enhance the appearance of the Village. IF DENIED, possible alternatives which Do not repair/ Replace Sidewalks may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - - - - - $ - Source (3) 1 - - - - $ TOTAL $ 100,0001 $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 100,000 1 $ 500,000 Form FIN CAP1 Revised: Jan 06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year Q1: Oct -Dec Cost Estimate $ 6,000 Project expected to begin: Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Maintain inventory of sign materials Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation By maintaining an inventory of sign material, it allows us to respond of need to authorize project request: quickly to damaged /missing /worn traffic signs. IF DENIED, possible alternatives which Wait for another agency to replace may be considered: Funding Request by Year €t Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 ;Source (2) - - - - _ $ _ .Source (3) - - $ _ TOTALI $ 6,000 1 $ 6,0001 $ 6,0001 $ 6,000 1 $ 6,0001 $ 30,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Parking Bumpers Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 2,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun I Q4: Jul -Sep X Description of Item(s) or Project: Maintain inventory of concrete parking bumpers L . - -- Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): .Justification, Rationale, or Explanation Inventory is needed to replace concrete bumpers in parking areas of need to authorize project request: throughout the Village. This maintains the appearance of Village parking areas and reduces dangerous situations with damaged bumpers. IF DENIED, possible alternatives which Do not replace damaged parking bumpers. ,may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL iLOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 ;Source (2) - - - $ - '5ource (3) 1 - - $ - TOTALI $ 2,000 $ 2,000 1 $ 2,000 1 $ 2,000 $ 2,000 $ 10,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department LOGT /Public Works Project Tree Replacement Name: PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 15,000 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Ongoing project to replace diseased and non native trees Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Diseased and non- native trees need to be replaced in order to of need to authorize project request: maintain the appearance of Village swales and streets. A lush canopy of green is an enhancement to property values in the Village IF DENIED, possible alternatives which Do not replace trees ,may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL LOGT $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 75,000 'Source (2) - - - - - $ - Source (3) - - - $ TOTALI $ 15,0001 $ 15,000 1 $ 15,000 $ 15,000 1 $ 15,000 1 $ 75,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating 6t Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 4,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $7.98 per bin. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Recycling bins need to be replaced as they become worn, cracked or of need to authorize project request: damaged. The bins must also be available for new residents and people joining the recycling program IF DENIED, possible alternatives which No alternative may be considered: Funding Request by Year £t Source Funding Source FY 2007 FY 2008 FY 2009 1=Y 2010 FY 2011 TOTAL SAN $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Source (2) - - - - - $ - Source (3) - - - - $ - TOTAL $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 (Fund / Department San /Public Works Project Replacement of Trash Truck V -0110 I Name: PROJECT STATUS f Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year TOTAL San $ - $ - $ $ - Cost Estimate $ 80,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep - - Description of Items) or Project: Replacement of trash truck V -0110 Description or ID of Original Asset to V -0110 (2001) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation This vehicle is used 5 days a week, 52 weeks a year and is essential of need to authorize project request: to our trash operation. It will have met its life expectancy and will need to be replaced. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability isssues. may be considered: Funding Request by Year It Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL San $ - $ - $ $ - $ 80,000 $ 80,000 Source (2) - - - $ Source (3) - - - - - $ - TOTAL $ - I $ - I $ - $ - $ 80,000 $ 80,000 Form FIN_Cap1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department SAN /Public Works Project Replacement of Garbage Truck V -4148 Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority (1 -5); Rating Submittal date Effective year Q1: Oct -Dec Cost Estimate $ 230,000 Project expected to begin: Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Replacement of Garbage Truck V -4148 Description or ID of Original Asset to V -4148 be replaced (Fixed Asset ID): .Justification, Rationale, or Explanation This vehicle will have met its life expectancy and will need to be of need to authorize project request: replaced IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance costs may be considered: and have reliability issues Funding Request by Year lk Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL 'SAN $ - $ $ - $ - $ 230,000 $ 230,000 Source (2) - - _ - $ Source (3) - ' 1 $ - TOTAL $ - $ - $ - $ - $ 230,000 $ 230,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department CITT / Public Works Project Renovate and rehabilitation various Name: roads, rights of ways, curbs PROJECT STATUS Project rating 8t Affect Year(s) Existing Program Deferred Deleted Priority (1- Submittal Program Improvement New Program Program Program 5); Rating date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 1,656,021 Project expected to begin: X Description of Item(s) or Project: Continue to implement a village -wide rehabilitation, renovation and enhancement of various roads, sidewalks, curbs, rights of way and other transit related Description or ID of Original Asset to be Paving, curbing, related landscaping and other renovating projects replaced (Fixed Asset ID): relating to and improving transit abilities throughout the Village using CITT funds. Justification, Rationale, or Explanation CITT regulations require that the Village utilize the funding from of need to authorize project request: the special tax on transit and transit - related projects. These projects are on -going and, excluding the 20% transportation set - aside, will be disbursed throughout the Village. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2007 FY 2008 FY 2009 FY 2010 FY 2011 TOTAL CITT $ 299,698 $ 314,683 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 'Source (2) - r _ $ _ Source (3) - $ _ TOTAL' '$ 299,698 $ 314,683 $ 330,417 $ 346,938 $ 364,285 $ 1,656,021 Form FIN_CAP1 Revised: Jan'06