Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2008-2012 CIP
bbbbbib, Miami Shores Village i ! Q ;OP A I • ! 110 2112 1 Capital Improvement Program Budget THOMAS J. BENTON VILLAGE MANAGER kiA Miami Skopej vil, 10050 N.E. SECOND AVE. �LURIn�' MIAMI SHORES, FLORIDA 33138 -2382 Telephone: (305) 795 -2207 Fax: (305) 756 -8972 MEMORANDUM TO: Mayor Holly Vice Mayor Loffredo Councilman Davis Councilman Herrera - Councilman Rodriguez FROM: // Tom Benton, Village Manager DATE: ���°°° June 19, 2007 RE: Capital Budget 71 0? Our Comprehensive Plan requires that we complete a 5 year Capital Improvement Budget each year. The Village Department Heads each submit proposed capital project expenditures that are necessary to keep their respective department's operating at the current service level or in some cases, add projects that may increase the level of efficiency within their department. The submitted projects are reviewed by our Finance Department, and myself, and a final list of recommended projects are forwarded to you. As in previous years, you only need to be concerned with the funding appropriations in the 2008 fiscal year, as these are the only projects that will be funded in this plan at this time. Since this plan is a fluid working document, the remaining four years are designed to show the council what our potential future needs may be. Approval of the Capital Improvement Budget will be placed on the July 3, 2007 Council meeting agenda and we are requesting that the Council adopt the Capital Budget as presented. Should the project cost exceed the established purchasing guidelines, you will be given the opportunity to review specific items during the upcoming fiscal year when the purchase is imminent. Additionally, if it becomes necessary to eliminate projects from the proposed FY07 -08 Capital Improvement Budget due to legislative tax cut- backs, we will advise the Council of any proposed amendments. As usual, should you have any specific questions please do not hesitate to contact my office. TB:pc Attachment Mgr -1745 Thomas J. Benton Village Manager Miami shores Village MEMORANDUM Office of the Village Manager 10050 N.E.2nd Avenue Miami Shores, Florida 33138 Tel: (305) 795.2207 Fax: (305) 756.8972 E -mail: www.Miami Shores ViIlage.eom To: Mayor Herta Holly Vice -Mayor Steve Loff redo Councilmember Hunt Davis Councilmember Prospero Herrera Councilmember JC Rodriguez Fr m :�- homas J. Benton - Village Manager Nate: June 19, 2007 Re: FY 2008 -2012 CAPITAL IMPROVEMENT BUDGET Attached please find the Proposed FY 2008 -2012 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, 2007 and continues through September 30, 2012, $13,944,204 is planned for investment in Village assets and infrastructure as follows: FISCAL YEAR REQUESTED 2007 -08 $ 1,552,692 2008 -09 1138,212 2009 -10 1,379,650 2010 -11 979,000 2011 -12 8,894,650 TOTAL $13,944,204 DEPARTMENT FIVE -YEAR TOTAL Administrative Divisions $ Library Operations 19,842 Police Department 259,350 Public Works Dept. 5,413,490 Recreation Department 8, 251,522 TOTAL $ 13, 944, 204 Transmittal letter: FY 2008 -2012 Capital Budget Page - 2 - June 19, 2007 The preliminary proposal to fund the proposed five -year program is: Five year Cost b.7 funding Sourrac [E$300,000 0$8,045,OOC In $2,134,600 ►40 914 9Bond OCITT ®LOGT CLIFLMtce ❑San (@Gen /Cap 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 2007 -08), the total project costs are $1,552,692 assigned to the appropriate Departments as follows: Recreation Ft Culture ............................. ............................... $ 173,002 Athletics ...... ............................... $ 115,460 Community Center ......................... 3,700 Aquatics Facility ........................... 45,800 Library ......... ............................... 8,042 Public Works ...................... ............................... ................. $ 1,270,340 Street / Sidewalks ......................... $ 760,600 Fleet Maintenance .......................... 180,500 Sanitation .... ............................... 329.240 PublicSafety ........................................ ............................... $ 109,350 Police Department ......................... S 109.350 For Program Year 1 (FY 2007- -082, the total originates from the following funding sources: Capital Project Fund .................................. ............................... $ 310,552 General Obligation Bond ('99 Pool) .............. ............................... 45,800 RoadTaxes ........................................... ............................... 686,600 Local Option Gas Tax Proceeds .............. $ 536,600 Transport Surtax Proceeds ................. 150,000 Enterprise Operations .............................. ............................... 329,240 Sanitation ...... ............................... $ 329,240 Internal Service Funds ........................ .... ... .. ...... .... ................... 180,500 Risk Management ............................... $ - Fleet Maintenance ............................ 180,500 Transmittal letter: FY 2008 -2012 Capital Budget Page - 3 - June 19, 2007 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 2007 -08 programs only. The authorized programs will receive the corresponding appropriations as of October 1, 2007. TJB: MAM: Attachments (FY 2008 -2012 Capital Improvements Program) Transmittal letter: FY 2008 -2012 Capital Budget Page - 4 - June 19, 2007 Total Five -year Cost for Capital Projects ,PC 0a Ff 09 FyyO f fo X12 4 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 Public Works Recreation /Culture Public Safety 4 RESOLUTION NO. A RESOLUTION OF THE VILLAGE COUNCIL OF MIAMI SHORES VILLAGE, FLORIDA, ADOPTING THE FIVE -YEAR FY 2008 -2012 CAPITAL IMPROVEMENT PLAN BUDGET OF $13,944,204; 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 2008 -12). 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, 2007; and, WHEREAS, projects valued in excess of $750 with a minimum of a three -year life expectancy are considered capital projects; and, WHEREAS, staff's 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 2008 through FY 2012 included. Section 2. The Village Council hereby appropriates $1,552,692 for the FY 2008 component of the FY 2008 -2012 Capital Project as follows: Capital Projects Fund ($310,552); Fleet Maintenance Internal Service Fund ($180,500); Local Option Gas Tax Fund ($536,600); Half -cent Transport Surtax Fund ($150,000); Sanitation ($329,240); and GO Bonds ($45,800). Section 3. The Village Council hereby authorizes the Administration to proceed with the FY 2008 projects along with designing, negotiating and implementing any necessary financial arrangements to best utilize the Village's financial conditions. PASSED and ADOPTED this 19 'h day of June 2007. Herta Holly, Mayor ATTEST: Barbara A. Estep, CMC Village Clerk APPROVED AS TO FORM: Richard Sarafan, Esq. Village Attorney Miami Shores Village Capital Project by Department FY 2008 - 2012 Source: Departmental Submissions Printed on 6/13/2007 Fund Project Description Dept FY'08 Source TOTAL: ALL DEPARTMENTS $ 1,552,692 Resurface Basketball Courts (Athletics) Rec $ 22,000 CAP Refinish Hardwood floors (Comm Ctr a m R� ms) i Rec 3,700 CAP Purchase Soccer Goals (Athletics) Rec 3,460 CAP Repaint Shipwreck Cove (Aquatics) Rec 25,000 CAP Purchase six (6) metal trash cans (Aquatics) Rec 1,800 GOB Purchase Plastic Lockers (Aquatics) f ��- Rec 7,000 GOB Replace three (3) Lifeguard Chairs (Aquatics) T Rec 6,000 GOB Purchase two (2) Funbrellas (Aquatics) Rec 6,000 GOB Replace tot lot equipment Et periferals CAP Rec 90,000 RECREATION $ 164,960 Replace Patron Computer Server Lib $ 4,262 CAP Replace Staff office 'light fix' ures Lib 3,780 CAP LIBRARY $ 8,042 Purchase Crime Scene Digital Camera Pot $ 4,550 FOR Reserves for Radio Infrastructure Replacement Pot 75,000 For Purchase %Replace firearms training equipment Pot 7,300 FOR Replace (7) X26 Tazers Pot 6,400 For Purchase theramal ID card printer Pot 1,800 CAP Purchase PriSim Laser Insert system Pot 1,800 FOR Refurbish Detective Bureau with Wk Station Pot 12,500 CAP POLICE $ 109,350 Purchase 18' Enclosed Lawn Trailer PW -FM $ 7,900 LOGT Purchase 44" Lawn Mower PW -FM 6,200 LOGT Replace Street Saw (STC 1) PW -FM 2,500 LOGT Phase II - Renovate NW 2nd Avenue PW -St 127,000 LOGT Resurface %Pave streets Et alleys per program PW -St 100,000 LOGT Repair / Replace broken /damaged sidewalks PW_St 100,000 Install Decorative Street Sign Posts Pw -St 100,000 LOGT stock supplies - sign manufacturing PW -St 6,000 LOGT 'Stock supplies - parking bumpers (111 bumpers) PW -ST 2,000 LOGT ADA Improvements - continuing program PW -St 50,000 LOGT (Repair / Replace damaged walls - Village wide PW -St 10,000 LOGT 'Tree replacement program - continuing Pw -St 25,000 LOGT PW -Local Option Gas Tax - Streets $ 536,000 Source: Departmental Submissions Printed on 6/13/2007 Miami Shores Village Capital Project by Department FY 2008 - 2012 Project Description Dept FY'08 Fund Source TOTAL: ALL DEPARTMENTS Replace P/U Truck (V -9765) PW -FM Replace J -Deere Tractor (V -178) PW -FM Replace Police Cars ( #4,3,3,3,3) PW -FM Replace PW Director Vehicle (V -0202) PW -FM $ 1,552,692 $ 27,000 16,500 FLM FLM 112,000 25,000 FlM FLM FLEET MAINTENANCE (F. 550) $ 180,500 Purchase second Trash Grabber (V -1616) Replace Trash Truck (V -9921) Replace dumpster Convert chipper pad J transfer station Purchase recycting bins - continuing program PW -San PW -San PW -San PW -San PW -San $ 58,000 SAN 72,500 SAN 5,000 SAN 189,740 4,000 SAN SAN SANITATION (F.405) $ 329,240 Install security wall on NW 2d Avenue Renovate Storage Shed - Expansion ADA Improvements - continuing program PW -St PW PW $ 50,000 9,000 15,000 CAP CAP CAP PW- Streets CAPITAL FUNDS $ 74,000 Rehabilitation Railroad Crossing (Phase II) CITT $ 150,000 CITT CITT FUND (F. 135) $ 150,000 1 Source: Departmental Submissions Printed on 6/13/2007 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 001/1403 Project Name: Resurface Basketball Courts PROJECT STATUS rating 8 Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Pri Submittal :Rating Program Program date Effective year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $22,000 Project expected to begin: x Q4: Jul -Sep Description of Item(s) or Project: Fill cracks, patch damage areas and resurface basketball courts. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Maintain a safe and attractive sports facility of need to authorize project request: IF DENIED, possible alternatives which Spot patch cracks and damage areas .may be considered: Funding Request by Year i-t Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) $ 22,000 $ $ • $ $ $ 22,000 Source (2) Source (3) TOTALI $ 22,000 $ - $ - $ - $ - $ 22,000 Form FIN CAP1 Revised: Jan'06 �J TO: Tom Benton, Village Manager ,rr� Frone Jerry A. Estep, Recreation Director, t Dmw April 24, 2007 Re: Capital Budget This project will include filling cracks, patching damaged areas and resurfacing the Community Center Basketball courts. The cost projection is based on a 2006 quote from Agile Courts plus 10 %. MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1403 /Recreation Dept Project Refinishing Hardwood floors in coconut Name: palm room and queen palm room PROJECT STATUS Project rating I} Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Effective Program Rating date year X W. C ost Estimate $3,700.00 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep x Description of Item(s) or Project: Refinish with commercial grade polyurethane in queen palm room and coconut palm room Description or ID of Original Asset to not applicable be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Floor is showing wear and tear. of need to authorize project request: IF DENIED, possible alternatives which Leave as is. may be considered: Funding Request by Year Ft Source Funding Source FY 2008 FY 2010 FY 2011 FY 2012 TOTAL 'Source (1) $ 3,700 $ $ $ - $ - $ 3,700 Source (2) - $ - 'Source (3) - - - - $ TOTALI $ 3,700 $ - $ - $ - $ - $ 3,700 Form FIN_CAP1 Revised: Jan'06 Licensed & Insured CONTRACTO HARDWOOD FLOORS SPECIALIST RESIDENTIAL & COMMERCIAL Office: (786) 247 -8207 • Beeper: (786) 341 -7016 Valid for 10 days from date Z JOB ADDRESS: 4 C� _ PHONE:,_.. W2 A CC Cam° ' U Cil U 0 O 5'?..f_ r W t f`N � ✓� C '� a.� Ea i' S•-c.:r �-[ -Y �'12'.t� T i'7 v'� � �!o�.r �' lC`1 v `e1.1(`� _.... _a a; Sr i at, �r i �' _ _ C� 8 — 2_ �- �L_ 0U <4't' ?_ n ca v C I GL �k � r, E E 2 "t ti �-o c�'_ Submitted by: -j1` ""C� _ For the sum of $_ r] () v Unless otherwise agreed a deposit of 1/2 the total amount of job is required. An additional 25% is due when wood is installed. HARDWOOD FLOORS cannot be responsible for any damage to the wood due to humidity changes under the sub floors. HARDWOOD FLOORS cannot be responsible for high edges or hollowness due to an uneven concrete slab. A service charge of 11/2 % per month will be charged on past due accounts. Should the need arise to employ professional collection agents and /or attorneys to effect payment of months due under this contact, all such costs incident to collection, including court costs, reasonable attorney fees, etc., will be borne by the buyer. PRICE: NET CASH Please sign and remit white office copy with deposit. ,NANDO BELTRAN By Accepted by the undersigned subject to conditions above. Signed: By IMMEDIATE CREDIT MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department 1402 /Recreation Dept Project Soccer Goals 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 X Cost Estimate $3,460.00 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep x Description of Item(s) or Project: Kwik Goal 8 x 24 regulation soccer goals (pair) Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Existing goals cross bar is rusing and is not safe for play. of need to authorize project request: IF DENIED, possible alternatives which may be considered: Funding Request by Year it Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Gen / Cap $ 3,460 $ $ $ $ $ 3,460 Source (2) - $ - Source (3) $ _ TOTAL $ 3,460 $ - $ - $ - $ - $ 3,460 Form FIN CAP1 Revised 5/8/2007 NWIKUOUI, I[u. - irro Yremierw imerscnolasuc uoa1 K W11( T 014L IPRCIDUCT9 "A'HING & uoNrAcr uis TRAININ© TIPS 7 11, j PR13DUCTS rage 1 of 1 COMPANY LINKS AUTHORIZED DEALER �l! LOGIN Soccer > Goals > 8' x 24' > Pro Premier@ Interscholastic Goal Material: Construction .Accessories included: Quality Features, Finish W,eighk. Shipped: UOALS Mi.19T HE ANCHORED A- T AaLL. TIMES �. 1!11-',' ML :' =n1a � ua 1 r_ ren rr:a dU Pro Premier@ Interscholastic Goal Height; 8' Width: 24' Depth: 3' Base., 8' SL m- -P un,.a:aerar .at F�U121 RILL 4" W x 2" D square front posts and crossbar ?ALL1!1 A:ETP.I EiAs Lr' w P 14' L'li'S:a i�L is All- aluminum construction including S1 LL1.IL'A:1LN F_o_,s backstays Reinforced welded corners for strength and durability 3 Pieces per goal 3rnm, Twisted, White Net (0050AW) Ground anchors (1013101) Now includes back bottom bar Kwik Lock@ net clips One -piece welded side construction Stainless steel hardware Kwik Lock@ Net System for net attachment - U.S. Pat. #5;476,266 Powder- coated white 190 lbs. Truck Products Ite"i product. Piam@ 0050A 3rnm, Twisted Net http://-wwvv.kwikgoal.com/product--2B I O.html /.! PRICE: $1730.00 each In Stock L�J x•/25/2007 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1405 /Recreation Project Name: New trash cans PROJECT STATUS Project rating R Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $1,800 Project expected to begin: X Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: (6) Metal trash bins for competition pool. Description or ID of Original Asset to Replace damaged trash barrels from Competition pool and salvage be replaced (Fixed Asset ID): any good condition barrels and to move to SWC. Justification, Rationale, or Explanation Oak trash barrels are weatherbeaten and the wood is damaged on of need to authorize project request: some. The wood base has fallen apart on about 6 barrels. IF DENIED, possible alternatives which Continue using damaged barrels. may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL 'Source (1) $ 1,800 $ - $ - $ - $ - $ 1,800 Source (2) - - - $ " Source (3) - $ " TOTALI $ 1,800 1 $ - $ - $ - $ - $ 1,800 Form FIN CAP1 Revised: Jan'06 Frame Finish — Galvanized Top & Seat —Vinyl Plastisol Sizes -6' or B' Length CYR4185" Bench Frame -1O -Gauge Sheet Steel Frame Finish —Vinyl Plastisol Size -6 Length ACCESSORI Frame -2 la" O.D. Heavy Duty Steel Frame Finish — Galvanized Back & Seat —Vinyl Plastisol Sizes -6' or 8' Length LRR321 " Waste Receptacle (32 Gallon) Frame -1O -Gauge Sheet Steel Frame Finish —Vinyl Plastisol Size -27Y2" Diameter x 30 Ye "H (Shown with FTL32 Lid) CSBH' Children's Sandbox Rim /Seat —Vinyl Plastisol Size -10' Hexagon *Some assembly required ?!5 A" 241A" Surface Mount for LRR321 10056 In- Ground Mount for LRR321 To Order Call Toll Free 1- 800 - 327 -1541 F6025' 42" Round Umbrella Table w/ Chairs Frame -2 7e" O.D. Heavy Duty Steel Frame Finish — Galvanized Top, Seats & Backs —Vinyl Plastisol Size -86 3/4 "D x 86 3/4 "W x 34 3/4 "H 2001 PRICE L Carton Units Carton Price Weight Per Cube Model No. Description Each Pounds Carton ACCESSORIES (Pages 15 -18) A6600 30" Dia. Cafe Table, Cast Alum. Frame, Steel Mesh Top 219.00 47 1 1 A6605 Arm Chair, Cast Alum. Frame, Steel Mesh Seat & Back 198.00 40 1 - A6630 4' Loveseat, Cast Alum. Frame, Steel Mesh Seat & Back 277.00 57 1 - ATD10 Ash/Trash Unit 124.00 21 1 - ATR10 Ash/Trash Unit 143.00 30 1 - ATX10 Ash/Trash Unit 143.00 25 1 - CYR4185 6' Bench w /Back 10 -Gauge Sheet Steel 750.00 184 1 - S506 6' Picnic Table 2 3 /e" Dia. Galvanized Steel Frame 550.00 235 1 - S511 8' Picnic Table 2 3 /e" Dia. Galvanized Steel Frame 609.00 276 1 - S565 6' Portable Bench 2 3 /e" Dia. Galvanized Steel Frame 312.00 126 1 - S567 8' Portable Bench 2 3/e" Dia. Galvanized Steel Frame 345.00 146 1 - LRD10 10 Gallon Waste Receptacle - Pole Mounted 120.00 28 1 - 1200 Rece tacle - Pole Mounted White only 30 1 - LRR321 32 Gallon Metal Waste Receptbc a �30400148 Venetian Finish 1 - FTL32 32 t�l on e a ecep ace i or RR321- 110 -9000V 9 1 688.50 10056 In- Ground Mount for LRR321 30.00 12 1 10057 Surface Mount for LRR321 30.00 12 1 - 10087 In- Ground Mount for ATD10, ATR10 & ATX10 30.00 10 1 - CSBH Children's Sandbox 975.00 270 1 - F6025 42" Dia. Umb. Table w /Chairs 23/e" Dia. Galy. Steel Frame 692.00 214 1 - K32TR 32 Gallon Wood Trash Receptacle -Liner sold separately 245.54 124 1 K1 6G 15" x 20" Adjustable Grill w/ 42" Pedestal 166.71 79 1 - K1051 BR 5' Bike Rack, 4 Spaces 269.14 61 1 - K1052BR 5' Bike Rack, 8 Spaces 335.53 71 1 - K1081 BR 8' Bike Rack, 7 Spaces 348.09 72 1 - K1082BR B' Bike Rack, 14 Spaces 428.83 93 1 - K4052BR 5' Bike Rack/Low Profile, 6 Spaces 256.58 54 1 - K4052AS Anchor Set 35.89 3 1 - KRBS48 4' Standard Bench, Cast Aluminum w/ White Oak Slats 534.69 60 1 - KRBP60 5' Plantation Bench, Cast Aluminum w/ White Oak Slats 733.86 80 1 - K62RWCB 6' Contour Bench, Steel Frame w/ Redwood Slats 1257.77 185 1 - K84RWCB 8' Contour Bench, Steel Frame w/ Redwood Slats 1587.92 205 1 - KCTR48 68" Diameter Table /Bench, Concrete 1214.71 975 1 - KCTCS22 22 Gal. Square Trash Receptacle, Concrete 577.75 280 1 - KCSTR1230 Trash Receptacle /Ash Urn, 12" Dia. x 30" H, Concrete 511.36 155 1 - KCSTR1332 Trash Receptacle /Ash Urn, 13" Dia. x 32" H, Concrete 575.96 200 1 - KCSR1324 Ash Urn, 13" Dia. x 24" H, Concrete 598.49 275 1 - F103 Trash Bin, 20" x 44" Round Fiberglass 373.47 32 1 10.5 F109 Ash Urn, 8" x 17" Square Fiberglass 64.62 11 1 2 F110 Ash Urn, 8" x 15" Round Fiberglass 64.62 10 1 2 586 Trash Receptacle with Liner 196.07 45 3 28.5 ALUMINUM BENCH SETS (Page 19) A3600D 4 Seat Bench Set 36" No Hole 499.75 86 1 21 A3601 U 4 Seat Bench Set 36" W /Hole 534.16 88 1 21 A4200D 6 Seat Bench Set 42" No Hole 627.69 118 1 23.5 A4201 U 6 Seat Bench Set 42" W /Hole 659.71 121 1 23.5 A4800D 6 Swivel Seat Bench Set 48" No Hole 1281.12 158 1 26 A4801 U 6 Swivel Seat Bench Set 48" W /Hole 1377.15 160 1 26 UMBRELLAS & UMBRELLA BASES (Page 19) Custom Logo available for umbrellas. Consult factory for price. 1000 35# Polypropylene Umbrella Base White only 22.41 3 1 1.75 1050 50# Aluminum Umbrella Base Polished Finish 32.55 3 1 1.75 1050P 50# Painted Aluminum Base Tropicote Finish 34.40 3 1 1.75 1150 50# Cast Iron Market Umbrella Base White only 165.59 50 1 1.75 1200 50# Polypropylene Market Base White only 46.36 3 1 1.75 MUB 0020 70# Aluminum Umbrella Base * Venetian Finish 129.54 70 1 22 110 -9000V 9' Market Umbrella - Aluminum Frame * Venetian Finish 688.50 35 1 3 * For use with Venetian only. MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department 1405 /Recreation Project Shipwreck Cove Paint 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 / /L 11'"ost Estimate $25,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun I Q4: Jul -Sep X Description of Items) or Project: Re -paint Shipwreck Cove. Description or ID of Original Asset to Original Shipwreck Cove paint job. be replaced (Fixed Asset ID): Justification, Rationale, or Explanation The original paint on Shipwreck Cove has faded and is not visually of need to authorize project request: appealing. This is due to solar fading, water chemicals and the wear and tear of touching have all played a part. IF DENIED, possible alternatives which None. may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Gen / Cap $ 25,000 $ $ $ $ $ 25,000 'Source (2) - $ Source (3) - - $ - TOTAL $ 25,000 $ - $ - $ - $ - $ 25,000 Form FIN CAP1 Revised 5/8/2007 Page 1 of 3 Brad Gibson From: Robert Swinney [rswinney @waterparkexperts.com] Sent: Friday, March 30, 2007 7:31 AM To: Brad Gibson Subject: RE: miami shores aquatic center pics Brad, That was quick. Here is my first impression of the job —just in case we cannot get a *REAL* estimate for you in time. It looks like you have about 7 days of work for 3 workers. We charge about 600 /day for the supervisor, 400 /day for the workers. We allot $50 1day per diem. There would be 2 -3 days travel in each direction. It looks like you have some where between 1500 -2000 dollars in reconditioning supplies that would be needed. And about 500 in consumables and supplies. So — that would be: $9800 — Labor $1500 - Per Diem (travel time and onsite) $3600 — Travel Time Labor $1560 — Hotel — 12 nights $2500 — Chemical and expendables $2500 — Transportation Expense Thanks, Robert Swinney Sales Leader (830)401 -4797 Ext. 306 www. waterparkexperts. com tea.... wWew�++"wG•.r AWi E3A'WiA44[ \ri � }�Ai" kite From: Brad Gibson [ mailto: GibsonB @miamishoresvillage.com] Sent: Thursday, March 29, 2007 1:42 PM 30/03/2007 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1405 /Recreation Project Plastic Lockers 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 Q1: Oct -Dec Q2: Jan -Mar', Cost Estimate $7,000 Project expected to begin: X Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Solid plastic lockers for both public bathrooms. Description or ID of Original Asset to Metal lockers, be replaced (Fixed Asset ID): Justification, Rationale, or Explanation The existing metal lockers rust due to the wet articles and overall of need to authorize project request: damp climate in the bathrooms. They have been painted and treated with rust converter in the past but have rusted again. IF DENIED, possible alternatives which Continue sanding, converting and painting the existing lockers may be considered: every few years. Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL 'Source (1) $ 7,000 $ - $ $ $ - $ 7,000 Source (2) - - $ - Source (3) - - $ - TOTAL $ 7, 000 $ - $ - $ - $ - $ 7, 000 Form FIN CAN Revised: Jan'06 MLJU-- .LL--- Jrlti 11 J_. 41UULCf4 MwuIrl'ICIYI H -1G. -005 11, 35 UOGLER EQU I PNENT SH;EW4 K,ORI l LAAWT DW;4knOR OF srOMM 6 MATEAK r+AHMM EQXF *NT August 16, 2005 Mr. Frio 0146n c/a Miami Shares Axxatic Center 10200 Biscaym Blvd. Miami shone, 1% 33138 Re: solid plastic Locke * ,)UZI G..)J 4114 � .!7 30155 653 4E14 P.OV ,�� �jAL. pAW FL33189 M6634614FAX ( GAil ANDO (+M 3W TJi (4M=- 1676rAX PJAPA (u�s}�saaeaKaac Dead trio, We are pleased is .gwat6 an the followixV itm as you requa stad. 16 Fri /48 Openings, '12"v x lVd x 24AI/72"h, 3• -Tier, Solid, Plastic Lockerer an mawfactured by Z3 Mo&ay Corporation with (2) 6" Vortical Filler Panels, No Base or Exposed End Panale Total 'Material Cost•Deiivered i astailvt3.,_._.•....,•,..•.,. •......_...,..,•m ... ... ... ,..,, ....�9 0,a20.-V Tarme: 506 Depoait, balance Up" l.gU*n -of installation. 92.19 Tax. ?a be added if applicahla.. Quote: V*lid for 60 days. gxcl.usions: 140ke and cuatm c3olors. FAspoatfully, Vogler Equiy nest Company ny s. ■. Acc ted by, Miami Shares haunti.c Center Date Message Erik Olsen From: Adam Singer [asinger @lockersolutions.com] Sent: Friday, October 20, 2006 11:14 AM To: Erik Olsen Subject: Locker Solutions Price Quote i LOC K SOLO Page 1 of 2 About Us } Employee Lockersr Friday, 10/20/06 11:11 AM Gym Lockersr Hi Erik, School Lockersr Thank you for this opportunity to quote on your locker Sports Lockersr requirements. I am committed to doing whatever I can to Plastic Locker D. make your project happen. I would appreciate any other information you can give me to help see it through, such as Steel Lockers:• room size /layout and the date you need the lockers to arrive before. More Lockers:- Lockers for Home 16 Frames of Plastic, Assembled, 12w x 18d x 72h, Three Tier Lockers (24h per locker opening, 48 locker openings total) 052. Shipping adds $758 for a final shipped price - o $$6, 810. NY, CA, CT, TN, MD, FL residents add sales tax. Quote pricing valid for 60 days from date of issue. Accessory pricing is for the total quantity of frames /lockers quoted, not individual frames /lockers. Current lead time on plastic lockers is 6 -8 weeks plus 1 week for shipping. Our plastic lockers come with a 20 Year Guarantee against rust, and are designed with continuous hinges and latches for years of care free, maintenance free secure storage. If you have any questions please feel free to let me know. I am looking forward to hearing from you soon. Sincerely, A44M Singer 10/26/2006 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1405 /Recreation Project Lifeguard Chairs Name: PROJECT STATUS Project rating 1k Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating 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: (3) Low height portable Lifeguard Chairs with umbrella holders. Description or ID of Original Asset to Low height portable Lifeguard Chairs (Shipwreck Cove) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Due to the many hurricane warnings (which require moving and of need to authorize project request: storage) over the last 7 years as well as the day to day wear and tear and exposure to chemicals, these stands are deteriorated and need to be replaced. IF DENIED, possible alternatives which These stands can continue to be repaired, however repairs do not may be considered: leave the stands as rigid as they should be. Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) $ 6,000 $ $ $ $ - $ 6,000 Source (2) ' Source (3) $ ` TOTALI $ 6,000 1 $ - $ - $ - $ - $ 6,000 Form FIN_CAP1 Revised: Jan'06 LrACiOLN 37 -158 GUARD STANDS PARAGON LOOKOUT CHAIRS— Designed for pools that do not require a full height chair, but want to separate guard from patrons. All Lookout chairs feature an elevated 360° swivel seat, for easy access. 40" x 38" slip resistant top. Wheels included on 2 and 3 step models for portability. Item � Model Platform Seat I Size Height 56 3 -Ste 48 "W x 55'D x 707 54" 58 2 -Ste 38 "W x 40'D x 58"T 42' -162 37 1 -Ste 38 "W x 40 -D x 387 30" LOOKOUT CHAIR PARTS 37 -085 Paragon 26" vertical tread, cycolac 38-043 Rubber leg cap, each 38-049 Plastic wheel, each GUARD STANDS LOOKOUT DUAL SIDE MOUNT CHAIR — Guard stand provides convenient access for lifeguards from both sides of the stand. Wheels on the front legs allow for easy relocation of the chair. Stainless steel construction with 48" x 48" fiberglass slip resistant top. Seat height is 54" from deck. Includes umbrella and rescue tube holder. 37 -164 37 -165 LOOKOUT PLATFORM CHAIR— Designed for busy aquatic centers and water parks. Allows for uninterrupted guard changes with sloping ladder on both sides of the stand. Stainless steel construction with 40" x 60" fiberglass slip resistant top. Seat height is 54" from deck Includes umbrella and rescue tube holder. 37 -165 38 -065 GRIFF'S GUARD STATION — New front entry elevated viewing station provides easy access for lifeguards. Wide front step brings the guard closer to the pool edge. GRIFF'S GUARD STATION PARTS 38 -043 Rubber leg cap, each 38 -041 Solid rubber wheel, 7 ", each 1 TOLL FREE (800) 223 -5450 71 ITEM PAGE DESCRIPTION SHIP Wr# PRICE 36 -086 66 2 -Bend handrail, 48' x.109' CC 23 -00 304.75 36 -087 66 2 -Bend handrail, 48' x.145' CC 30.00 36475 36 -090 66 2 -Bend handrail, 60'x .065' CC 16.00 205.25 36 -091 66 2 -Bend handrail, 60' x.109' CC 25.00 329.75 36 -092 66 2 -Bend handrail, 60' x,145' CC 34.00 39725 36-095 66 2 -Bend handrail, 72'x.065' CC 11100 211150 '6 -096 66 2 -Bend handrail, 72" x, 109' CC 27.00 35825 .16 -097 66 2 -Bend handrail, 72' x, 145' CC 38.00 428,75 36 -100 66 3 -Bend handrail, 48'x.065' CC 15.00 189,75 36 -101 66 3 -Bend handrail, 48'x.109' CC 24.00 31 &25 36 -102 66 3 -Bend handrail, 48' x.145' CC 32.00 37825 36 -105 66 3 -Bend handrail, 60' x.065' CC 1 6.00 20825 36 -106 66 3 -Bend handrail, 60'x 109' CC 26.00 34275 36-107 66 3 -Bend handrail, 60'x 145' CC 36-00 411.25 36 -110 66 3 -Bend handrail, 72'x.065' CC 18,00 225,25 36 -111 66 3 -Bend handrail, 72' x.109" CC 28.00 36925 36 -112 66 3 -Bend handrail, 72' x.145' CC 40.00 439.75 36 -145 66 2 -Step ladder, 24" x.065' CC 37.00 584.50 36 -150 66 2 -Step ladder, 24" x.109" CC 49.00 832.50 36.155 66 2 -Step ladder, 24' x.145' CC 60.00 988.75 36 -160 66 2 -Step ladder, 29'x.065' CC 37,00 596.50 36 -165 66 2 -Step ladder, 29' x.109' CC 51.00 751.75 36 -170 66 2 -Step ladder, 29'x.145' CC 63.00 945.75 36 -175 66 2 -Step ladder. 35'x.065' CC 39.00 621.75 36 -180 66 2 -Step ladder, 35'x.109' CC 54.00 811.75 36 -185 66 2 -Step ladder, 35' x.145' CC 68.00 997.50 36 -190 66 3 -Step ladder, 24' x .065" CC 39.00 636.50 36 -195 66 3 -Step ladder, 24' x .109' CC 55.00 917.25 36 -200 66 3 -Step ladder, 24'x,145' CC 68.00 1;092.00 36 -205 66 3 -Step ladder, 35'x.065' CC 43.00 676.75 36 -210 66 3 -Step ladder, 35' x .109" CC 6000 897,50 36 -215 66 3 -Step ladder, 35'x.145' CC 76.00 1,198.25 36 -220 66 4 -Step ladder, 24'x.065' CC 43.00 696.75 36 -225 66 4 -Step ladder, 24' x.109' CC 61.00 994.25 36 -230 66 4 -Step ladder, 24' x.145' CC 75.00 1,228.25 36 -235 66 4 -Step ladder, 35' x.065" CC 47.00 654.25 36 -240 66 4 -Step ladder, 35'x.109' CC 66.00 987.50 36 -245 66 4 -Step ladder, 35' x.145" CC 83.00 1,297.75 36 -250 66 5 -Step ladder, 24'x .065" CC 47.00 71225 36 -255 66 5 -Step ladder, 24' x.109' CC 67.00 1,097.25 36 -260 66 5 -Step ladder, 24' x.145" CC 83.00 1,323,50 36 -265 66 5 -Step ladder, 35'x.065' CC 51.00 723.25 36.270 66 5 -Step ladder, 35' x.109' CC 72.00 1,066.75 '5 -275 66 5 -Slep ladder, 35' x.145' CC 91.00 1,328.50 5 -300 66 Paragon adjustable grab rails, .065' CC 55 -00 47750 36 -305 66 Paragon adjustable grab rails, ,109" CC 42.00 83750 36 -310 66 Paragon adjustable grab rails, .145' CC 26,00 901.75 36 -315 66 Paragon longreach adjustable grab rails, .065' CC 8(100 541.50 36 -320 66 Paragon longreach adjustable grab rails, .109' CC 60.00 1,121.75 36 -325 66 Paragon longreach adjustable grab rails, .145' CC 39.00 1,131.75 HANDRAILS & ANCHORS 68 S. R. Smith cradle head bolt assembly UPS 03 -182 67 Metal polishing scrubs, 18 towel pack UPS 5.00 9.25 03 -183 67 Metal polishing scrubs, 30 towel pack UPS 5.00 15.75 35 -320 67 Rail Safe handrail cover, 4' UPS 5.00 1900 35 -325 67 Rail Safe handrail cover, 6' UPS 5.00 29.00 35 -331 67 Rail Safe handrail cover, 20' UPS 5.00 89 -50 35 -335 67 KoolGrip handrail cover, 4' UPS 5.00 35.50 35 -340 67 KoolGrip handrail cover, 6' UPS 5-00 44.50 35 -345 67 KoolGrip handrail cover, 8' UPS 500 62,75 35 -350 67 KoolGrip handrail cover, 10' UPS 5,00 86.25 36 -115 67 Deck - mounted horizontal rail CC 18,00 222,75 36 -120 67 Deck- mounted welded rail CC 2000 296.25 36 -125 67 Exercise railings, 3' CC 1100 414.75 36 -130 67 Exercise railings, 4' CC 7.00 448.25 36 -135 67 Exercise railings, 5' CC 8 -00 451,25 36 -280 67 Paragon custom ladders CC 0.00 Inquire 37 -005 67 Paragon bronze anchor socket, 4' UPS 3,00 65.50 37 -010 67 Paragon replacement wedge assembly UPS 0.50 19.75 37 -011 67 Bronze deck anchor, 4' UPS 2.00 33.25 37 -012 67 Replacement wedge assembly UPS 0.50 15.25 37 -015 67 Double anchor socket assembly UPS 6.00 248.25 37 -020 67 Replacement wedge retrofit kit UPS 075 49.75 37 -025 67 Paragon rear anchor assembly UPS 7.00 235.75 37 -030 67 Paragon stainless escutcheon UPS 1.00 16.50 37 -035 67 Paragon CPB escutcheons UPS 1.00 42.75 37 -040 67 Round stainless escutcheon UPS 0.50 18.75 37 -045 67 Double anchor escutcheons, each UPS 0.50 47.75 'TEPS & CHAIR PARTS 7 -021 68 Paragon guard chair pedestal anchor assembly UPS 3.00 222.50 37 -048 68 Handrail stabilizing plug, each UPS 100 26.25 37 -050 68 Cradle head bolt assembly, pkg, of 2 UPS 100 10.25 ITEM PAGE DESCRIPTION SHIP WT# PRICE 37 -051 68 S. R. Smith cradle head bolt assembly UPS 1.00 13.50 37 -054 68 Ladder bumper, universal, .065 wall only UPS 0.50 5.25 37 -055 68 Ladder Bumper, female UPS 1.00 6.50 37 -056 68 Ladder Bumper, male UPS 1.00 6.50 37 -057 68 Safety 2 step kit UPS 12.00 149.75 37 -058 68 Safety 3 step kit UPS 15.00 189.75 37 -059 68 Safety 4 step kit UPS 18.00 229,75 37 -060 68 Paragon 19' vertical tread, cycolac UPS 2.00 45.75 37 -061 68 Safety 5 step kit UPS 22.00 269.50 37-065 68 Paragon 19" sloping tread, cycolac UPS 1.50 45.50 37 -071 68 S R. Smith 20' tread, vertical, HIP UPS 1.50 47.50 37 -072 68 S.R. Smith 20' tread, vertical, Elite UPS 1.50 47.50 37 -073 68 S.R. Smith 20' tread, sloped, Elite UPS 1.50 57.75 37 -080 68 SO 22' sloping tread, cycolac UPS 2.00 84,50 37 -085 68 Paragon 26' vertical tread, cycolac UPS 3.00 89.50 37 -090 68 Paragon 26' sloping tread, cycolac UPS 4.00 89.50 37 -105 68 Pentair cycolac semi - recess steps, (set of 3) UPS 6.00 59.25 37 -110 68 Paragon frostproof rec. step, each UPS 3.00 71.75 37 -115 68 Paragon stainless steel rec. step, each UPS 7.00 236.75 37 -120 68 Lincoln polypro pit step UPS 2,50 39.75 37 -125 68 Paragon Guard chair swivel & pedestal UPS 9.00 252.75 37 -130 68 Paragon Guard chair seat UPS 6.00 154.00 38 -044 68 Rubber base pad, each UPS 3.00 28.50 38 -046 68 Stainless steel tube plug UPS 6.00 19.50 38 -047 68 Umbrella ring holder UPS 6.00 29.75 38 -048 68 Umbrella ring guide UPS 6100 45.75 GUARD CHAIRS & ACCESSORIES 71 Lookout platform chair CC 38 -057 69 Champion Guard Chair, front step, 51' UPS 75.00 678.50 38 -058 69 Champion Guard Chair, front step, 61' UPS 110.00 1,011.25 38 -061 69 Champion Guard Chair, no step, 51' UPS 62.00 566.75 38 -063 69 Champion Guard Chair, front step, 85' CC 200.00 1,82 &75 38 -064 69 Champion Guard Chair, front step, 70" CC 155.00 1,395.25 38 -071 69 Champion Guard Chair, side step, 85' CC 200.00 1,826.75 38 -072 69 Champion Guard Chair, side step, 70' CC 155.00 1,395.25 38 -060 69 Lincoln Guard Station UPS 100.00 485.00 38 -085 69 Storage Box UPS 5.00 51.00 43-080 69 Lifeguard umbrella w /tilt, valance, flat bottom pole UPS 10.00 115.75 GUARD CHAIRS 71 Lookout platform chair CC 37 -005 70 Paragon bronze anchor socket, 4' UPS 3:00 65.50 37 -035 70 Paragon CPB escutcheons UPS 1.00 42.75 37 -060 70 Paragon 19' vertical tread, cycolac UPS 200 45.75 37 -065 70 Paragon 19' sloping tread, cycolac UPS 1.50 45.50 37 -090 70 Paragon 26" sloping tread, cycolac UPS 4.00 89,50 38 -005 70 Paragon OSHA guard chair, 6' CC 192.00 3,664.25 38 -010 70 Paragon Ultraflyte guard chair, 6' CC 187.00 3,089.75 38 -015 70 Paragon Superflyte guard chair, 6' CC 157.00 2,604.75 38 -025 70 Paragon ladder at sides guard chair, 6' CC 183.00 3,405.50 38 -027 70 Paragon standard guard chair, 6' CC 90.00 2,497.25 38 -035 70 Paragon movable guard chair, 6' CC 225.00 3,958.50 38 -040 70 Paragon movable guard chair, 8' CC 235.00 4,231.75 38 -041 70 Solid rubber wheel, 7 ', each UPS 1.50 24.75 38 -043 70 Rubber leg cap, female UPS 1.00 7.50 38 -049 70 Plastic wheel, each UPS 3.00 10.75 38 -050 70 Paragon portable guard chair, 2 step CC 85.00 1,52275 38 -055 70 Paragon portable guard chair, 3 step CC 89.00 1,661.50 38 -060 70 Paragon portable guard chair, 4 step CC 95.00 1,936.75 38 -062 70 Wheel kit UPS 9.00 192.50 GUARD STANDS 37 -085 71 Paragon 26' vertical tread, cycolac UPS 100 8950 37 -156 71 Paraobh Lookout Chair, three stem UPS t40 00 3.261.75 37 -165 71 Lookout platform chair CC 300.00 5,904.25 38 -041 71 Solid rubber wheel, 7', each UPS 1.50 24,75 38 -043 71 Rubber leg cap, female UPS 1.00 7.50 38 -049 71 Plastic wheel, each UPS 3,00 10.75 38 -065 71 Paragon Griff's Guard Station, flat CC 300.00 5,061.75 38 -070 71 Paragon Griffs Guard Station, step CC 265.00 5,583,75 38 -075 71 Paragon Griffis Guard Station, tall CC 250.00 5,341.25 MAIN DRAIN & GRATES 39 -020 72 Anti - vortex drain, 1 1/2'x 1 112' UPS 250 25.25 39 -025 72 Anti- vortex drain, 2'x 1 112" UPS 3.00 24.75 39 -030 72 18'x 18' sump. 8' connection UPS 65,00 1,085.50 39 -032 72 18'x 18' sump, 6" connection UPS 63,00 1,059.75 39 -035 72 12' x 12' sump. 6' connection UPS 22,00 347.50 39 -040 72 12'x 12' sump, 4' connection UPS 20,00 323.50 TOLL FREE (800) 223 -5450 - 16 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1405 /Recreation Project New Funbrellas 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 $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: (2) new 20' funbrellas (for competition pool) Description or ID of Original Asset to Swim team canopies (by west end of competition pool) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation The canopy legs have broken apart at the weld twice due to strong of need to authorize project request: gusts of wind. Re- welding isn't possible in house because the poles are made of aluminum. Funbrellas are much more resilient to wind. IF DENIED, possible alternatives which Order a new pole from the factory and have public works install it. may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) $ 6,000 $ $ - $ $ $ 6,000 Source (2) - - $ - 'Source (3) - $ TOTALI $ 6,000 1 $ - $ - $ - $ - $ 6,000 Form FIN CAP1 Revised: Jan'06 S' on V# MIAMI SHORES VILLAGE 10050 N.E. Second Avenue Miami Shores, Florida 33138 Tax I.D. #23- 10- 330630 -SYC TO Anchor Industries, Inc. 1100 Burch Drive P.O. Box 3477 Evansville, IN 47733 -3477 812 - 867 -2421 PERSON TO CONTACT REGARDING: THIS ORDER: `Terry Estep TELEPHONE: NO.: 13051 795 -2233 PURCHASE ORDER NO. 14697 This number must appear on all invoices, shipping labels, correspondence, etc. DATE: May 21, 2001 SHIPTO: Miami Shores Recreation Dept. Aquatic Division 10200 Biscayne Blvd. Miami Shores, FL 33138 MAIL INVOICE TO: Same as above AUTHORIZED SIGNATURE: ITEM QUAN. UNIT I DESCRIPTION UNIT TOTAL ACCOUNT BUDGETCODE AMOUNT N0. COST 4 20' Funbrellas - Includes Sunbrell top, centerpole, bows, braces & $2,853.00;$11,412.00 350.1405.572.64 (2 pc) groundsleeve Colors - 2 - 4601 Pacific Blue 1 - 4643 Persian Green 1 - 4665 Concord Freight 295.50 `11,707.50 Total ............................ F.O.B. Origin Terms Net 30 Days Funbrella for Aquatic Center STATE OR COUNTY CONTRACT NO. DELIVERY INSTRUCTIONS ��2 SL�asZ =2 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 P— "loyee is empowered to vary the foregoing. Purchase orders must wed prior to delivery of goods or services. See reverse side for y_..dral conditions pertaining to this order. FIXED ASSET N PROJECT k APPROVAL OF PURCHASING PROCEDURE DATE `51 Purchasing officer 01 0r or CERTIFIED AS TO AVAILABLE FU DS AND BUDGET ACCOUNT 5 9 200 inance Director APPROVED: Village Manager MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1500 - 571.64000 Library Project patron Computer Server Name: PROJECT STATUS Project rating It Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Submittal Effective Rating date year X Cost Estimate $4,262 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep x Description of Item(s) or Project: Small Business Server 10 user cats - Memory 2GB 533 MHz - 2 Hard Drive 80 GB, CD- RW /DVD ROM Drive - Dell Flat Panel 17.0 inch - Mouse Et keyboard - Set up installation - Data Transfer Et Reconfiguration of work stations. Description or ID of Original Asset to be Original Gateway server obtained with grant from the Gates replaced (Fixed Asset ID): Foundation in 1999. Must be serviced often due to inability to perform as required. Justification, Rationale, or Explanation Present server is 8 years old and has difficulty supporting the of need to authorize project request: current and more powerful public access computers and programs. IF DENIED, possible alternatives which Continue to use old server and expect down times and many service may be considered: calls. Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) 301 -1500 $ 4,262 $ $ $ - $ $ 4,262 Source (2) - - - - $ - Source (3) - TOTALI $ 4,262 1 $ - $ - $ - $ - $ 4,262 Form FIN CAP1 Revised: Jan'06 Z The PC Doctors of FL P.O. Box 822515 • South Florida„ FL 33082 Name / Address Brockway Memorial Library 10021 NE 2nd Avenue Miami Shores, FL 33138 Estimate Date Estimate # 3/2/2007 2550 ' P.O. No. Rep JCR Item Description Qty Unit Price Total Patron Server for Brockway Library SERVER PowerEdge 1900 Dual Core Intel® Xeon® 5050, 1 2,998.00 2,998.00T 2x2MB Cache, 3.00GHz Small Business Server 2003 +10 users cals Memory 2GB 533MHz 2 Hard Drive 80GB, SATA, 3.5 -inch, 7.2K RPM Mirror, Raid 1 Add -in SAS /SATA RAID 1, SAS 5 /iR Adapter 48X IDE CD- RW /DVD ROM Drive Dell E177FP, Flat Panel, 17.0 Inch Viewable Image Size Mouse & Keyboard SERV -INST Set up installation 1 599.00 599.00 SERV -INST Data Transfer from old server to new server (hours) 5 95.00 475.00 SERV -INST Reconfiguration of all Work Station (hours) 7 95.00 665.00 SVC- BROOK... Service cover by contract -5 95.00 - 475.00 Subtotal $4,262.00 *Please note that all price quotes are valid for 15 days from the date of this e-mail and are o expressed in US currency. Sales Tax ��.� �o� $0.00 Total $4,262.00 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1500 - 571.62000 Library Project Staff Offices Light Fixtures 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 —F;=l X L 313U/LUU/ Cost Estimate $ 3,780 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Project expected to begin: x Q4: Jul -Sep Description of Item(s) or Project: Replace old fluorescent lighting fixtures in staff offices in order to provide more adequate lighting in those areas. Description or ID of Original Asset to be Thirteen (4) ft. fluorescent fixtures. replaced (Fixed Asset ID): Justification, Rationale, or Explanation The fixtures in these areas 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 main areas will provide more efficacious lighting as well as renovate the offices. IF DENIED, possible alternatives which The lighting will remain inadequate and unattractive until may be considered: improvements are made. Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1)301 -1500 $ 3,780 $ $ $ - $ - $ 3,780 Source (2) - - $ Source (3) - - $ - TOTALI $ 3,780 1 $ - $ - $ - $ - $ 3,780 Form FIN_CAP1 Revised: Jan'06 Jan 16 07 09:30a Moody Electric Inc MCODY 11 ,.7 ELMTRIC, INC. www.moodyelectdc.com 669 N.W. 90 Street • Miami, FL 33150 -2166 Tel: (305) 758 -2000 Fax (305) 754 -1333 Proposal Submitted to: Village of Miami Shores Brockway Memorial Library 10021 N.E. 2 Avenue Miami Shores, Florida 33138 Attn: Elizabeth Esper Job Name: New Lighting Location: Sarre as Above Job Description: 305 - 758 -2000 P,1 PROPOSAL Tel / Fax: 305- 758 - 8107/305- 754 -7660 January 15, 2009 1.) Furnish and install new 4 foot 2 light fluorescent fixtures with T -8 daylight lamps. Fixtures will be surface mounted,, . — 1°1 thirteen (13) in the Staff Workroom. QUOTE: $3,500.00 / Staff Workroom Notes: 1.) All conduit, wiring and fittings included for a complete installation. 2.) Patching and painting by ethers. 3.) Permit, if required is cost plus $75.00 in addition to below quotation. 4.) Any additional services required by the Authorities Having Jurisdiction will be considered a change to the scope and will be quoted as a change. rrr. rJ1 -V1' bE hereby to fbrnish material and labor- complete in ac, Payable as follows: Due Upon Completion See Above Ions for the sum In the event customer fails to pay this proposal when due, Moody Electric, Inc, shall be entitled to recover all costs incurred including allomey's fees for services rendered in connection with collection of payment of the debt as evidence by this proposal or enforcement of Moody Electric Inc.'s rights provided under law. NOTE: This proposal may be withdrawn by us if cot accepted within 30 days. 13Y- Moody Electric, Inc. Authorized Signature Acceptance of Proposal - The prices, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work specified. Payment will be made as outlined above. Dale Signature Date Print Page 1 of l MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department Police Project Crime Scene Digital Camera Name: PROJECT STATUS Project rating 8 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal Effective date year Cost $ 4,550 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: Purchase a high resolution digital camera and equipment for crime scene evidence collection. Description or ID of Original Asset to Film camera be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Currently the detective bureau does not have a digital camera of need to authorize project request: capable of producing the quality images required for definitive analysis of evidence collected. With a digital system, evidence collected is instantly evauated for submission; eliminating guesswork and time of film images. IF DENIED, possible alternatives which may be considered: Funding Request by Year rt Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) Cap Projects $4,550.00 $ $ - $ - $ $ 4,550 Source (2) - - $ - 'Source (3) - - $ - TOTAL $ 4,550 1 $ - $ - $ - $ - $ 4,550 Form FIN CAP1 Revised: Jan'06 Nikon D200 Digital SLR Camera- (Camera Body) - 25235 - RitzCamera.com Page 1 of 4 RffZ (:A MERA. c o m & FJ& FREE A Rrrz ImTEmAcTim ON MOST PHOTO ITEMS - CLICK FOR DETAiLS >? Call us anytime! 1- 877 - 690 -0099 NO SALES di'3X i HOME I HELP I I . VIEW CART I ORDER STATUS I STORE LOCATOR Digital Digital - Camcorders Printers New! Electronics Binoculars Memory Batteri SLR Cam_ eras Search Compare Need Help Coupons Gift Looking for i•iu. ing 8 Fishing r' Products Deciding? & Refutes is Shop BoatersWorld.com Certificates Digital - '- Prints _ CANON I NIKON I SONY I KODAK I PANASONIC I PENTAX I CASIO I HP I MEADE I FUJIFILM I SIGMA Take $10 OFF orders of $30 or more! ►Else . c t,, �I. �a f! Promation ands ApMll 8.2087 Home > Shop > Digital SLR > Digital SLR > Nikon D200 Digital SLR Camera - (Camera Body) • Weekly Ad • Gift Center TOP 10 Sellers • Product Finder . Click for Live Help • Product Alerts • Clearance t, HACKER SAFE TESTED 02 -APR SHOP Digital SLR Digital SLR Digital Cameras (All) Compact Cameras Camera & Printer Kits Lenses Memory Batteries Bags & Cases Filters Tripods Flashes /Motor Drives Tutorials Studio Lighting Slide Projectors Light Meters Albums & Frames Film Cameras Film Darkroom body only - lens sold separately 10.2 Mega Pixels Interchangeable Lens 2.5" LCD 0 Enlarge 0 Search all Image Nikon 8 Print Page @ Question? Email Email to a Us Friend ®Alert Me EPSOtl Photo Printer 4W regularly $99.99 now $19.99 •�1 7 click for details 'Pri -Iter Camera PJust Be Added Tr Shoppiiy CartSepar-.te;y 0 n CE-M Customer (17 Reviews: ratings) ' '{ 1;,_,•n.-6' J FOR ACRMCKTO WIN 510001 Nikon D200 Digital SLR Camera - (Camera Body) The D200 was engineered to incorporate more must -have features than any other camera in its class, enabling photographers to capture images in a way once reserved only for professionals. Mfr # 25235 Our Stock # 541530275 ","u, ran Free Shipping (orders over $0,00 $100 *) No Sales Tax $0.00 Availability: In Stock Usually ships within 24 hours (Mon. - Fri.) One Year Extended Service Plan - Protection Policy for $228.00 F Equipment Valued at $1400 to 1499.99 Two Year Extended Service Plan - Protection Policy for $456.00 F Equipment Valued at $1400 to 1499.99 Payments as low as $45.00 /mo. on this product. http://www.ritzcamera.com/product/541530275.htm?bct=tl 3024003 %3 Bcidigitalslr %3 Bcis... 4/2/2007 Nikon D200 Digital SLR Camera- (Camera Body) - 25235 - RitzCamera.com Page 2 of 4 Select Bill Me Later® at checkout. Restrictions & details. Enjoy No Payments for 90 Days on Purchases over $500 when you pay with Bill Me LaterO - View Disclosures Accessories Features Specifications Package Contents Reviews May we suggest the following popular accessories: To add an item to your cart check the item then click the Add To Cart button. Lexar 512MB Locktight Pro SOX Quantity: F CompactFlash Memory Card Our Price: $74.99 Mfr # CF512 -80 -637 Our Stock # 101508323 NYIP Fundamentals of Digital Quantity; 1' Photography -Short Course Our Price: $199.00 Mfr # DSLRO01 Our Stock # Add to Cart NYIPDSLRO01 Nikon 12 -24 mm f /4G ED -IF AF -S DX Quantity: ri Zoom - Nikkor Lens Our Price: $1,029.95 Mfr # 2144 Our Stock # Add to Cart F 541538591 Nikon 18 -200 mm F/3.5 -5.6G ED -IF AF Quantity: l' DX VR Lens Our Price: $749.99 Mfr # 2159 Our Stock # Add to Cart F 541530721 Nikon 24 -120 mm f/3.5 -5.6G AF -S VR Quantity: I B IF -ED Nikkor Lens Our Price; $619.95 Mfr # 2145 Our Stock # ,add p� Cart � 541538583 Nikon 80 -400 mm Quantity: �— f/4.5 -5.6D ED Vibration Reduction Our Price: $1,649.95 i' Nikkor Lens Mfr # 1996 Add to Cart F http: / /www.ritzcamera. com/ product / 54153 0275.htm ?bct =t 13024003 %3 Bc:idigitalsir` /o3 Bcis... 4/2/2007 Nikon D200 Digital SLR Camera- (Camera Body) - 25235 - RitzCamera.com 541532727 Nikon CF -113200 Semi Soft Case Mfr # 25336 Our Stock # 541530457 Nikon Capture NX Software Mfr # 25338 Our Stock # 811530377 Nikon En -EL3e Rechargeable Lithium Ion Battery Mfr # 25334 Our Stock # 541530283 Nikon MB -D200 Multi Power Battery Pack Mfr # 25337 Our Stock # 541530317 Nikon MC -36 Multi Function Remote Mfr # 4917 Our Stock # "�•1.�530432 Nikon RI C1 Wireless Close -Up Spegalight Outfit Mfr 4803 Ou Stock # 1530796 Nikon R1 Wireless Close -Up Speedlight Outfit Mfr # 4804 Our Stock # 541531091 Nikon SB -600 AF Speedlight Flash Mfr # 4801 Our Stock# 541538724 Quantaray Ultra -Fine Microfiber Cleaning Cloth Mfr # 221662125 Our Stock # 221662125 Our Price: $74.99 Our Price: $149.99 Our Price: $49.99 Our Price: $189.99 Our Price: $179.99 Our Price: $679.99 Our Price: $429,99 Our Price: $369,95 Our Price: 'x4.99 Page 3 of 4 Quantity: I' Add to Cart F Quantity: I' Add to Cart r Quantity: I' r Quantity: F1 Add to Cart F Quantity: !' Add to Cart F Quantity:!' Add to Cart F Quantity: F1 Add to Cart F Quantity: 1' Add bo Cart F Quantity: I' Add to Cart F http://www.ritzcamera.com/product/541530275.htm?bct=tl 3024003 %3 Bcidigitalslr %3 Bcis... 4/2/2007 Nikon D200 Digital SLR Camera- (Camera Body) - 25235 - RitzCamera.com Page 4 of 4 Why Shop Customer Company Just for F Featured FUN Here Services Services Partners About Us I Digital Cameras I Help I Site Map I Auctions Your payment information and privacy is guaranteed to be 100% safe & secure. §1.9- ilsf: rt�y'�rSoume c d �,1 _ p custemereectified Store = "03N3091&� of 8dting: Click to verify dealer and product categories are authorized by Sony Visit Sony Store Terms of Use ©1999 -2007 Ritz Interactive, Inc. http://www.ritzcamera.com/product/541530275.htm?bct=tl 3024003%3 Bcidigitalslr® /o3Bcis... 4/2/2007 Nikon 105mm f /2.8G ED -IF AF -S VR Micro - Nikkor Close -up Lens - 2160 - RitzCamera.... Page 1 of 2 RtTtCAmERA -corn & Eja FREE SHIPPING A WIZ INTCl7ACTAII ON MOST PHOTO ITEMS - CUCK FOR DFTAILS- - Call us anytime! 1- 877 - 690 -0099 & O SALES TAX � �� HOME I HELP I � VIEW CART I ORDER STATUS I STORE LOCATOR ADigital'' I Digital 44 +� a 'A ' ' SLR Cameras Camcorders Printers New_ Electronics Binoculars Memory Batteri - - Search Compare Need Help Coupons Gift Lvraking for Boating $ Fishing? I Products Deciding? & Rebates 5ht+¢ BoetersWarld -com >> Certificates �i Digital Prints CANON I NIKON I SONY I KODAK I PANASONIC I PENTAX I CASIO I HP I MEADE I FUJIFILM I SIGMA Take $10 OFF orders of $30 or more! lo, Use - a, Prorn011on ends April e, toot Home > Lenses For Nikon > Nikon 105mm f /2.8G ED -IF AF -S VR Micro- , Nikkor Close -up Lens _ • Weekly Ad • Gift Center * TOP 10 Sellers ® Product Finder • Click for Live Help • Product Alerts • Clearance L HACKER SAFE TESTED 02 -.APR SHOP Digital Cameras & Accessories Digital Cameras (All) Digital SLR Compact Cameras Camera & Printer Kits >> See All Film Cameras & Accessories Film Cameras Camera Lenses >> See All Camcorders & Video Accessories Camcorders Camcorder Batteries Recording Media >> See All Printers & Scanners All Photo Printers Scanners Ink Jet Printers >> See All N Won CM= Customer (z Reviews: ratings) i rlR 2 ± ± -�� /i. ',' rWt A Ct+AH4ETO WIN S10001, Nikon 105mm f /2.8G ED -IF AF -S VR Micro - Nikkor Close -up Lens_ Mfr # 2160 Our Stock # 541535902 Our Price: $899.95 Free Shipping (orders over $0.00 Q Enlarge 404 Search all $100 *) No Sales Tax $0.00 Image Nikon Q Print Page f] Question? Email Availability: In Stock Q Email to a Us Usually ships within 24 hours (Mon. - Friend 0Alert Me Fri') One Year Extended Service Plan - Protection Policy for $94.00 F Equipment Valued at $800 to $899.99 Two Year Extended Service Plan - Protection Policy for $188.00 F Equipment Valued at $800 to $899.99 Payments as iow as $27,00/mo, on this product. Select Bill Me Later® at checkout. Restrictions & details. Enjoy No Payments for 90 Days on Purchases over $500 when you pay with Bill Me Later® - View Disclosures http: / /www.i itzcamera.com /product /541535902.htm ?bct= %3Bcilenses- for -nikon 4/2/2007 Nikon 105mm f /2.8G ED -IF AF -S VR Micro - Nikkor Close -up Lens - 2160 - RitzCamera.... Page 2 of 2 Electronics - Features Specifications Package Contents Binoculars & Telescopes Reviews Memory The world's first macro lens featuring a Silent Wave Motor (SWM) and the Nikon Vibration Reduction System (VRII) allowing for high - quality hand -held Batteries macro shooting. NEW! The VRII function minimizes camera shake allowing photographers to Scrapbooking shoot hand -held at as many as 4 shutter speeds slower* (at near Memory Albums infinity to 1/3 life size) than would otherwise be possible, assuring Frames dramatically sharper images. >> See All • A Nikon Extra - Low Dispersion (ED) glass element delivers superior optical performance for both digital and 35rnm photography. ED glass Clearance minimizes chromatic aberrations, contributing to improved contrast See All Categories and resolution performance. a The incorporation of Nikon ?s exclusive Nano - Crystal Coat technology Shop by Brand further ensures superior optical performance by virtually eliminating Canon internal lens - element reflections. Nikon Internal Focus (IF) provides fast and quiet auto - focusing without Sony changing the length of the lens, retaining subject working distance Kodak through the focus range. Non - Rotating Front Design provides for more Panasonic convenient use with circular polarizing filters and R1C1 Wireless Close - Pentax Up Speedlight System. Casio • Provides continuous focusing from Infinity to life -size (1:1), offering HP extra working distance in demanding conditions. The Silent Wave Meade Motor (SWM) enables fast and quiet autofocusing, and quick switching Fuji Film between autofocus and manual operation (M /A and M). Sigma • The nine- blacle rounded diaphragm opening snakes out -of -focus elements appear more natural. Why Shop custorn'2r Company Jest for FUN FaatUrpd riere Services services ;partners About Us I Digital Cameras I Help I Site Map I Auctions Your payment information and priva Cyb%jSource ATTL F I� customer t�� stare As of: Ratiaa: cy is guaranteed to be 100% safe 9L secure. Click to verify dealer and product categories are authorized by Sony Visit Sony Store Terms of Use ©1999 -2007 Ritz interactive, inc. http: / /www.ritzcamera.com /product /54153 5902.htm ?bct = %3 Bclienses- for -nkon 4/2/2007 Nikon 17 -55 mm f/2.8 G IF -ED AF -S DX Zoom Lens - Nikkor - 2147 - RitzCamera.com Page 1 of 3 iRiT Ci'71>•atERA.com & Fee FREE SHi PING j% M iz bvri- ancrnAON MOST PHOTO I I9..,MS . CLlCX rOR DE rAILS> -, Call us anytime! 1- 877 - 690 -0099 & NO ALES TAX �I� SALES HOME I HELP I VIEW CART I ORDER STATUS I STORE LOCATOR "Digital"' Digital '" acs �'� �`� Camcorders Printers New! Electronics Binoculars Memory jBatteri SLR Cameras Search I Compare Need Help Coupons ( Gift Looking for Boating & Fishing? Products Deciding? & Rebates W Shop HoalersWnrld.com_- Certificates CANON I NIKON I SONY I KODAK I PANASONIC I PENTAX I CASIO I HP I Take $10 OFF orders of $30 or more! ► Use ' olj Weekly Ad Gift Center TOP 10 Sellers Product Finder • Click for Live Help Product Alerts ® Clearance [ HACKER SAFE TESTED 02 -APR SHOP Digital Cameras & Accessories Digital Cameras (All) Digital SLR Compact Cameras Camera & Printer Kits >> See All Film Cameras & Accessories Film Cameras Camera Lenses >> See All Camcorders & Video Accessories Camcorders Camcorder Batteries Recording Media >> See All Printers & Scanners All Photo Printers Scanners Ink Jet Printers >> See All ,�.. Digital Prints MEADE I FUJIFILM I SIGMA s Promotion ends April 8. 2007 41ii s Home > Nikon 17 -55 mm f/2.8 G IF -ED AF -S DX Zoom Lens - Nikkor IS Print Page Q Email to a Friend ie Search all Nikon 4@ Question? Email Us 0 Alert Me Nikon .. • . Customer (1 Reviews: rating) Cy ;al latQri?lx` '3u� FQRAGHANCRTQ WIN s7 F Nikon 17 -55 mm f/2.8 G IF -ED AF -S DX Zoom Lens - Nikkor Mfr # 2147 Our Stock # 541538781 $1,419.95 Free Shipping (orders over $0.00 $100 *) No Sales Tax $0.00 Availability: Ships when received from manufacturer - Order Now! One Year Extended Service Plan - Protection Policy for $154.00 F Equipment Valued at $1400 to $1499.99 Two Year Extended Service Plan - Protection Policy for $308.00 Equipment Valued at $1400 to $1499.99 Payments as low as $43.00/mo. on this product. Select Bill Me Later@ at checkout. Restrictions & details. Enjoy No Payments for 90 Days on Purchases over $500 when you pay with Bill Me Later® - View Disclosures http: / /www.ritzcamera.com /product /541538781.htm 4/2/2007 Nikon 17 -55 mm f/2.8 G IF -ED AF -S DX Zoom Lens - Nikkor - 2147 - RitzCamera.com Page 2 of 3 Electronics 101 by .'ahoP CLI.,tome 'Company ;wai�re�a 7:.aai foi ri.li'1 Here ;Seruices "Servlr,.3,9 P a r t n ans About Us i Digital Cameras i Help 9 Site flap I Auctions Your payment information and privacy is guaranteed to be loo ® /o safe & secure. Click to verify dealer and product categories are authorized by Sony C!;bri'SOuYCe http://www.jitzeamera.com/product/54153878 Lhtm 4/2/2007 Features Specifications Reviews Binoculars & Telescopes The AF -S DX Zoom - Nikkor 17 -55mm f /2.8G IF -ED significantly expands the range of DX- Nikkor lenses and is expected to become the standard lens for Memory Nikon digital SLR camera users. By virtue of being DX- Nikkor, designed exclusively for DX- format image sensors in Nikon's digital SLR cameras, this Batteries new lens is not only compact and light- weight, but also offers outstanding edge -to -edge sharpness and image quality. NEW! Scrapbooking • The Nikon's first constant f/2.8 3.2x zoom lens developed exclusively Memory Albums for use with Nikon DX Format Frames • 3.2x zoom covers from a wide angle of 79- degrees to a narrow angle » See All of 28- degrees 50' (equivalent to 25.5mm to 85.5mm for 35mm Clearance format) and is ideal for architecture, landscape, groups shots and portraits. See All Categories �a DX design enables a combination of wider angle -of -view with optical characteristics that are optimized for Nikon digital SLR camera sensors Shop by Brand a Nikon DX design produces a smaller image circle (the size of the image Canon that is projected by the lens on to the sensor) enabling smaller lens Nikon diameter, lighter weight and optimal image quality from center -to Sony edge -to- corner on the image Kodak • 3 Extra -Low Dispersion (ED) glass elements for minimized chromatic Panasonic aberration and provide higher resolution and superior contrast Pentax ® 3 Aspherical lens elements for minimized distortion Casio . Lightweight and compact design: similar to 17 -35mm f/2.8 lens HP . Exclusive Silent Wave Motor enables ultra- high - speed autofocusing Meade with exceptional accuracy and powerful super -quiet operation Fuji Film a [M /A] and [M] modes allow rapid switching between AF and MF Sigma operation Internal Focusing (IF) design for smoother focusing and great body balance a Nikon D -type design provides precise distance information for flash and ambient light exposure processes a Rounded diaphragm to make out -of -Focus elements appear more natural a G Type DX Nikkor is designed exclusively for use with Nikon Digital SLR models a Fully Compatible with D1, D1X, D1H, D2H and D100 101 by .'ahoP CLI.,tome 'Company ;wai�re�a 7:.aai foi ri.li'1 Here ;Seruices "Servlr,.3,9 P a r t n ans About Us i Digital Cameras i Help 9 Site flap I Auctions Your payment information and privacy is guaranteed to be loo ® /o safe & secure. Click to verify dealer and product categories are authorized by Sony C!;bri'SOuYCe http://www.jitzeamera.com/product/54153878 Lhtm 4/2/2007 Nikon 17 -55 mm f/2.8 G IF -ED AF -S DX Zoom Lens - Nikkor - 2147 - RitzCamera.com Page 3 of 3 $Jewt* i Visit Sony Store custornercewlined Store AB Of: Satins: 03/30/07 Terms of Use ©1999 -2007 Ritz Interactive, Inc- http://www.ritzcamera.com/product/5415 3 878 I.htm 4/2/2007 Nikon SB -800 AF Speedlight Flash - 4801 - RitzCamera.com Page 1 of 2 RjTzCAmERA.comj5& FREE SHIPPING A Rrra 1N7£RACrIvi ON MOST PHOTO ITEMS - CLICK FOR DETAILS �r Call us anytime! 1- 877 - 690 -0099 NO STALES FAX HOME I HELP I": VIEW CART I ORDER STATUS I STORE LOCATOR `Digital' Digital "" Camcorders Printers New! Electronicsfr Binoculars Memory Batteri SLR Cameras _ - 22rC11_I Compare Need Help Coupons Gift Looking for Boating & Fishing? Products Deciding? & Rebates U Shots 8oatersWorld.com >> Certificates , .A j1 Digital Prints CANON I NIKON I SONY I KODAK I PANASONIC I PENTAX I CASIO I HP I MEADE I FUJIFILM I SIGMA Take $10 OFF orders of $30 or more! ► Use 11c • � Promellon ends April B. 2007 Home > Shop > Digital SLR > Flashes /Motor Drives > Flashes > Nikon SB- r 800 AF Speedlight Flash p Weekly Ad Gift Center • TOP 10 Sellers * Product Finder • Click for Live Help • Product Alerts • Clearance I= HACKER SAFE TESTED 02 -APR SHOP 1W Flashes /Motor Drives Flashes Modules Flash Brackets Flash Accessories n .. . Customer (5 Reviews: ratings) = !i '.it4re 7- roRA CHANCE TO M N S I OW i Nikon SB -800 AF Speedlight Flash Mfr # 4801 Our Stock # 541538724 Our Price: $369.95 Free Shipping (orders over $0.00 $100 *) 8 Print Page 1@ Search all Nikon No Sales Tax $0.00 Q Email to a Question? Email Availability: In Stock Us Friend Alert Me Usually ships within 24 hours (Mon. - Fri.) One Year Extended Service Plan - Protection Policy for Equipment $44.00 T_ Valued at $300to $399.99 Two Year Extended Service Plan - Protection Policy for Equipment $88.00 f Valued at $300to $399.99 Payments as love as $11.00 /yna. on this product. Select Bill Me Later® at checkout. Restrictions & details. Payments for 90 Days on Purchases over $500 when you pay with Bill Me Later® - View Disclosures http://www.ritzcamera.corfi/product/541538724.htm?bct=tl 3024003 %3 Bcidigitalslr %3 Bcif1... 4/2/2007 Nikon SB -800 AF Speedlight Flash - 4801 - RitzCamera.com Accessories Features Specifications Reviews Page 2 of 2 Package Contents May we suggest the following popular accessories: To add an item to your cart check the item then click the Add To Cart button. Nikon SB -600 AF Speedlight Flash Quantity: 1 Mfr # 4802 Our Price: $229.95 Our Stock # Add to Cart r 541530085 Nikon SC -28 TTL � Remote Cord (4765) Quantity: I' Mfr # 4765 Our Price: $69.99 Our Stock # Add to Cart F 541538872 Why Shop Customer Company Just for FUN Featured Mere Services Services partners About Us I Digital Cameras I Help I Site Map I Auctions Your payment information and privacy is guaranteed to be 100% safe & secure Click to verify dealer �NaS.i qn and Cyb CSdUtC� product categories are authorized by Sony customercertifted • :i:t a w Store As of: Rating- 01'30r7 Visit Sony Store Terms of Use ©1999 -2007 Ritz Interactive, Inc. http://www.iitzcamera.com/prodtict/541538724.htm?bct=tl 3024003%3Bcidigitalslr%3Bcifl... 4/2/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Police Project Radio Infrastructure Replacement 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 x Cost Estimate $ 225,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep I J Description of Item(s) or Project: This project will provide 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 Current radio system is approximately 15 years old and the of need to authorize project request: equipment manufacturer hs 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) Cap Projects $ 75,000 $ 75,000 $ 75,000 $ - $ $ 225,000 Source (2) - - - - $ - Source (3) - I $ -1 TOTAL $ 75,000 1 $ 75,000 1 $ 75,000 1 $ - $ - 1 $ 225,000 Form FIN CAP1 Revised 5/9/2007 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department Police Project Scenario Based Firearms Training 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 3� IL_ I - - !Cost Estimate $ 7,300 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Equipment necessary to replace training inserts and broken protective masks for scenario based firearms training. Description or ID of Original Asset to Simmunition training inserts for older pistols will not work in newer be replaced (Fixed Asset ID): guns. Older protective masks have broken, re designed newer masks offer better protection from training projectiles. Justification, Rationale, or Explanation Used to meet required senario based, force on force training and of need to authorize project request: discretionary shooting. IF DENIED, possible alternatives which may be considered: Funding Request by Year R Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) Cap Projects $7,300.00 $ $ - $ $ - $ 7,300 Source (2) - - - $ - Source (3) - - - - $ - TOTAL $ 7,300 $ - $ - $ - $ - $ 7,3 0 0 Form FIN CAP1 Revised: Jan'06 SRT SUPPLY INC. QUOTATION 4450 60TH AVENUE NORTH ST PETERSBURG, FL 33714 Phone: 727 -526 -5451 Fax :727- 527 -6893 HTTP: //W W W.SRTSUPPLY.COM Sub Total: $7,234.00 Tax: $0.00 Total Quote: $7,234.00 Notes: PRICES QUOTED WILL BE HONERED FOR 30 DAYS FROM DATE OF QUOTE PRICES ARE EFFECTIVE FOR 30 DAYS FROM THE DATE OF QUOTE UNLESS OTHERWISE QUOTED, FREIGHT WILL BE PREPAID AND ADDED THANK YOU FOR THE OPPORTUNITY Quote #: 34611 Issued To: Date: 412/07 MIAMI SHORES POLICE DEPARTMENT Terms: NET 30 DAYS 10050 NE AVE Batch#: 166603 Ship Method: GROUND Miami, FL 33138 PO #: QUOTE Phone #: 305 - 759 -2468 SRT Rep: MICHAEL HARRISON Fax: 305 - 795 -2212 1 5300432 5300432 9MM RED FX MARKING CARTRIDGES CASE (1000 $474.00 $474.00 15 SNC8971790 8971790 + SIMUNITIONS FX 9002 HELMET WITH NASAL SEAL $114.00 $1,710.00 BLACK ( OLD NUMBER 8971530 ) 12 SNC5308580 5308580 + SIMUNITIONS P226 S /STEEL (.357 SIG /.40 S &W) FX $211.00 $2,532.00 CONVERSION KIT, PISTOL 4 SNC6971760 8971760 + SIMUNITIONS PROTECTIVE THROAT COLLAR (S /M) $36.00 $144.00 FX 8000 ( OLD NUMBER 8971195 ) 10 SNC8971761 8971761 + SIMUNITIONS PROTECTIVE THROAT COLLAR $36.00 $360.00 (UXL) FX 8000 (OLD 8971196) 5 SNC5308990 5308990+ SIMUNITIONS SIMUNITIONS M4 /M16 /AR -15 BOLT $275.00 $1,375.00 ONLY CONVERSION KIT (USED WITH 5.56MM FX MARKING AMMO) MILITARY ONLY 1 SNC5357242 5357242 + SIMUNITIONS 5.56MM FX BLUE SIMUNITION, $539.00 $539.00 CLIPPED FOR M16/M4 "'BOLT ONLY "'(1000 RDS A CASE) military only 1 GROUND GROUND SHIPPING AND HANDLING FEE CURRENT $100.00 $100.00 Sub Total: $7,234.00 Tax: $0.00 Total Quote: $7,234.00 Notes: PRICES QUOTED WILL BE HONERED FOR 30 DAYS FROM DATE OF QUOTE PRICES ARE EFFECTIVE FOR 30 DAYS FROM THE DATE OF QUOTE UNLESS OTHERWISE QUOTED, FREIGHT WILL BE PREPAID AND ADDED THANK YOU FOR THE OPPORTUNITY MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department Police Project police X -26 Tasers Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal Effective date year Cost Estimate $ 6,400 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Provide electronic control devices (Taser) to detectives and provide replacements during repairs. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation To complete the deployment to uniform and detective divisions. of need to authorize project request: Will provide a few spares for any devices taken out of service for repair. IF DENIED, possible alternatives which may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) Cap Projects $6,400.01 $ $ - $ - $ - $ 6,400 Source (2) - - $ - Source (3) 1 TOTAL $ 6,400 $ - $ - $ - $ - ±E4d Form FIN CAN Revised: Jan'06 DGG Taser, Inc 8725 Youngerman Court Suite 305 Jacksonville, FL 32244 Name / Address Miami Shores Police Department Estimate Date Estimate # 3/27/2007 201 Rep I Item Description Qty Rate Total 26015 X -26 Advanced Taser Black with black grip plates, laser 7 814.95 5,704.65 sight, low intensity light, extended digital power magazine, dataport download capability and Blade -Tech Tek -Lok holster 44933 B1adeTech Single Cartridge Pouch Attachment attaches 7 19.95 139.65 to BladeTech holsters 44203 25 foot (7.62m) XP (extra penetration) air cartridge 21 22.97 482.37 Green blast door/ Field use Freight Shipping, Handling & Insurance 59.20 59.20 [_TotaI $6,385.87 Phone # E -mail Web Site Fax # 866 - 626 -8273 teresa @dggtaser.com www.dggtaser.com 904- 777 -4802 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department Police Project Police Identification Badges 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 eCost Estimate $ 1,800 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 thermal identification card printer to generate identification /security badges for Department members. Will expand capabilities of current personnel management program. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Maintain current identification/ security badges for Department of need to authorize project request: personnel. Necessary for entry into restricted areas of various government buildiings. Current ID cards easy to duplicate and easily destroyed by moisture and normal carry in wallet or lanyard. IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) Cap Projects $1,800.00 $ - $ $ - $ $ 1,800 Source (2) - $ - Source (3) - $ - TOTAL $ 1,800 $ - $ - $ - I $ - 1 $ 1,800 Form FIN CAP1 Revised: Jan'06 ' 0• • •0r l DWholesaler.• Dates 3/27/2007 Bill To: I Ship To: Contact: David Mcleod I Contact: Email: I Email: David.MCLeod @mspd.org DerekG @IDWholesaler.com Telephone�305)759 -2468 Fax: IDW Rep: Derek Gunderson Quote Number: MSPD 032707 -01 Terms and Conditions: Prices above are valid for 14 days unless otherwise noted. Shipping method TBD unless indicated otherwise below. Custom lanyard /badge reel orders are subject to a 5% over /under variance. Pre - Printed PVC card orders are subject to a 10% over /under variance. Sales tax applies in MN and FL. Return facilitated with RMA number only. All returns subject to a re- stocking fee. Payment method for International orders is Wire Transfer. IDWholesaler has a 110% prlce guarantee. Q soo.32s.440S 4 888.496.3390 Code Product R3011 Evolis R3011 YMCKO Color Ribbon - $16.99 200 Images - Pebble & Dualys A5011 Evolis A5011 Printer Cleaning Kit DC- EV -PEB BadgePlus Dustcover - Evolis Pebble PebbleBundle2 Evolis Pebble 3 (PE133LE) ID System Upgrade Options: Logitech QuickCam Pro 5000 - Std. Select Color: Glacier (Gray) Upgrade PVC Cards: CR8030 (No Mag) - Standard Upgrade ID Software Options: Evolis eMedia - Standard CSP -G Deluxe Stapler Style Adjustable Slot Punch- SPECIAL Quantity 1 1 1 1 1 ( °a salesqpidcuholesaler.com Price /Ea. Total $55.85 $55.85 $16.99 $16.99 $34.95 $34.95 $1,550.00 $1 ,550.00 1 1 1 1 $58.50 $58.50 Shipping: Free UPS Ground: $0.00 Sales Tax: $0.00 Total: $1,716.29 The color card printer The hest quality/price ratio on the market 1 i glo- i r. 1 f. _ 1 .0000 ..0.0 Color & Monochrome 300 dpi Thermal Transfer 2 years i o Single -Sided 24 s /card 0.25.1 mm 110 -40 mill 2 years i MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department Police Project Laser inserts for PriSim Judgement Name: Training 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 Cost Estimate $ 1,800 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Purchase laser inserts for PriSim judgement training simulator. Description or ID of Original Asset to Original laser insert does not work in firearms currently issued to be replaced (Fixed Asset ID): officers. Justification, Rationale, or Explanation The new inserts will allow officers to utilize their issued firearms of need to authorize project request: for training on the department's Department's PriSim simulator. It will also allow two officers to train at the same time in a safer environment than using live ammunition on the range. The new inserts work with a variety of firearms extending the service life. IF DENIED, possible alternatives which may be considered: Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) Cap Projects $1,800.00 $ - $ $ - $ - $ 1,800 Source (2) - - - - $ - Source (3) - - $ - TOTAL $ 1,800 $ - $ - $ - $ - $ 1,800 Form FIN_CAP1 Revised: Jan'06 ......... ve§ Advanced Interactive Systems - 665 Andover Park West Seattle Washington 98188 800- 4414487 www.ais- sim.com Miami Shores Police Department (FL) PRISim ® Integrated ShootBaek TM Cannon Quotation / System #2312 (PRISim O LapTop TrainerT'") April 2nd, 2007 Part Number Laser Based System Accessories 4t. Price/Each Total ACCESSORIES 161 - 0031 -001 Laser Kit Single Shooter 1 $ 800 $ 800 Shipping & Handling $ 25 CONFIGURATION TOTAL: — » »» $ 825 Ask us about municipaLlfederal financingl Leasing provides solutions to budgetary constraints. AIS works with experts in government financing that offer efficient processing and flexible terns. Ask for a customized lease quote and see how easy it can be to purchase the equipment yon need todayl The following Terms and Conditions apply to this quote 1) Payment Terms - Net 30 days from date of invoice • Government credit card accepted. No Additional discount for payment by credit card. • Terms and Conditions apply to maximum orders of $1,000,000 and minimum orders of $100 1) Taxes - Prices do not include tax. Any tax that is required to be collected or paid by AIS is considered Purchaser's responsibility. If Purchaser is exempt from such taxes, Purchaser agrees to provide an applicable exemption certificate. 3) Delivery Schedules • Weapons orders - Dependent upon availability of weapon components up to 11 months ARO 'yipping • Within the 48 contiguous States FOB point is destination. Outside this area shipping charges are dependent on the ultimate destination and current market shipping price. • Partial Shipments are permitted, customer agrees to pay for spare parts shipped under warranty. 5) Acceptance • PRISim Installed systems - upon passing the AIS acceptance test procedure, the system shall be deemed "Accepted". • PRISim Portable systems - upon receipt of shipment, the system shall be deemed 'Accepted" • QuickRange orders - 'Acceptance "does not apply 6) Warranty- review warranty contract for full details • AIS manufactured products - 12 months from receipt or acceptance. • AIS modified weapons -12 months from receipt• • Air Munitions rounds - 6 months from date of delivery or 500 uses, whichever occurs first. • Dvorak manufactured products covered under applicable manufacturer warranty only. 7) Post - delivery support Except as expressly se£ forth in this quote or the warranty accompanying the system, AIS will not be obligated to furnish personnel or other on -site assistance for installation, maintenance, repair or support. Any such services will be invoiced to Purchaser at AIS then - standard rates, which can be obtained on request. 8) Purchaser's Specifications AIS disclaims any responsibility fir any damage, injury, loss, cost or other expense or liability, or the inoperability of the system or other products purchased f •om AIS that relates to or is caused bv, modification to the system(s) or other AIS products. 9) Room Modifications Where applicable, Purchaser is responsible for any and all room modifrcation(s) required to meet AIS installation specifications. 10) Entire Contract Acceptance by AIS of this proposal is expressly made conditional on Purchaser's consent to the terms and conditions set forth herein. 11) Final Agreement This writing is intended by the parties as a final, complete and exclusive expression of the terms of their agreement with respect to the transactions contemplated by this proposal and may not be contradicted, explained or supplemented by evidence of any prior agreement or any oral agreement. Release of Liability Customer' agrees to release AIS and applicable manufacturer from all liabilities, causes of action claims and demands that arise in any misuse, ownership, possession, demonstration, testing, and /or operation ofpurchased items. AIS Proprietary Data 110- 0066 -002 GSA Quote (Rev B) Do Not Disclose 1 of 2 p Advanced Interactive Systems 665 Andover Park West • • Seattle Washington 98188 ■ 8004414487 www.ais- sim.com Miami Shores Police Department (FL) PRISim ® Integrated ShootBack TM Cannon Quotation / System #2312 (PRISim ® LapTop Trainer"') April 2nd, 2007 13) Indemnification Customer promises to indemnify, hold harmless, and defend AIS and applicable manufacturer against any and all claims noted in #12, including claims for the customers' own negligence. 14) Quote Validation This quote is valid in accordance with GSA contract GS- 02F- 0009J. Pricing and products will be revalidated upon receipt of contract AIS Proprietary Data 110-0066-002 GSA Quote (Rev B) Do Not Disclose 2 of 2 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department Police Project Office Cubicle Workstations for Name: Detective Bureau 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 {Cost Estimate $ 12,500 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep I X Description of Item(s) or Project: Purchase a workstation cubicle partitions for detective bureau. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Currently the detective bureau it an open office area. The area of need to authorize project request: can become noisy when personnel are making calls or interviewing. With the cubicles personnel can work cases without distractions, making them more efficient. IF DENIED, possible alternatives which Obtain remanufactured cubicles. ($5,000.00 estimate, depending may be considered: on availability) Fundin g Request uest b Year ft Source Y Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) Cap Projects $12,500.00 $ $ $ - $ - $ 12,500 Source (2) - - - $ - Source (3) - - - - $ - TOTALI $ 12,500 1 $ - $ - $ - $ - $ 12,500 Form FIN CAP1 Revised: Jan'06 it %14:'2006 15:51 F_kX 2127645105 0 A 0 cubicles.. =_ales AEPi7A.s �Ens�ry ir.= .- ai�asic!ss NAME /ADDRESS Miami Shores Police Department Natasha McKay 9990 N.E. 2nd Ave. Miami Shores, FL 33138 Tel: 305,759.2468 Ext 223 24 West 39th Street 5th /Floor New York City, NY 10018 Tele: 212- 7649027 Fax: 212 -764 -5105 qqJ uuo Estimate DATE ESTIMATE NO. 11/13/2006 01136 -MSPD Page 4 P.O. NO. TERMS REP FOB 50% down 50% o... AG FL ITEM DESCRIPTION QTY COST TOTAL Payment Terms Payment Terms; 0.00 50% deposit at the time of order Balance due upon completion Tns This order cannot be canceled once signed. By signing this order, purchaser agrees to accept the 0.00 colors, materials, products, descriptions and terms I outlined on this form. These items cannot be returned once received. Deposits are non - refundable. All products remain the property of Cubicles. com, until full payment is received by Cubicies.com Cubicles.com reserves the right to file a UCC -1 to secure final payment. If any legal proceedings are commenced to collect any balances due, the prevailing party shall be entitled to recover its legal fees, costs and expenses from the other party, in addition to all other appropriate relief Please Sign and Fax to signify Acceptance! aie Tax (0.00) $0.00 TOTAL $121498.00 SIGNATI_[RE X _- - - -- Page 4 LO C) R. in in cc (4) 6'X 6'@67" H Work-stations (1) 61 X 11' @67" H Manager Work-station (1) 36" X 7211 @67" H Telemarketing work-station Prepared for: Police Department Prepared by: cubicles.com 71 . ....v....____._...............- . Ty 14' kI. 7.1— VrUK 4h� . ....v....____._...............- . Ty x!13/2006 16:17 9549781522 CONIMERCIAL BUS DESIG PAGE FT- COMMERCIAL BUSINESS DESIGN & SERVICES CORP. 2215 CYPRESS ISLAND DR # 408 POMPANO BEACH, FL 33069 TELEPHONE: (954) 978 -1482 FAX: (954) 978 -1522 PROP(]SAL December 13, 2006 Miami Shores Police Department Attn: Natasha McKay Fax: (305) 757 -3343 Dear Natasha, Please accept this letter as our proposal regarding the workstations for your office. (4) 6x6 Maxon (pre- owmcd) w/ wing panel - $ 620.00 each. ($ 2,480.00) Delivery and jwttallation - $ 100.00 each (S 400.00) (4) Flipper doors — $ 39.50 each ($ 158.00) (1) Manager w1 peninsula top — ($ 885.00) Delivery and Installation —(S 150.00) (1) 6' Telemarkcter — ($ 275.00) Delivery and installation — ($ 70.00) All Stations comes with task lights. Subtotal - $ 4,418.00 7 % Sales tax - $ 309.26 Total - S 4- 777.26 Upon placing the order, there will be a 50% deposit and the balance will be due upon delivery. if you have any questions, Please call me feel free to call me (954) 298 -6894. Si ely �D; vid 1 �1;1$Ogogp6 Natasha McKay - 12f7206C1 47,jPg (11/16/2006) Natasha McKay - Miami Shores Proposal 11.16.06.doe Page 1 innovative Offlos Furalshings furnilure- supPrles- services ernce 7aQa Quantity Date: November 16, 2006 Customer Name: Natasha McKay Company Name: Miami Shores Police department Address: 9990 NE 2nd Ave City and State: Miami Shores, Florida Zip: 33138 Phone Number: 305- 759 -2468 Cell: 754 -581 -2466 11 SW 12Th Ave., Suite 102 -103 Dania Beach, FL 33004 Phone: 954.920 -7112 Fax: 954- 920 -7119 Fax Number: 305 -757 -3343 email: wtu..1u. "yxL1 Wd.,w We are pleased to submit this proposal to satisfy the furniture requirements for your offices in Miami Shores, Florida Details are as follows: Description Quantity Price /Unit Total Workstations -HiLo- (5x8) with overhead storage and 2 Pedestals - pre -awned -per drawing- NEW FABRIC 4 $1,050 $4,200 Workstations- Supervisor- (6.5x10) with overhead storage and 2 Pedestals - pre -owned -per drawing -NEW FABRIC 1 $1,250 $1,250 Workstation- 4' with 1 pedestal - pre -owned -per drawing -NEW FABRIC 1 $375 $375 Installation and Delivery-Large Stations 5 $125 $625 Installation and Delivery-4' Station 1 $50 $50 1 349.50 349.50 Package Price before taxes: Required Deposit: 3424.76 Pricing is all- inclusive of freight, delivery, and installation. Innovative Office Furnishings will require a 60% deposit to initiate order with 40% of balance due upon delivery and 10% after punch list is completed. Installation of modular furniture will be executed according to floor plan approved by customer. Electrical and low- voltage connections will be Innovative's responsibility only if priced in this proposal. Product will remain Innovative's property until full payment is received. To confirm your acceptance of this proposal, please sign and fax it back to my attention. Thank you for allowing us the opportunity to present our products and services to you. Please, do not hesitate to call me should you have any questions or further requests. Sincerely, Vern Glassman Innovative Office Furnishings Financing Available I Lang& Monerlr Paym,nf" 12 Month. $682.00 24 Month. 7300.97 30 Month. 7241.10 40 Month. $191.10 60 Mw1Tf 1152 32 Accepted on Behalf of Company Miami Shores Police department Signature Printed Name: Date: 11 buyout option at the and of term The above monthly payment, are based on aver two years 0ma In bu,lnes. Tha above monthly payment, are estimate, and are subject to credll requirement. (11!312006) Natasha McKay - Miami Shores L5 #2 11.08.0B.jpg Page 1 (7111fi12Q06) Natasha McKay -Miami Shores FP 11 15.06.JPJ Page 1 �121812DOB} Nd tf sha McKay - Miami Shores Police.bmp page 1 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project 18' Enclosed Lawn Trailer Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program (Priority (1 -5); Rating Submittal Effective date year Q1: Oct -Dec Cost Estimate $ 7,900 Project expected to begin: x Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Additions of an 18' enclosed trailer. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or The addition of an enclosed lawn trailer is an indispensable unit for Explanation of need to authorize the operation of a second grass crew to maximize current staffing project request: levels. Pricing includes striping and lights. IF DENIED, possible alternatives which Continue with current lawn crew structure. may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Hurricane $ 7,900 $ - $ - $ $ - $ 7,900 Source (2) - - - - $ - Source (3) 1 - - - - $ - TOTALI $ 7,900 1 $ - $ - $ - $ - $ 7,900 Form FIN CAP1 Revised: Jan'06 03/27/2007 11:20 5617930256 PARTS FLORIDA LAWN AND GARDEN WPB 9005 SOUTHERN BLVD. WEST PALM BEACH ,FL 33411 -3625 561 -793 -6530 PAGE 01 a� 03/27/07 Time: 11:22:19 AM Quote Date 03/27/07 Quote #00272151 Hill To: Ship To: 305 -795 -2240 MIAMI SHORES VILLAGE Same 10050 NE 2ND AVE MIAMI SHORES FL 33138 > > > > > > > > > > > > > P R I C E a QUOTE Price c 1Disce c C Net c8xtension Part Number Description Ou Y GAT 6X18 GATLANDSCAPE 8X16 TRAILER 1 6999.00 500.00 6399.00 6399.00 Serial #s 0 0.00 0.00 0.00 0.00 GAT Quote 6399.00 Tax 0.00 Dep Balance 0.00 Quote 'total 6399.00 Net Due 6399.00 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project 44" Lawn Mower Name: PROJECT STATUS Project rating It Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep x Ct Estimae $ 6,200 Project expected to begin: of Item(s) or Project: Addition of a 44" Toro -Lawn Mower Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or The addition of a lawn mower is an indispensable unit for the Explanation of need to authorize operation of a second grass crew in order to maximize current project request: staffing levels. IF DENIED, possible alternatives which Continue with current lawn crew structure. may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Hurricane $ 6,200 $ - $ $ - $ - $ 6,200 Source (2) - - $ - Source (3) 1 - - - 1 $ - TOTALI $ 6,200 $ - $ - $ - $ - 1 $ 6,200 Form FIN CAP1 Revised: Jan'06 a f-' • r�! 3) n n C to L N C O F.. **i rn C) ti 0 r` (V `m 1 i 227225 L] IA 1 a O _ U J z O IL =� o r� E- N a w U 0 z z r a W w MIAMI SHORES VILLAGE 10050 N. E. 2 AVE. ACCOUNTS PA`r'ABLE MIAMI FLA.33138 JOE BLA I R GARDEN SUPPLY, INC. 320 NE 79TH STREET MIAMI, FL. 33138 1%305? 757--r-J'55-54 4 FAX (305)757-9565 MIAMI SHORES VILLAGE 101350 N.E. 2 AVE. ACCOUNTS PA"T ABLE MIAMI FLA.33138 property belongs to .joe blair Until paid in full no return on special orders 011720 1 3/27/1217 1 34457 1003„003 I 1 I. 11.720 TE RiI I NAE__ : 21 SHIPPED VIA: CUSTOMER PIC:wUP 10:39:30 PAGE: 1 OF 1 RLOS 1 1 TOE7441 f 19HP KAW 44 Z MOWER 7579. 005500. 00 J. . 1 1 SCESZC42A -19KA 42— 19HP SCAB 7_ MOWER 5399.004966.00 SN- 1. 1 1 SCF_STC48V- I IJKA I ISC;AG i 9HP KAW 4S 6699. 995268.7 5 SN- I.- - 3 DIFFERENT MOWERS FOR YOUR BUDGET 5500. 00 4986.00 5� '68. 75 r- s ) SIJH Tt]TAL. -- - -• - -) 15734. 75 " ) QUOTE ONLY : 1 misc. - - -- ? 0. 00 I LABOR - - -- - - -> 0.00 ACCT, BALANCE: 1363.08 TAX 7.000 . __ -) 01.00 DBY INVOICE TOTAL -) 15754.75 f .e agreed as rr rd the eanstd•radoe for MPORTANT N f G ti ^ f>8 This sde that the price shown heeam Iw tho .. - -. (loads shall be oald on —A... thw inA, .ao....e ..e ........� .........,__ .'-- -- --` -• - -_ e MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Street Saw Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Effective Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 3,000 Project expected to begin: x Description of Item(s) or Project: Replacement of an STC1 Street Saw. Description or ID of Original Asset to STC1- Target Street Saw (1992). be replaced (Fixed Asset ID): Justification, Rationale, or This tool has met its life expectancy and needs to be replaced. Explanation of need to authorize Pricing includes accessories and blades. project request: IF DENIED, possible alternatives which Continue with current saw with reliability issues, or rent saw when may be considered: current unit fails. Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Hurricane $ 2,500 $ $ $ - $ - $ 2,500 Source (2) Source (3) $ TOTAL1 $ 2,500 1 $ - $ - $ - $ - $ 2,500 Form FIN CAP1 Revised: Jan'06 11r�WIMrtY Ilfi 6r��d1�rR1AN��AY4 AY7 T d111�Wa Rental / Sales / Servlcs HEADOUARI&R3 1 Ge! N[ n An s}1e1 ;]ml M�iNr 1 - +. -1 -) X'0 y K 1 U 1 1 QUOTE PRINT NO. 01- 016268 Page 1 03/27/07 Sh, -to: SAME Bill -t0: 111701 MINI SHORES VILLAGE MIAMI SHORES VILLAGE PUBLIC WORKS *COF* PUBLIC WORKS *COF* 1701 N.W. 103RD STREET 1701 N.W. 103RD STREET MIAMI , FL 33147 MIAMI FL 33147 :m :ffimrs= ===a- amt ==rcrmr�,o a== astse == m--- cma ---- - r = =-------- =as =cc=�.- REFERENCE N ! EXPIRES lSLSP!TERMS !WH IFREIGHTISHIP VIA ---- -- - -- ------ - - - - - -- -- __- ---- ----- ---- --- _--- ------------- _ - - -_ -1 -- - - - -- STREET SAW 104/27/07 1 28 !NET 30 DAYS 101 IPREPAIDIBEST WAY - ---------------------------------------------------------------------------- QUOTED BY; RAY !QUOTED TO: CARLO5 r= maneaae.s=.m- vterrc=ms= arPTIONm - r =er ------ rr==.e=aaaarr=ar--------- _ _ _ITEMIDESCRIPTION ! ORDEREDIUM! PRICEIUM! EXTENSION -.e SAW 13--- sn. wrn----- r--- m-- mr----- r---------------- m - ---- EDCCSIB— — -- STREET 5AW 13HP- HONDA /18 "! 1�EA) 2125.001EA! 2125 -00 IIN STOCK UNIT 1 ! ! ! '• ! I 1 ! r ! ! ! ! t ! 1 1 1 1 1 I ! I ! 1 I ! I 1 f 1 I 1 ! 1 ! 1 1 r 4 1 1 r 1 1 i 1 1 1 ! ! I ! ! } !MERCHANDISEI MISC! TAX! FREIGHT! TOTAL 1 ------------------------------------------------------ 2125.00! _00! .001 00! 2125.00 PLEASE REMO TO: 14301 NE 191#! AVE., N. M AM, FL 33181 rus,to it morcE If myteu O=PAvmM rmom"t- ML, Aua NPCR'1 eM1W1ZANLV 00 kW WLL eK tWAMF1) PM AU Ywt FOUR (4) WEEKS 2 OW (1) LK" INSURANI:r. I.YSSI:r'. 1% kY:SI'ONSHUY.. 011It I'klll'Vj( INSI!IIANC _ SVJ:11 k:M It I11" 1'KHMS AND CON111'I'111NS ON RACK. CUSTOMM RKMIATUR E PRINT CUOTOMMR e4ONATum- RAT0 QUOTHD AkE FOR AN &HOUR DAY, d HOUR WEEK AND 113 HOURS PER 1 WES11 FMOD UNLES1 OTHERWUE NPECIR - ONE DAY MINIMUM. AMWnONAL PRORATM CHARGE W111 119 MADE FOR 9XCM MOU9d VSM OVY* OUGTRD RATU. 1 NAw REAP ANC AGAU TO THE CONTRACT TERM! AND CONOtTIOUS OM no FRONT AMP M" OF Y W WRITMIO, WN= COM1T M ON 9MTMIM AGRfRjW. TNNRG ARM 040 ORAL Oft 07"911 II PMUNTATHU M MOT 1M"UO1t0 HERE% I ACKMOWUPOR R91:9J>T OF A COPY OF TWO CONTRACT AND ONN45 M AMNY ND. BY rViW1 tl>y cuelolTUr 9eknawMdpn +rc+r311 aT dmsc~ rOwpmM and p d rp{!lanrnl N pppd EcrtrKdDn p.pFpA rMn noted. COWTrON of f;QUTA►M71T RVUA"EO 0000 C1lAN•UP DAMAMED LOST T - d CTBG G•bG SOE R.lauiyoeW pJeyoueTH etc :OT LO Le Jew 181' Concrete & Asphalt Savy + Short -ruin slab cutting, contraction Isxlnt% petch repairs In asphalt. traffic loop Instals• ton and trenching + Compact r1cim -cut model + 3 Belt drive delivers more Dower to blade shaft + Adjustattle planed h- anrlle can be removed For transport • Dual blade arbor - rutting capabilities + Quick release arbor tap systerwi + Heavy -duty arbor shaft assembly • Lifting handles for easy if adinq and unloading r„ 9 , PowerOptlons: i3HP(Casolme) Length= 46' (117 cm) Width: 27" (b'9m) Adjustable Height; 38" • 40" (97 Cm -102 Cm) Weight: 236 Ibs. (105 kg) U-S& Capacity: 18" Water Feed: Valve•Controlletl z•d Ei86 606 SOE RjauiyoeW pieyouetg e1c :01 LO LE Jew MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund /Department LOGT /Public Works Project 109 Street Median Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year IMI-LUU-5-d Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cos:Estimate 0 Project expected to begin: X Description of Items) or Project: Renovate and beautify median at 109 St. from N.Miami Ave to N.E. 2nd Ave. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): justification, Rationale, or This is the second and final phase of 109 St beautification project. Explanation of need to authorize An enhanced median will improve the image of the Shores and project request: increase property values along 109 street. IF DENIED, possible alternatives which Continue with existing median design. may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2409 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 127,000 $ - $ - $ $ $ 127,000 Source (2) _ $ Source (3) " - TOTAL $ 127,000 $ $ - $ 127,000 Revised: Jan'06 Form FIN_CAP1 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Logt /Public Works Project paving for streets and Alleys Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 100,000 Project expected to begin: 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 Due to wear and tear, streets and alleys in the Village are in need Explanation of need to authorize of rehabilitation. This project enhances the overall appearance of project request: the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Logt $ 100,000 $ 125,000 $ 150,000 $ 175,000 $ 200,000 $ 750,000 Source (2) - - $ Source (3) - i - $ TOTALI 5 100,000 1 $ 125,000 1 $ 150,000 1 $ 175,000 $ 200,000 $ 750,000 Form FIN_CAP1 Revised: Jan'06 U Mi_ ..i 10050 MIAMI Phone Fax 30 30 ES, FL 33138 795 -2207 756 -8972 Vendor: WE2070 Ship To: WEEKLY ASPHALT PAVING,INC. 207Q1 STIRLING ROAD PEMBROKE PINES, FL 33332 Phone 954 680 -8005 Fax I - It No. Qty Received Line It�em im Description jUnit Price I Units I Qty Ordered IQty Open 0001 ; 1.0000 107916.950 PO 15845- 17208. WEEKLY ASPHALT PAVING, INC. 12/06/06 107916.950 12//06 STREET RESURFACING PROGRAM 301;1202- 541 -62735 CAP: Infrastructure- Street Resurfacing e C r Notes: P,,, 1584 -17208 CAPITAL PROJECT #2007.029 copy Rs' a =aeo bLI CCYJVIU1 s Order Total 107916.95 i 1 ! taro o� bc� f,, tx z¢ob Authorized ignature uthorized Signature ` Autho zed Signa ure Weekley asphalt paving, inc. REMIT TO: 20701 STIRLING RD., PEMBROKE PINES, FL. 33332 20701 STIRLING RD. PHONE (954) 680 8005, FAX (954) 680 -8671 PEMBROKE PINES, FL. 33332 'R DATE CUSTOMER ACCOUNT NUMBER WEEKLEY ASPHALT JOB NO. INVOICE NUMBER 11101/06 46520 06019 06019 -02 'OMER'S ORDER NUMBER 'TERMS: INVOICE DATE DUE UPON RECEIPT 11/01/06 MIAMI SHORES VILLAGE LOCATION: MIAMI SHORES VILLAGE 10050 NE 2ND AVE MIAMI SHORES VILLAGE, FL 33138 WORK PERFORMED: 10/26/06 THRU 11/01/06 INVOICE QUANTITY U/M DESCRIPTION UNIT PRICE TOTAL 1 869.00 SY L ALLEY BETWEEN 93 & 94 ST $ 4.35 $ 3,780.15 2 894.00 SY T ALLEY - CLUB DR. BETWEEN 94 & 95 ST $ 4.35 $ 3,888.90 3 895.00 SY I ALLEY BISC. BLVD $ 4.35 $ 3,893.25 4 44900 SY T ALLEY NE 1 STAVE & N. MIAMI AVE $ 4.35 $ 1,953.15 5 616.00 SY T ALLEY BETWEEN 92 & 91 ST - NE 1 ST AVE $ 4.35 $ 2,679.60 1,034.00 SY L ALLEY 92 ST TO NE 1 ST AVE $ 4.35 $ 4,497.90 7 543.00 SY I ALLEY BETWEEN 94 & 95 ST $ 4.35 $ 2,362.05 8 543.00 SY I ALLEY BETWEEN 93 & 94 ST $ 4.35 $ 2,362.05 9 531.00 SY I ALLEY BETWEEN 101 & 102 ST $ 4.35 $ 2,309.85 10 x,570.00 SY L ALLEY BETWEEN 98 & 97 ST $ 4.35 $ 6,829.50 11 352.00 SY I ALLEY 5TH AVE TO PARK DRIVE $ 4.35 $ 1,531.20 12 1,069.00 SY T ALLEY BETWEEN 104 & 103 ST $ 4.35 $ 4,650.15 13 2,994.00 SY STREET/ 110TH ST $ 4.35 $ 13,023.90 -4 825.00 SY STREET / 102ND ST $ 4.35 $ 3,588.75 15 826.00 SY STREET/101ST $ 4.35 $ 3,593.10 16 825.00 SY STREET / 100 ST $ 4.35 $ 3,588.75 17 2,899.00 SY STREET / PARK AVE $ 4.35 $ 12,610.65 18 318.00 SY STREET / 92ND ST $ 4.35 $ 1,383.30 CONTINOUS PAGE 2 INVOICE I weekley as.pha.lt paving, inc. 20701 STIRLING RD., PEMBROKE PINES, FL. 33332 PHONE (954) 680 8005, FAX (954) 680 -8671 - r 'DER DATE . CUSTOMER ACCOUNT NUMBER 11/01/06 46520 Icu6TOMER'S ORDER NUMBER TERMS: DUE UPON RECEIPT MIAMI SHORES VILLAGE 10050 NE 2ND AVE MIAMI SHORES VILLAGE, FL 33138 WORK PERFORMED: 10/26/06 THRU 11/01/06 REMIT TO: 20701 STIRLING RD. PEMBROKE PINES, FL. 33332 ASPHALT JOB NO. INVOICE NUMBER 06019 06019 -02 INVOICE DATE 11/01/06 LOCATION: MIAMI SHORES VILLAGE DESCRIPTION STREET / 91ST TERR STREET /4AVE STREET / NW 101 ST & MIAMI AVE STREET / NW 97 ST & MIAMI AVE SPEED HUMP 4 AVE INVOICE UNIT PRICE QUANTITY U/M 19 2,939.00 SY 20 830.00 SY 21 383.00 SY 22 1,593.00 SY 23 2.00 4,400.00 REMIT TO: 20701 STIRLING RD. PEMBROKE PINES, FL. 33332 ASPHALT JOB NO. INVOICE NUMBER 06019 06019 -02 INVOICE DATE 11/01/06 LOCATION: MIAMI SHORES VILLAGE DESCRIPTION STREET / 91ST TERR STREET /4AVE STREET / NW 101 ST & MIAMI AVE STREET / NW 97 ST & MIAMI AVE SPEED HUMP 4 AVE INVOICE UNIT PRICE TOTAL $ 4.35 $ 12,784.65 $ 4.35 $ 3,610.50 $ 4.35 $ 1,666.05 $ 4.35 $ 6,929.55 $ 2,200.00 $ 4,400.00 TOTAL $ 107,915.95 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating lit Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 100,000 Project expected to begin: X 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 Miami Shores Village has an extensive amount of broken and Explanation of need to authorize damaged sidewalks. Repairing damaged sidewalks reduces the project request: 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 ii Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 1 $ 100,000 1 $ 100,000 $ 500,000 Form FIN_CAP1 Revised: Jan'06 6 ' Miami" Shores Vi gage 10050 NE 2ND AVENUE MIAMIISHORES, FL 33138 2382 Phone 305 795 -2207 Fax 305 756 -8972 Vendor: RE4063 RELIABLE CONCRETE, CORP. 1101 S.W. 18 COURT Fort Lauderdale FL 33315 Phone 786 326 -4041 Fax 305 229 -0446 jil— ;` t V! ; s ..Pr'. G - -- — PURC7- -AS$ 0R,13;S.R P. 0.: Nub rd� 9 :60 01 9'6'18 ` Page I Order Date 10/24/2006 Ordered By ald Terms Net due 5 days FOB Ship Via Ship To: Item No. Qty Received Line Item DeBeription jUnit Price I -Units I Qty Ordered 10ty Open 0001 1.0000 100000.000 P015836 -16618 RELIABLE CONCRETE 10119106 100000.000 OPEN PIMCHASE ORDER FOR THE REPAIR /REPLACEMENT OF SIDEWALKS 1,35 -1210- 541 -52200 Other Operating Costs .arder notes: PO 15936 -16618 SIDEWALKS,CURBS,,AND GUTTERS VILLAGE WIDE. (�s award b� Cmcmcal. ( KEY ) PUNCHED BY GLORIA Order Total 100000.00 44thqrized 5ignatur O � - Authorized Signature Authorized Signature T00d ZZ8.ON sAaom O I -lend E- =isu -7 I n S3HOHS I WH I W 80:60 900ZibZiZt I NMI L l L.UU 1 0; 1:7r I nr Ln.7 G1<JG I r nA N • i RELIABLE CONCRETE CORP. 1101 SW 16 Court Ft Lauderdale FI 33315 Phone 786- 326 -4041 Fax 964 -828 -1362 INVOICE 3/5/2007 ATTENTION: r AEbert QuItano Public Works Division - Miami Shares Viiiage 10050 NE 2nd Avenue - Miami Shores Fl 33138 Fax 305-696.6402 'FLAGS LOCATION #FLAGS S.F. UNIT PRICE i TOTAL $ 99 street 4th Avenue Rd 55 1375 5 $ 6.875.00 9805 NE 4th Avenue Rd 8 200 5 $ 1.000.0D 9811 NE 4th Avenue Rd 9 225 5 $ 1.125.00 9819 NE 4th Avenue Rd 2 50 5 $ 250.00 9825 NE 4th Avenue Rd 2 50 5 $ 250.00 9701 NE 4th Avenue Rd 8 200 5 $ 1.000.00 434 Grand Concourse 10 250 5 $ 1.250.00 430 Grand Concourse 4 100 5 $ 500.00 426 Grand Concourse 2 50 5 $ 250.00 420 Grand Concourse 3 75 5 $ 375.00 464 Grand Concourse 8 200 5 $ 1.000.00 438 Grand Concourse 6 150 5 $ 750.00 452 Grand Concourse 4 100 5 S 50b.00 9660 NE 51h Avenue Road 21 525 5 S 2,625.00 9701 NE 5th Avenue Road 3 1 75 5 $ 375.00 GRAND TOTALI 3625 E 18,125.00 MIAMI SHORES VILLAGE Capital Project Worksheet Flt' 2008 - 2012 Fund / Department LOGT /Public Works PROJECT STATUS Existing Program j Deferred Program Improvement New Program I Program Project Decorative Street Sign Posts Name: Project rating ft Affect Year(s) Deleted Priority (1 -5); Submittal I Effective Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cast Estimate $ 100,000 L Project expected to begin; 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 of need to authorize project request: Decorative street sign posts will enhance the beauty of the Village, attracting new investors in the homes of the Village and increase property values. DENIED, possible alternatives which Continue to use our current street sign posts. [v be considered: Funding Request by Year EL Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 100,000 $ $ - $ - $ - $ 100,000 Source (2) - Source (3) - $ TOTAL $ 100,000 $ - $ - $ 100,000 Revised: Jan'06 Form FIN_CAP1 Bei .uh}ul Mailbox- Company 4839 SW 148 Avenue, Suite 505 Davie, Florida , 33330 Phone 95.4-792-MAIL (6245) Fax 954- 7924830 We are pleased to submit-the following bid to: Company Miami Shores Village Address Without Palm Castings on Blades Address Qty I Price_"_ Extender City, State Zip Miami Shores, FL Contact: Juan Polino Project: Miami Shores Village Street 9" x 30" ensity Blades Intensity Letter - 1/4 " Thick Ali way Base — es: Laser Cut ml Shores Date 02114/2007 Phone 305 - 762 -4885 Cell 305 - 525 -0178 E -mail PaulinoJ @Miamishoresvillage.com Option 1 Without Palm Castings on Blades Color Qty I Price_"_ Extender White 100 $900.00 1 $90,000.1 PAYMENT TERM S: 1 Ali signs made to MUTCD standards unless otherwise noted. 2 Bid Price subject to acceptance within 60 days and is void thereafter at the option of Beautiful. Mailbox C.gWRFIY 3 Contract Price is valid for one year from date of contract. 4 Any deviations from specifications involving extra costs must be in writing and will become an extra charge over and above the estimate. 5. 50% deposit required to process order, balance due upon completion. Signature Print Name Thank you for choosing the Beautiful Mailbox Company Sheri Corsetti Vice President Subtotal I 4)yU,000.Uu Sales Tax 0.00 °% $0.00 Title $100,000 will provide us with 111 street signs at $900 each MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program (1 -5); Rating Submittal date Effective year Cost Estimate S 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 By maintaining an inventory of sign material, it allows us to Explanation of need to authorize respond quickly to damaged /missing /worn traffic signs. project request: IF DENIED, possible alternatives which Wait for another agency to replace may be considered: Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Source (2) - - $ Source (3) TOTALI $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Form FIN CAP1 Revised: Jan'06 Shores Village 0 u _ NE 2ND -AVENUE IAMI SHORES, FL 33138 2382 none 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 ER P.O. Number 0000008409 Page 1 Order Date Ordered By Terms FOB Ship Via Ship To. 11/23'/2004 mod Net due 30 days Item No. Qty Received ine Item Description Unit Price Units I Qty Ordered 19ty Open 001 1.0000 5000.000 MISCELLANEOUS SIGN SUPPLIES 5000.000 301 -1202- 541 -64000 Capital: Machinery/ Equipment (PW- Streets). °r Notds: -t1 Proeject #015 FY05 Order Total 5000.00 Autinorizec. Shgnature Au ` rized S: gnature Autnorized Signatur_ MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Parking Bumpers Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal Effective date year 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 Inventory is needed to replace concrete bumpers in parking areas Explanation of need to authorize throughout the Village. This maintains the appearance of Village project request: 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 & Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Source (2) - - " $ " Source (3) - - $ " TOTALI $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,0001 $ 10,000 Form FIN CAP1 Revised: Jan'06 $2,000 will provide us with 111 parking bumpers at $17.99 each From: Cynthla Thompson To: Carlos Date: 312812007 Time: 6:59:38 AM Page 1 of 1 Star -Seal of Florida, Inc. 9740 N.V. 55th Court Ft. Lauderdale, Fl. 33309 „ Tel: (954) 484 -8409 Fax (954) 733 -4798 MESSAGE: 03/28/07 Good Morning Carlos, Thank you for the opportunity to quote you on the following 6' Concrete Car Stop with 2 Rebar Pins - $17,99 each. FOB - Star -Seal of Florida, Inc, Thank -you for your time and considerations, President www.starsealfl.com cindy@starsealfl,com MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LOGT /Public Works Project ADA Improvements 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 $ 65,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar I Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - - - - - $ TOTALI $ 65,000 1 $ 65,000 1 $ 65,000 1 $ 65,000 1 $ 65,000 1 $ 325,000 Form FIN CAP1 Revised: Jan'06 Funds set aside for ADA improvements MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Damage Walls Replacement Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Effective Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep !Cost Estimate $ 20,000 Project expected to begin: X Description of Item(s) or Project: Replacement of damaged walls around the Village. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Various wall locations around the Village are in desperate need of Explanation of need to authorize attention for repair or replacement. project request: IF DENIED, possible alternatives which Continue with existing wall appearance. may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 20,000 $ - $ - $ - $ $ 20,000 Source (2) - Source (3) - $ - TOTALI $ 20,000 1 $ - $ - $ - $ - $ 20,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Tree Replacement Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: J an- Mar Q3: Apr -Jun Q4: Jul -Sep ast Estimate $ 25,000 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 Diseased and non - native trees need to be replaced in order to Explanation of need to authorize maintain the appearance of Village swales and streets. A lush project request: 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 I} Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 1 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 85,000 Source (2) - - $ - Source (3) _ - I $ TOTAL $ 25,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 85,000 Form FIN CAP1 Revised: Jan'06 03/28/2007 WED 7;57 FAX 352 429 5901 MARIAN FARMS MARIAN GARDENS TREE FARM "' (W) W. State Road 511 • Croveland, blorida 34776 r.nne:f52A29a'il FLr]52•J29•.911Ri Yrndurars of C:mntainer Grown 7hees r� TRFES = = LIVE RATE AVAiLA "- IED PRICING MARCH 2007- SOUTH FLORIDA ARIA j 4 + icz, Inside Sales South Florida 800- 608 -3276 cxt 222 y� Outside Sales Southwest Florida: 352 -267 -3278 it our website at www.mariangardens.co N01/001 Live O. . tta] 45 Gal 65 Gal ItIGH1 SPREAD : 9' _ 11, 3' 47 10'- 12' 51-60 12'- 13' 6'- 7' CALIPER DEL. NUCE ORDER 22'- 2.5" 2"- 2.25" $86.00 2.511-2.751, $170,00 3.0" - 3.5" $235.00 Sale FAce $. ..00 100 Gal 14'-., 16' 8' '• 10' 4" - • 4.5 "+ '$355.00 Ask for Details 200 Gal 16' - 20' 10' -12 5" - 6.5 ""l• $835.00 8'- 10' 3' Laurel Oak 30 Gal Available A ugmvt :`. -• a Jt� C - 4'fii - AR..:I. _ 45 Gal 12' 14' 5'- - 6' 2,5" • • 2,75" $ 165.00 .... _......... $86.00 Crr e Myrtles MYRTLES HA YE BEEN : AMaD FOR SPRING Tuscarora watermelon 30 Gal T- 8' 5'- 6' Multi -Cane $8+6.00 Natchez (white) 30 Gal 7'- 8' 5?-6' Multi -Cane $86.00 Muskogee (lavender) 30 Gal 7' -V 51-6' MLittle Gem Magnolia - 30 Gal 5' 3' - 4' Multi -Cane 1.5"- 1.75" $86.00 - $93.00 _ 45 Gal Available November Em �- .,r Dahoon Holly �w.l a =• " - PSd 5 r rt �,rf 114; ,. -; -rvy ,19j ka P� r . tvr�d�s ?'P4[cRI�C. - i .. -_. _. , -..:- ..,^,' �- .i: •..•R .... _ .r .,—. ..... `.:r$ — "' •fie..." ...... ..-.7= i'�.. �.s i ' ma r+M� iiFm '•rte. :.gin .'"��..M..... DD Blanchard Ma olia 30 Gal Available llla _ t:.. �`� � - - r `�_ n.rrwN Efigleston ROBY 45 Gal Available November 65 Gal available November 100 Gal Available August ::. ..a •'!-.. J a ,' 'tl-� Ilru Iz nn�l nun In pnn IXr I f ' Jr! 1 5.1 ry dur. _.._... Ir Pr ! i 5 , v i r . -n .._�. ..._ .. 1,ILstin Street Magnolia 45 Gal Available August 65 Gal 10' -" 12' 5' -(5' 2.75 " - 3'• fi225.00 {�� = ^:= �.r- -- -: -s . � ,•: N,.:...f N - ,..wu.;ci6�+.r�yxx , :a�= . -h.� r -,.: -: ,I ..yrl,: , , ,. I, r �rlearuw Bald Cypress 30 Gal 8'- 9' 3'- 4' 22'- 2.5" $ 86.00 65 Gal 12'- 14' 4' - 5' 35" - 4.5' $235.00 Loblolly Pine 30 Oral 8'- 10' 3' 2!, 2-5" $86.00 _ - _IV '.a -Slash . ..:. :`. -• a Jt� C - 4'fii - AR..:I. _ _ .. Y. .., trifr""•1r"er �'if'.ra ' Pine 30 Gal 8'- 10' 3' 2 "- 2.5" 1 $86.00 l s. - , . � y � . � _ . . L. ix.c Wax M tle 30 Gal 5' -6.5' 4' Bush $75,00 SALE :r :. )East Palatka Holly 30 Gal Available May 45 Gal Available^ Ugwf _ R^ �... Em �- .,r Dahoon Holly 30 Gal Available August eri�lir�l��l tRatui�i „� .7 s a rli. :'eF .51� . i....... , ,�_. � II!Ild .i,Ir1Ii•II �iw�plr��:�1�'� r V'� �ih•` -< 2h -! t:.. �`� � - - r `�_ n.rrwN Efigleston ROBY 30 Gal Available November • $1500 minimum on delivered orders. • There is currently a 1,99% fuel surcharge for delivered orders. ■ Pricing and availability are subject to clTange without notice. $15,000 will provide 88 trees at $170 each. $10,000 will provide 42 trees at $23 5 each. MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Project Addition of second Trash Grabber Fund /Department San /Public Works Name: (V161 B) PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 58,000 Project expected to begin: X Description of Item(s) or Project: Addition of second trash grabber (V161 B) Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or These funds are to complete the previous year's reserves to acquire Explanation of need to authorize a second trash grabber. Second grabber will maximize trash project request: department's efficiency in trash removal from the roadside. IF DENIED, possible alternatives which Don't purchase vehicle. may be considered: Funding Request by Year 8t Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL San $ 58,000 $ - $ - $ - $ - $ 58,000 Source (2) - - $ - Source (3) - _ - $ - TOTAL $ 58,000 Is - S - $ - $ - $ 58,000 Form FIN_CAP1 Revised: Jan'06 INTERNATIONAL° Financial SuM ary March 15, 2007 2008 4300 SBA 4X2 (MA025) (USA DOLLAR) Description Factory List Prices: Product Items 'Service Items Total Factory List Price Including Options: Total Goods Purchased: Freight Charge Total Freight: Total Factory List Price Including Freight: Less Customer Allowance: Total Vehicle Price: Total Body /Allied Equipment: Total Sale Price: Total Per Vehicle Sales Price: Net Sales Price: Price $79,276.00 $1,100.00 $1,705.00 $82,081.00 ($25,653.00) $56,428.00 $48,943.00 $105,371.00 $105,371.00 $105,371.00 Please feel free to contact me regarding these specifications should your interests or needs change. I am confident you will be pleased with the quality and service of an International vehicle. SALE PRICE DOES NOT INCLUDE: TAX, TITLE OR TAG FEES. FLORIDA SHERIFF'S ASSOCIATION BID # 06- 14 -0821A SPEC # 47 30,000 lb GVW CAB & CHASSIS BASE PRICE ( SOUTHERN REGION) $ 41,600.00 OPTIONS: 1.4080-03 (33,000 lb GVW PKG 245 hp Engine, 350ORDS Trans. GVW will be 35,000 lb to accomodate the 2030 Body) 10,400.00 2. 186CAG (186" CAB TO AXLE) 3,041.00 3. 13WLE (SYNTHETIC TRANS. LUBE) 160.00 4. 8WCL (AIR HORN) 50.00 5. 4EBD ( AIR DRYER) 537.00 6.4722 (MOISTURE EJECTORS) 140.00 7. TL -3 (PETERSEN TL -3 LOADER WITH 1824 BODY) 42,800.00 zO 3c' COST $ 98,728.00 NON - CONTRACT OPTION: 1.2030 (2030 BODY IN LIEU OF 1854 BODY - INCLUDES OPTIONS ON QUOTE 20065271) $ 6,121.00 2. 16JNT (AIR SUSPENSION DRIVERS SEAT) 120.00 3. 16PHJ (2 MAN PASSENGER SEAT W /STORAGE) 380.00 TOTAL COST $105,371.00 Approved by Seller: Accepted by Purchaser: 7 Proposal: 4266 -01 AA FLORIDA . hssnc.tA'nON oi- CO 3NT WS ' All About Florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION 30,000 LB. GVWR CAB & CHASSIS (DUAL REAR WHEEL) - 4X2 SPECIFICATION #47 2007/2008 International 4300V SBA (MA015) The Tnternatiional 4300V SBA (MAO IS) 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: $41,300.00 $41,600.00 $41,300.00 $41,600.00 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 speck 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 addfdelete. 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. Bid Award Announcement (06- 14- 0821A) ill VEHICLE: DEALER: ZONE: BASE PRICE: 4300V SBA (MAO 15) Sun State International Trucks, LLC Western $41,300.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Northem $41,600.00 4300V SBA (MA015) Sun State International Trucks, LLC Central $41,300.00 Order Code Delete Options 13GNG 1 Provide 6 speed manual with base engine (specify) Faller FS- 53807+' Provide 7 speed manual with base engine (specify) Air brakes if compatible with transmission D29590' Wheel seals D8REY AM/FM stereo radio Passenger air bag Daytime running lights Order Code Add Options 12NSM 1 Engine / transmisiion upgrade (specify) MatVbrce: DT 22S RP 2500RDS Tratrs. 1 12NSG 1 E.ngine/transmisison upgrade (specify) rtlaxxforce Ur -245 HP 250ORDS Trans. � Engine hour meter Trans oil temp meter 13VArLE 1 Allison authorized synthetic oil, TES 295 or equivalent (required for extended warranty) Premium hoses 15DMN 1 'Dual 45 gallon fuel tanks Dual 50 Cal. 1 4EBD 1 Air dryers Bendax AD-1P 1 4722 1 Moisture ejectors Ruromatic lacared ejectors 1 Power windows, only 16WJU 1 Power windows /door locks Speed control 5798 1 Tilt steering wheel Telescopic and tilt steering wheel 8GRP 1 AM/FM radiu wish single CD Side air bags 3K 1 Third key 4X4 1 Upgrade to 4x4 (specify factory or after market) koefory - fuse laid Spec {lieatrons 1 Upgrade to Sterling L model 4300V SBA (MAO 15) Sun State International Trucks, LLC Southern $41,600.00 All Zones $1,700.001 NA NA $18.001 $200.001 NA NA All Zones $5,200.001 $6,200.001 Std Incl. $160.001 NA $498.001 $537.001 $140.001 NA $386.001 Std $130.001 NA $180.001 NA $10.001 $19,700.001 NA Bid Award Announcement (06- 14- 0821A) 112 VEHICLE: DEALER: ZONE: BASE PRICE: 16196 1 16CAB ' VENT' RSF' LINER ' TBOX 16WSL' 8WCL' SAFETY' 14WAP ' 15LKE' FLAP ' SPARE ' 11SB' 3YD' 5YD 12STK' 12CD I 14STK' 14CD 1 16STK' 16CD' 4300V SBA (MAO 15) Sun State International Trucks, LLC Western $41,300.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Northern $41,600.00 4300V SBA (MAO] 5) Sun State International Trucks, LLC Central $41,300.00 Crew cab (84" CA) Chinges seats to I!Mnt & Rear Benchs Super cab (84" CA) Extended Cab -No rear seat Cutaway cab 'Vent visors - stick -on style Rainshields - flange style Spray -in liner (Rhino or approved equivalent) Rliino 1 Knapheide under body tool boxes or approved equivalent 8 Fcndcr or cowl mounted convex mirrors Hood Mounted Rt. cP4 Lt. Mirrors 1 Airhorn Single Tntmpet 1 Safety kit, fire extinguishers & triangles INSTALLED1NC4R 1 Front stabilizer bars Rear shock absorbers Auxiliary rear springs Heated fuel water separator Mud flaps Internationaal Logo Full size spare tire & rim 22.5 1 Jack and wheel wrench Knapheide 6132 utility body or approved equivalent (requires 84" CA) Heil 2 -3 yd. dump body with manual tarp or approved equivalent (requires 84" CA) 10 ft. 5 yd. dump with manual tarp (requires 84" CA) 12 ft. flat stake body (requires 84" CA) 12 ft. contractors dump with manual tarp (requires 84" CA) 14 ft. flat stake body (requires 108" CA) Reqs. Code 108CA Addn'7 SJ559 1 14 fl. contractors dump with manual tarp (requires 108" CA) Reqs. Code Addn'1 $1559 1 16 ft. flat stake body (requires 120" CA) Regs. Code 120CA Addn7 52647 1 16 fl. contraclors dump with manual larf) (requires 120" CA) Reqs. Code 120CA Addn7 ,52641 1 Bid Award Announcement (06- 14- 0821A) 4300V SBA (MA015) Sun State International Trucks, LLC Southern $41,600.00 $8,254.00' $2,647.00' NA $150.00' $150.00' $990.00' $600.00' $142.001 $50.00' $100.00' NA $96.001 Incl. $152.00 $50.00' $898.00' NA $10,996.00' $9,625.00' $9.925.00' $4,825.00' $8r735.001 $4,935.00' $9.860.00' $5,280.001 $9,800.00' 113 VEHICLE: DEALER: ZONE: BASE PRICE: 18STK 1 20STK 1 VA20 1 VA24 1 24STK 1 HDTCM 1 TL3 1 TL50P 1 108CA 1 120CA 1 138CA 1 156CA 1 180CA 1 186CA 1 4080 -03 1 4082 -01 1 4082 -02 1 4082 -3 1 7300 1 108CAG' 120CAG 1 4300V SBA (MAO] 5) Sun State International Trucks, LLC Western $41,300.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Northern $41,600.00 18 ft. flat stake body (requires 138" CA) Rags. Code 138C:A Addn7 32841 1 19 ft. rollback wrecker with wheel lift (requires 120" CA) .20 fl. flat stake: body (requires 156" CA) . Regs. Code 156C4 Addn7 $2891 1 20 ft. van roll tip door (requires 156" CA) Regs. Code 156CA Addn7 $2891 1 24 ft. van roll up door (requires 186" CA) Regs, Code 186CA Addn'1$3041 1 24 ft, flat stake body (requires 186" CA) Reqs. Code. 186C4 Addn'l 53041 1 24 ft. van roll up door (requires 186" CA) Optional body (specify) HD lrxhrstries TC'M -425 -135 Pothole Paicher 1 Optional body (specify) Petersen Loader viih 1$24 bore - Reqs•. Code 156CA Addn7 72891 1 Optional body (specify Terex TL50P Aeriu1 Des ice - Reqs. Code 138CA Addn7 52841 1 4300V SBA (MAO 15) Sun State International Trucks, LLC Central $41,300.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Southern $41,600.00 108" cab to axle 120" cab to axle 138" cab to axle 156" cab to axle 180" cab to axle 186" cab to axle 33,000 GV WR Pck. - minimum 230 HP, 5 speed automatic transmission (3000RD5), or approved equivalent - see optional wheelbase prices Alazrforce DT 245 HP 300ORDS 1 3 3,000 GVWR Pck. - minimum 230 HP, i speed automatic transmission (3i00RDS), or approved equivalent - see optional wheelbase prices :Uarrfurre DT 250 tTP 3500RDS 1 33.000 GVWR Pck. - minimum 230 HP, 6 speed automatic transmission (3000RDS), or approved equivalent - see optional wheelbase prices Marajrrree DT 285 HP 3000RDS 1 33,000 GVWR Pck. - minimum 230 HP, 6 speed automatic transmission (3500RDS), of approved equivalent - see optional wheelbase prices Maxxforce DT 285 HP 300012DS 35.000 GVW 1 33.000 GVWR factory approved 4WD Alaxsforce DT 225 ,HP 2500RDS 1 33.000 GVwR 109" CA 33.000 GVWR 120" CA Bid Award Announcement (06- 14- 0821A) $5,580.001 NA $5.920.001 $7,272.001 $7.545.001 $6,920.001 NA $58,828.001 $42,800.001 $67,075.001 $1,559.001 $2,641.001 $2,841.001 $2,891.001 $2,900.001 $3,041.001 $10,400.001 $12,400,001 $12.700.001 $13.100.001 $29,400.001 $1,559.001 $2,641.001 114 VEHICLE: DEALER: ZONE: BASE PRICE: 156CAG ' 180CAG 186CAG ' 2KLG 1 3KLG 1 50K22 ' 6006 ' nl JT' 6406 1 8406 1 ALARM 1 BUCI SGL1 LED ' RMS1 RMAS t 4300V SBA (MAO] 5) Sun State International Trucks, LLC Western $41,300.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Northern $41,600.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Central $41,300.00 4300V SBA (MA015) Sun State International Trucks, LLC Southern $41,600.00 33,000 GVWR 156" CA 33,000 GVWR 180" CA 33,000 GVWR 186" CA 2,000 lb. lift gate 3,000 lb. lift gate 12 jon jack cab mounted, if available Auto Crane SOK -22 crane body with shelf package, 24" bumper with crank outriggers, or approved equivalent Auto Crane 6006EH electric hydraulic crane, boom support & chassis springs, or approved equivalent Auto Crane hydraulic outriggers, or approved equivalent Auto Crane 6406 hydraulic crane, reservoir, PTO and pump, boom supprt & chassis springs, or approved equivalent Auto Crane 8406 hydraulic crane, reservoir, PTO and pump, boom supprt & chassis springs Backup alarm Backup camera with 3.5' LCD (rear mounted camera to provide wide angle field of vision at rear of vehicle) Left -hand pillar mounted 6" spotlight with clear halogen bulb Left & right -hand pillar mounted 6" spotlight with clear halogen bulb Strobe grille lights, 2 minimum (Whelan, Federal, Code 3 or approved equivalent) LED.. GEN 3 minimum, grille lights, 2 minimum - LED lights may be blue, red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) Rearview mirror strobes (Whelen, Federal, Code 3 or approved equivalent) LED, GEN 3 minimum, external mirror flashing lights - LED lights may be blue, red, amber or an), combination - specify color (Whelen, Federal, Code 3 or approved equivalent) Roof -mount amber strobe beacon (Whelen; Federal, Code 3 or approved equivalent) Strobe integral directional arrow activated in lightbar (with controller if required). Requires purchase of lightbar. LED, GEN 3 minimum, integral directional arrow activated in lightbar (with controller if required) - LED lights may be blue, red, amber or any combination - specify color. Requires purchase of lightbar. Halogen integral directional arrow added to lightbar (with controller if required) Traffic directional LED, GEN 3 minimum, arrow with 6 modules (with controller if required). Code 3 I:LS - upgrade, deluxe siren, microprocessor controlled Federal Signal Smart Siren - upgrade, deluxe siren, microprocessor controlled Whelen Cencom - upgrade. deluxe siren, microprocessor controlled Code 3 - Headlight flashers, solid state Federal Signal - Headlight flashers, solid state $2,891.001 $2,900.001 $3,041.00' $4,270.001 $9,700.00' NA $16,412.001 $19,100.001 $2,600.00' $21,653.001 $24,460.00' $120.001 $1.000.001 NA NA $680.00' $800.00' $640.00' NA $330.001 NA 0F.1 NA NA NA NA NA NA NA Bid Award Announcement (06- 14- 0821A) 115 VEHICLE: DEALER: ZONE: BASE PRICE: CSP60 CSP90 CSFK 1 CSRiCH DSM I B1012C I 4300V SBA (MA015) Sun State International Trucks, LLC Western $41,300.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Northern $41,600.00 4300V SBA (MAO 15) Sun State International Trucks, LLC Central $41,300.00 4300V SBA (MA015) Sun State International Trucks, LLC Southern $41,600.00 Whelen - Headlight flashers, solid state Upgrade basic (6) switch controller and siren to combination light controller/siren Corner Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 60w power supply, 2 -15' cables, 2 -30' cables Corner Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 90w power supply, 2 -15' cables, 2 -30' cables Corner Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet 660L power supply, 2 -15' cables, 2 -30' cables Corner Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet RICHOCHET power supply, 2 -15' cables, 2 -30' cables Corner Strobe Kits -- Soundoff Kit with 4 clear tubes, 6 outlet, 60w Nebula power supply, 2 -15', 2 -30' cables Corner Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 110w Gemini power supply, 2 -15', 2 -30' cables Corner Strobe Kits — Code 3 Kit with 4 clear tubes, PSE460 power supply, 2 -15' cables, 2 -30' cables Corner Strobe Kits — Code 3 Kit with 6 clear tubes, PSE690 power supply, 2 -15' cables, 2 -30' cables Optional equipment (specify) Optional equipment (specify) Optional equipment (specify) :Optional equipment (specil'y) Complete set of shop manuals ONLY CD Versiun I Minimum 5!75 N1 anufacturer's Extended Base. Warranty ($0 deductible) See Polky for Coverrages I NA NA $770.00' $790.00' $870.001 $890.00 NA NA NA NA NA NA NA NA $500.001 $1.940.001 Bid Award Announcement (06- 14- 0821A) 116 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department San /Public Works Project Name: Replace Trash Truck V -9922 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 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 72,500 Project expected to begin: x 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 ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL San $ 72,500 $ $ - $ $ $ 72,500 Source (2) - $ - Source (3) " TOTAL $ 72,500 $ - $ - $ $ - $ 72,500 Revised: Jan'06 Form FIN_CAP1 MAR -28 -2007 12:15 FROM:WJPRP(aHM f I U. io I I OLU.) 1 ifJJ- ------- . INTERNATIONAL TRUCK AND ENGINE CORPORATION 2400 COMMERCE AVENUE, BLDG. 1100, SUITE 100, DULUTH, GA 300913 T 678 684 2700 F 679 604 2703 TRUCK GROUP March 27, 2003 Carlos Quijano City of Miami Shores, Fl- Carlos, Per your request, please find specifications and pricing off the State of Florida Contract # 16- 070700 -S for a Spec. 108 cab and chassis. 108 international Model 4300 SBA 4x2 8011 2300 W.B., 163" C.A., 96" A. F. Non - Contract C] lion 1) 20 ft. dump body (specs enclosed) Total FOB Miami Shores, FL Please don't hesitate to call me if you have any questions. Sincerely, CA Bill Parham National Account Manager Phone: (708) 356 -2471 Fax: (678) 554 -2793 E -mail: bill.parham r{�nay- interrnational.ccam $50,051.00 160.00 15.35[1100 $65,56.00 1 *1"rC CC3_QW J I "_. 1.. I owl �. r. , " do u )NTERNATIONAV PrQpared For: City of Miami Shores, FL Attn: Carlos Qul)ano Jim Den'.Bleyker 4060�EsPlanads Way TAllahassee, FL 323W (904'1486'" SM7 beferenve ID' NIA March 28, 2007 Presented By: INTL TRK & ENGINE CORP Bill Parham 204 INOODROW WAY LAVONIA GA 30553 708-356.2471 Thank you for the opportunity to provide you with the fallowing quotation on a new Intematlonal truck. I am sure the following detailed speCMWban will meet your operational requirements, and I look forward to serving your business needs. od P 2008 4300 88A 4X2 (MA025) APPUCAT10N: MISSION: Landscape Dump Requested GVWR: 35000. Calc. GVWR: 35004 Cale. Start l Grade Ability: 29.00% 12.14% @ 55 MPH Calm Geared Speed: 67.3 MPH FULL ECONOMY: DIMENSION: NIA Wheelbase: 230.0, CA: 182.9, Axle to Frame: 96.0 1400 RPM, 2800 RPM 245 HP. 620 lb-ft Torque ENGINE, DIESEL: (International MmForce DT) 50 State, TRANSMISSION, AUTOMATIC: Governed Speed. # 2 Bell Housing h Uverdrfve: onl{)ff (ALLISON sfl Generation 'V� Less Retarder, With With,80,(0tb GVW & GCW y; Includes Oil Level She PTO Provision, Max. CLUTCH. AXLE, FRONT NON.EIRMNG: omit Item (Clutch & Control) (Intemabonal 1.12OSG) I -Beam Type, 12 „000-Ih Capacity 23,0004b Capacity, With NR” Wheel Ends Gear Ratio: AXLE, REAP, SINGLE: {Dana Spicer 523 -170} Single Reduction, 6.14 CAB: Conventional (2) 1IR225 AH12 (HANKOOK) 503 revlmila, load range H. 16 Ply TIRE, FRONT: (4) 11 R22.5 AH12 (HANKOOK) 503 revlmlle, load range H, 16 Ply TIRE, REAR: SUSPENSION, RR, SPRING, SINGLE:Vari -Rate; 23,50040 Capacity, With 4500 lb Auxiliary Rubber Spring PAINT: Cab Schematic 1000A Location 1: 9219, Winter White Chassis Schematk,WA Proposal: 2118-01 INTERMATIONAV molrde SDWM Mamb 28,207 2008 4300 SBA 4X2 (MA025) 8MEP ;<Model 4300 SBA 4X2 with 230.0 Wheelbase, 162.9 CA, and :96:0 Axle to Frame. _1570 TOW HOOK, FRONT (2) Inside Roll, Frame Mounted. 1;CAE FRneiRAILS HeatTreated Alloy Steel (120,000 PSI Yield); 10.125" x 3.580" x 0.312" (257.2mm x 90.9mm x ft n),A20:0" (10ee8mm) Maximum OAL 1LtIt ` ;:B1R1111 `FRON i Fu Width, Awodyrtsmic. Steel; 0:142" Mite" 1SAL } r ",I !EMBER, REAR, AF'(01) 1tip W, 4ESL�AlSE RANGE 199" .(505cm) Through and Including 25�!.(e sn) 2i413D .; AXLE, AOW NON - DRIVING {International I- 120SG) Ream Type, ZObWb CBpacily ems f , FROiNT, SPRiIN Parabolic, Tape► haft; "1Z00"' W," h Sh0ck Absbm" . ; B Atgei�, AIR Dual System br';3lralght Tnjck ApPkz506s 1. 4AZA AIR BRAID: ABS {Bendtx AndLodc Broke System) Full Vehicle Wheel Control System (4- Channe0 4EBS AIR DRYER (Bendlx AD-9) With Heater BRAKES, FRONT, AIR CAM S -Cam: 15.0" x 4.0"; Includes 20 Sq, In. MGM Long Stroke Broke Chambers 4JOG ONCE BRAKES, REAR, AIR CAM 16.5'x 7.0"; Includes MGM TR3030 Long Stroke Brake Chamber and Heavy Duty Spring Actueted Parking Broke 4S8C AIR COMPRESSOR (Senda•Tu -Flo 550) 13.2 CFM Capacity 4WBX DUST SHIELDS, FRONT BRAKE 4WQM. DUST SHIELDS, REAR BRAKE 5AAA STEERING COLUMN Stationary SCAL STEERING WHEEL 2-Spoke, le" Dlam.; Black SPSA STEERING GEAR (Sheppard M-100) Power 7806 EXHAUST Single Horizontal, �?�� Device, Frame Mounted Right Side, Under Cab, 11orYSTEM Clean 800ti ELECTRICAL SYSTEM 12- Volt.',Standerd.Equipment B51e CIGAR' ILIGHTER SGEJ ALTERNATOR (Leeoe- Neville eLHP2172VAH); Brush Type; 12 Volt 1.10 Amp. Capacity, Pad Mounted SHAS BODY BUILDER WRING Back of Standard Cab at Lett Frame or tinder Extendad or Crew Cab at Left Frame; Includes Sealed Connectors for Tall/Amber TurnlMarkerl BadwplAccessory Power/Ground and Sealed Conneam for StoVTum 8MEP 13ATTERY SYSTEM (International) Matrrtenance -Free (2) 12 -Volt 13000CA Total. BREY RADIO (Panasonic CQR -111) AMIFM, With Cassette Player, Includes Multiple Dual Cone Speakers 8WCL HORN, AIR Black, Single Trumpet, Air Solenoid Operated, Mounted Behind Bumper on Right Rail WINDSHIELD WIPER SPD CONTROL Force Wipers to Slowest Intermittent Speed When Park Brake Set and 8WGL Wipers Left on for a Predetermined Time 8WPB HEADLIGHTS Halogen; Composite Aero Design for Two Light System; Includes Daytime Running Lights 8WPP ENGINE SHUTDOWN Automatic With 30 Second Delay, With International Engines 8WPZ TEST EXTERIOR LIGHTS Pre-Trip Inspection will Cycle all Exterior Lamps Except Back-up Ugh ems HEADLIGHTS ON WAMPERS Headlights Will Automatically Turn on if Windshield Wipers are turned on 2 Proposal: 2118.01 AL" ,20 YMMr:4 yy� 'IS ?9;2047 M 4'304 SBA 4X2 (MAWS) t ,LOW COOLANT LEVEL.With Audible Alarm 04 !} 12 Volk 1e53 '1lnsrr l:p,> rerric °»nri ;AINDER HOOK) Sound Abatement M. mg, •Flb[r *M; CO[idt s .y{IA, 3 9 4-II }L •t ] Fwy��l MMy 4 I 4 T-1 .. COWDOGIF 100 COQVCAW-Cwl� 14-Tore q d Leaf Tap WSpgcl'ea"d, Psine Blea Wh Red iep q } s �a} . e C r [{ ° s Y try•. ?� ' ak t" it j=�,f1 V d Jl } t 111U Btacac RdNW, '*it] -W Less LQpo: lase ,,. L ✓ }+1: i�1 s! Aar 51+ • •: r �Ca? dk Omit feffm (Clutch & Control) . 12NSd Vii• : EI+IC�INE,' DIESEL (lawnational Mwo(Force DT) 50 State, 745 HP;'BWlfrttTorque 1400 RPM,•2600RPM Gavemed Speed, # 2 Bell Houefng 12TSY a FAN DRWE {Borg -Wsmer 3A85) Viscous Screw On Type FEDERAL EMISSIONS for 2044; for inbemationet VT365, DT�AA6 and DT570 Englnee 12E RADIATOR IUUminum; 2-ROW, Gross Flow, Over Under Syetem, 717 Sgtn Lowered, With 313 3gln Charge L1Y AiF Cooler, With in-Tank Transmiasiorr Ccsai*r -12VBC AIR CLEANER Single Element THROTTLE; ,HAND CONTROLBrigine Speed Control; Electro Irli'�,'Veriebb apned; Mounted on 12VXT i Stee" Whed FEDERAL EMISSIONS 2007 for Intemat}onal M&xxForoe DT Engines (DT466) 12vYX ;1= NGtNE•CONTROI- REMOTE MOUNTED PrCM31on for; Includes VW" for Body Buitdar' inslalletion of PTO 12VT 1 Canttinig; With ignition Swftch Contrd for tntefnstiorml past 2007 .Erndssfosre Efecbvdc Engines ptp.ANDeU'ENGINE TEMP' EFFECTS to Allow Higher Engine Opera" Temperature Range: Includes Nylon 321WS i : Sne T�k 115 psi Pnessurke, Cuffs 1� = MWIQN,.AUTOMATIC (ALLISON 30W 1�5_P) 4th Generovi st Cotrhr�ls; Glares Rabo, �, YUitFk I]T+O Prcisrtelon. Less Retarder VUiltt e0,000-lb ;With Overdrive; On/Off t't ; Includes Oil Level Sensor, 1 ; TRANSMISSION SHIFT CONTROL ;(ALLASON) Pu"utbon Type;*r Ammon 3= S 40M Series Transmission 13WUC� ALLISON SPARE INPUT /OUTPUT for Rugged Duty Berta (RIDS); Oemrsl Purpose Trucks, Conetrucdon • AXLE;'RE4R; SINGLE'{Dana Spioer S23 -170) Single Reduction, 23,0013.1b Cepadty, With 7r Wheel Ends 14AtlB : SUSPENSION, RRrSPRING, <SINGL E Var�Rate; 23,5004b Capacity, VNth 4500 lb Auxiliary Rubber Spring 14VAH AXLE, REAR, LUBE (EmGard 75W4q Synthetic 011; 30 thru 39.99 Pints 14V" FUEL TANK Top Draw; D Style, Steel, 19" Deep, 70 U.S. Gal., 285 L Capacity, With Quick Connect Outlek 15Sf N Mounted Right Side, Under Cob 160 CAB Conventlonel 18i= SEAT, PASSENGER Omit Item 1GH A GAUGE CLUSTER English Wdh English Electronic Speedometer 3 Proposal: 2118 -01 :.E Proposal: 211W .. K� "m� —. P 1- 06L '1dN1 P ... %' 7i, . . •1 e, RING, FRONT, LURE MmG@rd 50W) SYWWUG Oil WjM1 11R22.5 AH12 MMKOOK) 5MI cerr►rerlla, k" M, 16 ply 738213WW (2)•TIRE;FRONT , (4) TIRE;REAR i1R22.5 AH12`(K'NNKOOK):500 fwirrrfle, lwcl mnge H, °'G * 1:Cab,I herr4Wc 1A0C,A 4p t 9219, W mbar Vie ` Chased Sdwmft NIA 'fBE1; IM-N eds� Brand 20 R x 102" wide dumpy► pen` quvDe fnxn Rx�aa Loomis 3ti71DT [A r IV - W-W 1 i E r �1 k Proposal: 211W �W-gzpuw" 3 ~4 IMP I cc ml AW - - - - - - - - - - - rage - -e - rag1 or. 1 24 V I 1,7 4.- "'WiUldon't Sm vw WO! `v;dwrtailgate trot tarp ifWI,TW-. ron 311(r,steel r Tom:;„ yoftd.." bar aide6 c hoist 1' " . P wrm-7t - P oWpl blwck MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department SAN /Public Works project Garbage Dumpsters Name: PROJECT STATUS Project rating it Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Lost Estimate $ 5,000 Project expected to begin: Description of Item(s) or Project: Garbage dumpsters Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or As an ongoing capital expense, dumpsters wear out (rust out) and Explanation of need to authorize need to be replaced project request: IF DENIED, possible alternatives which Continue to use existing rusted dumpsters. may be considered: Funding Request by Year 5t Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 5,000 $ - $ - $ - $ - $ 5,000 Source (2) - - - Source (3) - - - - - $ p1 - TOTAL $ 5,000 $ - S - $ - $ - $ 5,000 Form FIN_CAP1 Revised: Jan'06 MAR -28 -2007 09:25AM FROM- QUOTATION WASTEQUIP - DAVIE 3400 SURRIS RD DAVIE, FL 333'14 954 *3271945 pAX 954 -327 -0223 OF MIAMI SHORES 4,TTN: JUAN FAX 305795 -2213 I -IUD r•UUI /UUI r—uao - Es F- E o ATE: ORDER # sr2sr2007 TI~RMS: r COLOR: SHIP VIA: DATE SHIPPER: DARK GREEN TEM qTY aESCRIPTION COST TOTAL L -1 f RL -2 5 REAR LOAD CONTAINER ICY 5 REAR LOAD CONTAINER 2CY SLANT $401.00 $545.00 $2,005.00 $2725.0, 0 $4,730.00 RL -1 RL -2 4 REAR LOAD CONTAINER ICY 6 REAR LOAD CONTAINER 2GY SLANT $401.00 $545 -00 $1,604.00 3 21-7000 $4,874.00 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 CHIPPER PAD/ TRANSFER STATION Fund / Department SAN /Public Works Project Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 189,740 Project expected to begin: x Description of Item(s) or Project: CHIPPER PAD - TRANSFER STATION Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or To accommodate the Village's trash needs. Explanation of need to authorize project request: IF DENIED, possible alternatives which may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ 189,740 $ - $ - $ - $ - $ 189,740 Source (2) - $ Source (3) - - TOTAL 5 189,740 $ - $ - $ - $ - $ 189,740 Revised: Jan'06 Form FIN_CAP1 March 26, 2007 CHIPPER PAD - TRANSFER STATION Dade permit up to 99 tons per d; DEP Waste processing fee Engineering fee (Up to Concrete Remove and restore - Drainage {French drains- 25' Cnntinaencv 10% $740 $2,000 $30,000 $80,000 $60,000 Subtotal $172,740 $17,000 Total $189,740 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 a Dum tern Fund /Department SAN /Public Works Name: Project Garba g PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: O.ct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 5,000 Project expected to begin: Description of Itern(s) or Project: Garbage dumpsters Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or As an ongoing capital expense, dumpsters wear out (rust out) and Explanation of need to authorize need to be replaced project request: IF DENIED, possible alternatives which Continue to use existing rusted dumpsters. may be considered: Funding Request by Year tt Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 5,000 $ - $ - $ $ $ 5,000 Source (2) $ Source (3) - - - $ TOTAL $ 5,000 $ - $ - $ - $ $ 5,000 Revised: Jan'06 Form FIN_CAP1 MAR- 28 -200T 09:25AM FROM- QUOTATION WA3TEQUIP - DAVIE 3400 BURRIS RD DAVIE, FL. 33314 9$4.3274945 FAX 954327 -0223 OF MIAMI SHORES TTN: ,JUAN AX 305715 -2213 T-lUU f.UUIIUUI r-000 a, DATE: ORDER # 3/2812007 .TERMS: COL IOR: SHIP VIA: UAI G w?"Iv -v w DARK GREF -N {TEM qTY COST pESCRIPTIAN TOTAL RL -1 5 REAR LOAD CONTAINER 1CY $401.00 $2,005.00 RL -2 5 REAR LOAD CONTAINER 2CY SLANT $545.00 2 7�25a0o $4,730.00 [RRL-1 4 REAR LOAD CONTAINER 1CY $401.00 $1,804.00 -2 B REAR LOAD CONTAINER 2CY SLANT $545.00 3 2— ,-?0.00 $4,874.00 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Project CHIPPER PAD/ TRANSFER STATION Fund /Department SAN /Public Works Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan Mar Q3: Apr -Jun Q4: Jul-Sep Cost Estimate $ 189,740 Project ex=tobeginw: x Desc ription of Item(s) or Project: CHIPPER PAD- TRANSFER STATION Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or To accommodate the Village 's trash needs. Explanation of need to authorize project request: IF DENIED, possible alternatives which may be considered: Funding Request by Year Ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ 189,740 $ - $ - $ - $ - $ 189,740 Source - $- Source (3) - TOTAL $ 189,740 $ $ 189,740 Revised: Jan'06 Form FIN_CAP1 March 26, 2007 CHIPPER PAD - TRANSFER STATION Dade permit up to 99 tons per day $740 DEP Waste processin fee $2,000 Engineering fee (Up to) $30,000 Concrete Remove and restore- 6 ") $80,000 Drainage French drains- 25} $60,000 Subtotal $172,740 Contingency 10% $17,000 Total 1$189,740 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating i} 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: Q.1: Oct -Dec Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $6.75 per bin. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): .Justification, Rationale, or Recycling bins need to be replaced as they become worn, cracked Explanation of need to authorize or damaged. The bins must also be available for new residents and project request: people joining the recycling program I L_ — IF DENIED, passible alternatives which No alternative may be considered: Funding Request by Year Eat Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL SAN $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Source (2) - - " $ " Source (3) - - - $ " TOTALI $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Form FIN CAP1 Revised: Jan'06 `THU.09:47 FAX 10 001 (9105) 451-4800 Date: 3129/2007 Subject- quote (A-1 Recycling Div.) (905) 451-9949 Dear Carlos, (Contract Div.) please find your quote attached for the recycling bins. Please call Toll free: me with any questions or to, place an order. Thanks. 1-(,-800)777-0979 Fak:' Regods, 1499-77 Michelle Choo on,.ixt 22 Div.) Tt for! our recycling; In ad � ormabon: I,wntalnerS We. are, pleased to M';;i ROB Mid m., I Shores, FL 1Pt,of;order,.ar4,: D;' . ery time is apptg)dm'W*Iy 4to:6 week(s);. 4P0b a Gal;$ Fi4ht",tharges, Includ#d fflO*din9',*Q*O]aXft at dto;.,. Any, 3pecial requirements for o ent- Terms: ' -Net 30 -are We n' 3D dollars -.and Via d-i Plim in 1wraw,material costs. Taxes, ap contact me with any questions, ;sincerely, miche'k-Choo-San Inside Sales Fact. 22 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Project Fund / Department CAP /Public Works Name: Security Wall on NW 2nd PROJECT STATUS Project rating ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep ost Estimate $ 50,000 Project expected to begin: x 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 Experience has shown that a neighborhood on the western fringe of Explanation of need to authorize the Village will benefit in a reduction in crime, from a security wall project request: 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 Ex Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL CAP $ 50,000 $ $ - $ $ - $ 50,000 Source (2) - $ - Source (3) _ - $ TOTAL $ 50,000'1--$ - $ - $ - $ - $ 50,000 Form FIN_CAP1 Revised: Jan'06 Funds allocated for future wall construction. Estimated future prices are $110 per linear foot. Wall length estimated at .5 miles or 2640 linear feet for a total of $290,400. MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP /Public Works Project Shed Extension to Current Storage Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 9,000 Project expected to begin: x Description of Item(s) or Project: Shed extension to current storage. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or This shed extension will be used for the purpose of maximizing our Explanation of need to authorize storage needs to protect existing equipment. project request: IF DENIED, possible alternatives which Leave equipment unprotected. may be considered: Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 9,000 $ - $ - $ - $ - $ 9,000 'Source (2) - $ - Source (3) - $ - TOTAL $ 9,000 $ - $ - $ - $ - $ 9,000 Form FIN CAP1 Revised: Jan'06 Mar 28 07 03:00p LRZRRO PEREZ 305 -251 -1854 p.l L &I ALUMINUM SHUTTERS 18549.5W 104 AV MIAMI FL 33157 (305)5254283 (305)233 -8707 Bill To: CARLOS MIAMI, Fl. PO Number 'Terms Sales Rep I pescriptloln Quantity ALUMINUM ROOF PANEL 0.30 1,491.66 9 COLUMNAS 3X3 3 VILA 2X5 I VILA 2X7 I CANAL 30 F a 2 HERA 30 FT I FASIA 30 FT 60 PAN ELES DE 14 FT X0.24 4 2X2X30FI' 10 BOLSA CONCRLTO MIX 18 TORNILLO 1/231/2 PASANTE i r Number: E181 Dalc: March 28, 2007 Shan To: Price Tax 1 6.00 0.00 Ship Via 3 i Amount 8.949,96 Sub= Total Statc Tax 7.00% on 0.00 Total i 58,949.96 0.00 58;149.96' MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LOGT /Public Works Project ADA Improvements Name: I PROJECT STATUS I Project rating.& Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted iPriority (1 -5); Submittal Program Rating date Effective year FY 2009 FY 2010 FY 2011 FY 2012 most Estimate $ 65;00.0 Project expected to begin: naerrint.;nn nf ItemkI or Prdiect: Continue with Q1: Oct -Dec Q2: Jan =Mar Q3: Apr -Jun Q4: Jul -Sep ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Source LOGT CAP Source (3) TOT Form FIN_CAP1 Funding Request by Year Et Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 15,000 15,000 15,000 15,000 15,000 $ 75,000 $ 65,000 $ 65,000 $ 65,000 $ 65,000 $ 65,000 $ 325,000 Revised: Jan'06 Funds set aside for ADA improvements MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CITT /Public Works Project Phase III R.R. xing Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct-Dec Q2: Jan�Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ =150,i000 ct expected to begin: x Description of Item(s) or Project: Repair and upgrade of Railway crossing within the Village boundary. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Miami Shores Village is responsible for maintaining the approaches Explanation of need to authorize and level crossings. This investment will ensure adequate funding project request: for future expenditure. IF DENIED, possible alternatives which Allow further deterioration of these crossings may be considered: Funning Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL CITI- $ 150,000 $ - $ - $ $ $ 150,000 Source (2) $ - Source (3) - - $ - TOTAL $ 150,000 150,000 Form FIN CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replace Pickup Truck V -9765 Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year EMI-Luuts A I 1 11 - Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4; Jul -Sep Cost Estimate S 27,000 Project expected to begin: x 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 This vehicle has met its life expectancy and needs to be replaced Explanation 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 It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ 27,000 $ - $ - $ - $ $ 27,000 Source (2) - - $ - Source (3) - $ TOTAL $ 27,000 $ - $ - $ - $ - $ 27,000 Form FIN_CAP1 Revised: Jan'06 h 4 ti� o P 7 FI-ORIDA . ,. All About Florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION 3/4 TON PICKUP TRUCK - 4X2 SPECIFICATION #35 2007 Ford F -250 SD (F20) C ti N a i ry JOB The Ford F -250 SD (F20) 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: $15,231.00 $15,041.00 $15,091.00 $15,122.00 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 speck 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 cast 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 Bid Award Announcement (06-14 -0821) 1039 VEHICLE: F -250 SD (F20) F -250 SD (F20) F -250 SD (F20) F -250 SD (F20) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: *Western *Northern *Central * Southern BASE PRICE: $15,231.00 $15,041.00 $15,091.00 $15,122.00 Northern & Central Order Code Delete Options Western & Southern 445 1 .5 -speed manual transmission with overdrive in lieu of automatic overdrive $800.001 $937.002 445 2 X20 -142 1 Short bed in lieu of long bed $100.001 NC2 SWB 2 :• SUPERCAB 1 EXT CAB & CREW CAB ONLP 2 6613-512 1 Cargo box and rear bumper NC 1 NC2 66D /512 2 156 1 6' cargo box on crew cab $100.001 NC 2 SWB2 572 1 Air conditioning $400.001 $506.002 D572 2 58Y 1 : AM/FM stereo radio $40.001 NA2 NA 2 942 1 Daytime running lights $20.001 NC D942 2 NA 2 Full size spare tire and rim Std NA2 NA 2 ABS brakes Std NA2 Northern & Central Order Code Add Options Western & Southern 99Y 1 Engine upgrade $600.00' $700.002 6.8 GAS 2 99P 1 ' Engine upgrade $5,650.001 `. $5,648.002 DIESEL 2 NA 2 Battery, auxiliary HD NA NA2 X20 1 ' Increase to 9,200 lbs. GV WR NC' $1,128.002 F350SRW 2 91T 1 Electric brake conlrollcr $510.001 $365.002 52B/66S 2 INCL. UPI'ITTER Z11TCHLS REQUIRES TRAILER TOW PKG. 2 NA 2 Traction control NA NA2 X31, 1 'Limited slip differential $300.001 $350.002 LSA 2 607A 1 Manufacturer's model upgrade package (specify pkg. bid) $2,645.001 $4,323.002 XLT 2 903 1 Power windows /door locks $520.001 $530.002 903 2 Bid Award Announcement (06-14 -0821) 1040 VEHICLE: F -250 SD (F20) F -250 SD (F20) F -250 SD (F20) F -250 SD (F20) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: *Western *Northern *Central * Southern BASE PRICE: $15,231.00 $15,041.00 $15,091.00 $15,122.00 524 -525 1 ; Speed control/tilt steering wheel $385.001 $235.002: 525 2 G -J 1 Bucket seats in lieu of bench seat $390.001 $360.002 MB5 2 G -CLOTH OR J -kwn 1 607A 1 Carpet in lieu of rubber floor covering NC1 2 NA NA 2 RR'QUIRMaT 2 DFM 1 'Floor mats $120.001: $80.002; DFM 2 DFM 1 Deep .tinted glass $390.001 $365.002' DDT 2 433 1 Sliding rear window $125.001 $125.002 433 2 585 1 i AM/FM radio with single CD $275.001: $275.002 585 2 3K 1 Third key $140.001 $89.002 3K 2 NA 2 Side air bags NA' 2 NA X20 1 i Extended cab model (4 door) $2,330.001 $2,804.002! X20 2 W20 1 ! Crew cab (4 door) $3,705.001 $3,997.002 W20 2 NA 2 Mega cab NA' NV 18L 1 Cab steps $370.001 $320.002 18L 2 TCE 1 All terrain tread tires $320.001 $320.002 TCE2 DVV 1 Vent visors - stick -on style $120.001 ' $89.002 DVV 2 DRV 1 Rainshields - flange style $140.001 $89.002 DRS 2 DBS 1 Bug shield $168.001 $185.002 DBS2 54D 1 'Trailer tow mirrors $220.001 $220.002 54K 2 WGG 1 Wrap- around grille guard $1,695.001 $795.002 WGG 2 DHDATB 1 Heavy duty aluminum tool box $695.001 $386.002 DTB 2 DBL 1 Bedliner $395.001 $245.002 DBL 2 PLASTIC UlrDER R11IL 2 Bid Award Announcement (06-14 -0821) 1041 VEHICLE: DEALER: ZONE: BASE PRICE: DSOB 1 LINEX 2 STD 2 DLG 1 12TOM 2 D8W1695 1 8KW 2 531 -CIVH 1 531- 86T -HD 2 DSSB 1 SSB 2 DFTC t FTC 2 DFCH 1 FCH 2 DBA 1 DBA 2 BUC1 BUC 2 RDH 2 DW -RDS RDS2 DW -RDL RDL 2 DLHPM 1 DSL 2 DLRHPI GO -L 2 DW -GS 1 GL S2 DW -GL 1 GLL 2 F -250 SD (F20) Orville Beckford Ford - Mercury *Western $15,231.00 F -250 SD (F20) Duval Ford *Northern $15,041.00 Spray -on bedliner Thino or approved equivalent) : SERVICE BODF 5895 SERVICE BODY $595 2 Tow hooks 1,2001b. lift gate 8,000 lb. winch with remote F -250 SD (F20) F -250 SD (F20) Duval Ford Duval Ford * Central * Southern $15,091.00 $15,122.00 $695.001 $495.002 Std Ste $3,295.001 $2,280.002 $1,695.001 $1,634.002 Trailer towing package, to include heavy duty flashers, wiring for trailer plug (7 $690.00' prong round), and class IV frame mounted trailer hitch with 2" square removable receiver, I" shank with 2" ball. Does not include trailer tow mirrors. May be dealer installed. Standard service body equal to Knapheide, Reading, Omaha, or RKI. May be dealer $4,995.001 installed. (NOTE: If you are ordering a service body, we are advising you to contact your awarded vendor.) KNAPHEIDE OR READING 1 SPRAYIN $595 1BOXTOPSADDE $So 2 Fiberglass tonneau cover (painted to match) $1,695.00' Fiberglass cab high topper with front, side and rear windows (painted to match) Backup alarm Backup camera with 3.5' LCD (rear mounted camera to provide wide angle field of vision at rear of vehicle) Rear deck halogen warning lights - red and or blue flashing Rear deck strobe warning lights - red and or blue flashing Rear deck LED, GEN 3 minimum, warning lights - LED lights may be blue, red, amber or any combination - specify color Left -hand pillar mounted 6" spotlight with clear halogen bulb DOOR MOUNTED 1 DEALER INSTALLED 2 Left & right -hand pillar mounted 6" spotlight with clear halogen bulb :DOOR MOUNTED 1 SINGLE REMOTE GO LIGHT 2 Strobe grille lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent) LED, GEN 3 minimum, grille lights, 2 minimum - LED lights may be blue, red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) $489.002 $4,300.002 $1,224.002 $1,895.001 $1,375.002. $120.001 $95.002: $695.001 $450.002 NA $198.002; $390.001 $273.002 $498.001 $333.002 $420.001 $295.002 $690.001 $395.002 $398.001 $325.002 $469.001 $335.002 Bid Award Announcement (06-14 -0821) 1042 VEHICLE: F -250 SD (F20) F -250 SD (F20) F -250 SD (F20) F -250 SD (F20) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: *Western *Northem *Central * Southern BASE PRICE: $15,231.00 $15,041.00 $15,091.00 $15,122.00 DW -RMS 1 'Rearview minor strobes (Whelen, Federal, Code 3 or approved equivalent) $590.001 ' $355.002, R 1 2 DW -RML 1 E LED, GEN 3 minimum, rear view mirror flashing lights - LED lights may be blue, $573.00 j $345.002 RIVE 2 , red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved DWDRS 1 equivalent) Roof -mount amber strobe beacon (Whelen, Federal, Code 3 or approved equivalent) $390.001 $354.002; DAS 2 DUAL AVIaERSTROBE 2 DW -TLS Strobe trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent) $420.001 NW NA DW -TLL LED, GEN 3 minimum, trunk lights, 2 minimum - LED lights may be blue, red, $520.001 $355.002 'I'LL 2 ; amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) (2) FLUSH Mn UNT LED 2 NA 2 Halogen trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent) NA Z NA IDS 2 Strobe integral directional avow activated in lightbar (with controller if required). NA NW Requires purchase of lightbar. IDL 2 LED, GEN 3 minimum, integral directional arrow activated in lightbar (with NA NAZ controller if required) - LED lights may be blue, red, amber or any combination - specify color. Requires purchase of lightbar. IDH 2 Halogen integral directional arrow added to lightbar (with controller if required) NA NW TDL 2 Traffic directional LED, GEN 3 minimum, arrow with 6 modules (with controller if NA $588.002 RLS 2 required). Code 3 RLS - upgrade, deluxe siren, microprocessor controlled NA NW; FSS 2 ' Federal Signal Smart Siren - upgrade, deluxe siren, microprocessor controlled NA NA2 ` WCU 2 'Whelen Cencom - upgrade, deluxe siren, microprocessor controlled NA $795.002 INCL UTED SIREN & SPEAKER 2 CHF 2 Code 3 - Headlight flashers, solid state NA NW FHF 2 Federal Signal - Headlight flashers, solid state NA NW. DW -SSFCV 1 Whelen - Headlight flashers, solid state $187.001 $123.002 WHF 2 CLC 2 Upgrade basic (6) switch controller and siren to combination light controller /siren NA $509.002 INCL. SIREN & SPEAKER 2 DW660SYS 1 Comer Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 60w power supply, $420.001 $390.002 W60 2 2 -15' cables, 2 -30' cables ADD S35FOR SERVICEBODY 2 DW690SYS Comer Strobe Kits — Whelen Kit with 4 clear tubes; 6 outlet CSP 90w power supply, $460.001 $410.002 W90 2 2 -15' cables; 2 -30' cables ADD 3'35 FOR SERVICE BODY 2 F60 2 Corner Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet 660L power supply, NA NW 2-15' cables, 2 -30' cables Bid Award Announcement (06-14 -0821) 1043 VEHICLE: F -250 SD (1720) F -250 SD (1720) F -250 SD (F20) F -250 SD (F20) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: -*Western *Northern *Central *Southern BASE PRICE: $15,231.00 $15,041.00 $15,091.00 $15,122.00 FRS 2 Corner Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet RICHOCHET power NA NA2 supply, 2 -15' cables, 2 -30' cables S60 2 Comer Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 60w Nebula power NA NA2 ! supply, 2 -15', 2 -30' cables silo 2 Comer Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 110w Gemini power NA: NA2 supply, 2 -15', 2 -30' cables C60 2 Comer Strobe Kits — Code 3 Kit with 4 clear tubes, PSE460 power supply, 2 -15' NA NW cables, 2 -30' cables C90 2 ' Comer Strobe Kits — Code 3 Kit with 6 clear tubes, PSE690 power supply, 2 -15' NA NW cables, 2 -30' cables DSM 1 'Complete set of shop manuals ONLY $290.001 $365.002 DSM 2 5 1100 B 1 Minimum 5/75 Manufacturer's Extended Base Warranty ($0 deductible) $1,945.001 $1,945.002. B5 /100 &6/100 2 , 61100B $2115 1 6YR11 00, 000 MI. COVERAGE $2115 2 5/75 E 1 Minimum 5/75 Manufacturer's Extended Extra Care Warranty ($0 deductible) q $1,515.001 $2,195.002; E5 /100 &6/1002 51100E$2190OR61100E$27601 6YR/100,000MI COVERAGE $ 2760 2 5 /100 P 1 Minimum 5/75 Manufacturer's Extended Power Train Warranty ($0 deductible) $1,355.001 $1,355.002 P5 /100 &6/100 2 61100P $ 1545 1 6YR1100,000 MI COVERAGE $1545 2 5 /100 B 1 Minimum 5/75 Manufacturer's Extended Base Warranty - Diesel ($0 deductible) $2,565.001 $2,565.002 BD5 /100 &6/100 2 6 1100B $2870 1 6YR1100,000MI COVERAGE $2870 2 5/75 E 1 Minimum 5/75 Manufacturer's Extended Extra Care Warranty - Diesel ($0 $1,685.001 $2,710.002 ED5 /100 &6/100 2 : deductible) 51100E $ 2710 OR 61100E $3145 1 6YR1100,000M1 COVERAGE $3145 2 5 /100 P 1 Minimum 5/75 Manufacturer's Extended Power Train Warranty - Diesel ($0 $2,220.001 $2,220.002 B5 /100 &6/100 2 deductible) 61100 P S j4S5 1 . 6YR/100.000AII COVERAGE $2455 2 Bid Award Announcement (06-14 -0821) 1044 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replace John Deere Tractor V -178 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 C.ost Estimate $ 16,500 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun 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 This piece of equipment is vital for the maintenance of our Explanation of need to authorize recreation field. V -178 is a 1994 model and has exceeded its life project request: 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 2008 FY 2009 FY 2010 1 FY 2011 FY 2012 TOTAL Fleet $ 16,500 $ - $ - $ $ $ 16,500 Source (2) - $ - Source (3) - - $ - TOTALI $ 16,500 1 $ - $ - $ - $ - $ 16,500 Form FIN CAP1 Revised: Jan'06 Prepared For MIAMI SHORES VILLAGE EVERGLADES FARM EQUIP CO INC 13295 SOUTHERN BLVD LOXAHATCHEE , FL 33470 .0 Phone: (561)784 -4000 jokkORMtk L XAHATCHEE @EVERGLADESFARMEQUIPMENT.0 M Prepared'For MIAMI SHORES VILLAGE 1 MIAMI SHORES, FL 11111 Home Phone: (305)795 -2240 Prepared By KIP A PELHAM Prepared By KIP A PELHAM 13295 SOUTHERN BLVD LOXAHATCHEE , FL 33470 KPELHAM @EVERGLADESFARMEQUIPMENT.COM Creation Date Expiration Date Quote Id Quote Eiipires : Apr 27, 2007 Mar 27, 2007 Apr 27, 2007 1453267 p,tepared For MIAMI SHORES VILLAGE Prepared By KIP A PELHAM Tntal Salesperson: Quote Expires : Apr 27, 2007 Accepted By: q ipmen# :Name :.JAhn Deere 990 COMPACT UTILITY TRACTOR Equipment'Quantlt r: 1 t �3� 3 56LV ;' e! Drive With SCV7ractor {BASED Qhl �l 16,879.Ct I ITaTcly tONI'RACT # 02 -03 -11 VH 1 190.0 4535 X1A;5 1 4PR Front R3 Turf -2 Pos. x0-20 4PR Rear R3 Turf -2 Pos. Bias 200, 7,260. 0 g{ 4j2 4 T Equipment Name : John D -eere 300CX CP LOADER Equipment Quantity: 1 Tntal Salesperson: Quote Expires : Apr 27, 2007 Accepted By: MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replacement of 4 police cars Name: PROJECT STATUS Project rating 8t Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 112,000 Project expected to begin: x Description of Item(s) or Project: Replace 4 police Vehicles @ 28,000 per vehicle Description or ID of Original Asset to 2001 models. be replaced (Fixed Asset ID): Justification, Rationale, or These police vehicles, 2001 models, have met their life expectancy Explanation of need to authorize and need to be replaced. project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ 112,000 $ $ $ - $ - $ 112,000 Source (2) _ $ - Source (3) - _$1E1 TOTAL $ 112,000 $ - $ - $ - $ - 2,000 Form FIN CAP1 Revised: Jan'06 F.A F�:C7RIDA ,;•j � 11jj rL59t7GIFYrIi1'Nt7Y �. ti,..J:�V All About Florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION FULL SIZE PURSUIT VEHICLES - RWD (POLICE PACKAGE) SPECIFICATION #1 2007 Ford Crown Victoria (P71/720A) 1 tte Ford Crown Victoria (P71MOA) 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: $19,196.00 $19,122.00 $ 19,124.00 $ 19,224.00 While the Florida Sheriffs Association, Florida Association of Counties and Florida Fire Chiefs' Association have attempted to identify And include those equipment itetus 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 Iota] 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 ]rase 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 vehicles) you wish to order. NOIT -. An official listing of all addldelete 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 ]nay be available through the dealers; however„ those listed here must he honored by the dealers in your zone at the stated prices. 50 Bid Award Announcement. (06 -14 -0821) VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P7 nMA) (P71/720A) (P71/720A) (P71/720A) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 Northern Order Code Delete Options Western & Southern Central ` Std NA 2 Black vinyl floor covering $125.00 NA2 2 3 $57.00 H 2 Cloth rear seat in lieu of vinyl NC NC HN3 D96A 2 ! Front door body side molding 1 NC NC $23.003 96A 3 54M 2 5" round dome lamp NC NC 2 Std NA 2 Space saver spare tire in lieu of full size spare tire NA NA2 NA Northern Order Code Add Options Western & Southern Central $125.001 $125.002 $155.003' 45C 1 Limited slip differential 45C 2 730A 3 $320.001 $320.002 ' $320.003 197 1 ;Silicone hoses 177 2 177 3 PS 1 Priority start/battery saver $180.001 $170.002 ' NA PSB 2 NA 2 Engine: V8, Hemi, 5.7L NA NA2 NA 41H 2 Engine block heater NA NA2 $35.003 41H 3 6gp 1 Police prep package $2,045.001 j $2,045.002 i $2,045.003 68P 2 68P 3 65U 1 Police prep package - "Ready for the Road" $4,090.001 $4,090.002 ' 3 $4,090.00 65U 2 65U 3 $1,925.001 `. $1,925.002 ' $1,925.003 65N 1 Visibility package base 65N 2 65N 3 65W 1 Visibility package $3,060.001 '$3,060.00 $3,060.003 65W 2 65W 3 1 $3 1$3,495 .002 $3,495.003 60S Fire suppression system ;495.001 60S 2 60S 3 $140.001 $148.002 $275.003 TREM 1 Tremco anti- theft, dealer installed TAT 2 DAT3 Bid Award Announcement (06 -14 -0821) 51 VEHICLE: Crown Victoria Crown Victoria Crown Victoria (P7 nWA) (P71/720A) (P71/720A) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Inc. ZONE: Western Northern Central BASE PRICE: $19196.00 $19,122.00 $19,124.00 MI 1 Rechargeable mag light RML2 DML3 187 1 Roof wiring with hole 187 2 187 3 189 1 Roof wiring without hole 189 2 189 3 AF 1 Accessory feed wires for police equipment 175,172,179 2 AFW 3 RK 1 Remote keyless entry, dealer installed RKE 2 RKE 3 14T 1 Kevlar trunk package 14T 2 14T 3 61H 1 Ignition powered trunk button, factory installed 61H 2 61H 3 41A 1 Comfort and convenience group 41A2 41A3 750A 1 Street appearance group 750A 2 750A 3 64N 1 Full wheel covers 64N 2 64N 3 58Z 1 M&FM radio with single CD 58Z 2 58Z 3 77D 1 Daytime running lamps 77D 2 77D 3 68G 1 Sunscreen privacy glass 68G -TINT 2 DEALER INSTALLED PL US FACTORY LAMINATED SIDE GLASS OPTION 2 DIT 3 88H Heavy duty padded cloth bucket front seats with rear cloth bench seat H2 HN3 Crown Victoria (P71 /720A) Duval Ford Southern $19,224.00 $129.001 ; $135.002 $225.003 $195.001 $195.002 $195.003: $85.001. $85.002 i $85.003 $60.001 1 $65.002 $110.003, $365.001 $425.002 $425.003 7 $190.001 ' $190.002: $190.003 $60.001 $60.002 $60.003. $760.001 1 $760.002 $760.003 $125.001 $155.002 $130.003; $45.001 $45.002 $45.003 $185.001 $185.002' $185.003: $50.001 $50.002 $50.003 $295.001 $755.002 $425.003 NC 1 NC $60.003 Bid Award Announcement (06-14 -0821) 52 VEHICLE: Crown Victoria Crown Victoria (P71 /720A) (P7 nMA) (P71/720A) DEALER: Garber Ford Mercury, Duval Ford $19,224.00 Inc. $90.001 $90.002 ' $90.003 ° ZONE: Western Northern BASE PRICE: $19,196.00 $19,122.00 88P 1 Cloth split bench - front P2 PN3 21A 1 Driver seat only - 6 way power 21A 2 21A3 128 1 Carpet (installed) 128 2 128 3 67R 1 Rear door locks & handles inoperative 67R 2 67R 3 948 1 1 Rear windows inoperative 948 2 948 3 525 1 Cruise control 525 2 525 3 53M 1 Radio noise suppression 53M 2 53M 3 478 1 Courtesy light disabled 478 2 478 3 59M 1 Side air bags 59M 2 59M 3 3M 1 Legal deep tinted film, lifetime warranty, dealer installed DDT 2 DIT 3 TK 1 ; Third key DTK 2 3K 3 432 1 Keyed alike 43- 2 AGENCY TO SPECIPT CODE 2 432 3 96B 1 Front door moldings, not installed 96B 2 96B 3 V.V. 1 Vent visors - stick -on style DVV 2 VVSO 3 Bid Award Announcement (06 -14 -0821) Crown Victoria Crown Victoria (P71 /720A) (P71 /720A) Tropical Ford Duval Ford Central Southern $19,124.00 $19,224.00 $90.001 $90.002 ' $90.003 ° $380.001 $3 80.002 $380.00' $125.001 $125.002 $125.0031 $25.001 ; . $25.002 ; $25.00' $25.001 $25.002: $25.003. $225.001 $225.002 $225.003'. $95.001 $95.002: $95.003 $20.001 $20.002 $20.003 $300.001 $300.002 $300.003 $410.001 $460.002 $425.003 $75.001 $87.002 $100.003 $50.001 $50.002 $50.003 $30.001 NC $30.003 $90.001 $89.002 $125.003 53 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P71 /720A) (P71 /720A) (P71 /720A) (P71 /720A) DEALER: Garber Ford Mercwy, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 V:F. 1 Rainshields - flange style $146.00 ' $89.002 ; $175:003 DRS RSF 3 DB -RWB Door blank & rear window barriers with manual lock override (Setina, $450.00 $407.002 $650.003 DWB 2 Pro -Gard, Cruisers or approved equivalent) DBRWB 3 98G 1 Locking gas cap $10.00 $10.002. $10.003 98G 2 98G 3 952 1 Two -tone paint $450.001 $450.002 $450.003; 952 2 952 3 C III 1 Class III hitch with 2" ball, dealer installed $410.001 $425.002 $475.003 C3H 2 DIH 3 RDH 2 ; Rear deck halogen warning lights - red and or blue flashing $106.00 $198.002 $225.003 RDH 3 RDS 2 Rear deck strobe warning lights - red and or blue flashing $380.00 $273.002 $350.003 IDS 3 i Whelen 400 server 2 RDL 2 Rear deck LED, GEN 3 minimum, warning lights - LED lights may be blue, $340.00 $333.002 $350.003 RD -LED 3 red, amber or any combination - specify color 3ivheferr 7'aians 2 51A 1 Left -hand pillar mounted 6" spotlight with clear halogen bulb $190.001 $290.002 $190.003 51A 2 51A 3 51 Y 1 Lefi & right -hand pillar mounted 6" spotlight with clear halogen bulb $340.001 $495.002 $340.003 GO Life 2 SINGLE REAIOTE GO LIGHT 2 '51Y 3 GLS 2 Strobe grille lights, 2 minimum (Whelen, Federal, Code 3 or approved $380.00: $288.002 $395.003 GS 3 equivalent) GLL 2 LED, GEN 3 minimum, grille lights, 2 minimum - - LED lights may be blue, $310.00 $305.002 $425.003 LED -GS 3 red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) WHI LEN 77If4 2 RMS 2 : Rearview mirror strobes (Whelen, Federal, Code 3 or approved equivalent) $370.00 $355.002 $420.003 RV S 3 (2)1'd'HCL 17N DASH KINGS 2 RML 2 LEI], GEN 3 minimum, rear view mirror flashing lights - LED lights may be $360.00 $345.002 $463.003 LED -RVS 3 blue, red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) WfIELEN Do UBLE TALON 2 DAS 2 Roof -mount amber strobe beacon (Whelen, Federal, Code 3 or approved $130.00 $318.002 $195.003 RMAS 3 equivalent) DUAL AMBER STROBE 2 Bid Award Announcement (06-14 -0821) 54 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P71/720A) (P71/720A) (P71/720A) (P71/720A) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 TLS 2 Strobe trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved $380.00 i $273.002. $350.003 TLS 3 equivalent) WHELi N 400 SERIES 2 TLL 2 i'LED, GEN 3 ininimum, trunk lights, 2 minimum - LED lights may be blue, $310.00 $305.002 $376.003 t113 ; red, amber or any combination - specify color (Whelen, Federal, Code 3 or 1 approved equivalent) E (2) WHEMNTIRG 2 TLH 2 'Halogen trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved $106.00 $198.002 $277.003 189 3 i equivalent) IDS 2 Strobe integral directional arrow activated in lightbar (with controller if NC. Incl. 2 $256.00' SIDA 3 required). Requires purchase of lightbar. INCL, WITHSMOBELIGHTDAR 2 IDL 2 LED, GEN 3 minimum, integral directional arrow activated in lightbar (with NC Inel.2 $296.003 IDA 3 controller if required) - LED lights may be blue, red, amber or any combination - specify color. Requires purchase of lightbar. INCL. WITH LED LIGvHTIUR 2 IDH 2 'Halogen integral directional arrow added to lightbar (with controller if $496.00 NA2 NA required) TDL 2 : Traffic directional LED, GEN 3 minimum, arrow with 6 modules (with $462.00 $488.002 $458.003 TDA6 3 controller if required). RLS 2 Code 3 RLS - upgrade, deluxe siren, microprocessor controlled $878.00, NAZ $625.003 c3rls 3 FSS 2 Federal Signal Smart Siren - upgrade, deluxe siren, microprocessor controlled NA NA2. $625.003 fss 3 WCU 2 Whelen Cencom - upgrade, deluxe siren, microprocessor controlled $390.00 $311.002 $420.003 WC DS 3 CHF 2 Code 3 - Headlight flashers, solid state $210.00 NA2 $180.003 C3HF 3 FHF 2 Federal Signal - Headlight flashers, solid state NA NA2 $150.003 FHL23 WIT 2 ¢ Whelen - Headlight flashers, solid state $126.00 :. $118.002 $150.003 WHF3 CLC 2 Upgrade basic (6) switch controller and siren to combination light $182.00 $160.002 $170.003 UBSC 3 ; controller /siren CHB 2 CODE 3 LIGHTBAR: Basic Marked Patrol Halogen Lightbar Package - $1,436.00 NA Z $2,292.00 Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and FHB 2 Bracket(s) FEDERAL SIGNAL LIGHTBAR: Basic Marked Patrol Halogen Lightbar NA NAZ $1,920.00 Package - Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) Bid Award Announcement (06 -14 -0821) 55 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P71/720A) (P71/720A) (P71/720A) (P711720A) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 WHB 2 WHELEN LIGHTBAR: Basic Marked Patrol Halogen Lightbar Package - NA l $1,868.002 ! $1,978.00 Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) CSB 2 CODE 3 LIGHTBAR: Basic Marked Patrol Strobe Lightbar Package - $1,926.00 NA2 $2,497.00 Consist of 8 Strobes, 4 Halogen Solid State Electronic Flashers, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) FSB 2 FEDERAL SIGNAL LIGHTBAR: Basic Marked Patrol Strobe Lightbar NA NA2 ' $2,904.00 , Package - Consist of 8 Strobes, 4 Halogen Solid State Electronic Flashers, with Takedown and Alley Lights; Basic (6) Switch Controller, Siren, Speaker and Bracket(s) WSB 2 WHELEN LIGHTBAR: Basic Marked Patrol Strobe Lightbar Package - $1,650.00 $1,717.002 $1,693.00 Consist of 8 Strobes, 4 Halogen Solid State Electronic (6) Switch Controller; Siren, Speaker and Bracket(s) CI,R 2 CODE 3 LTGHTBAR: Basic Marked Patrol LED Lightbar Package - 95% $2,626.00 NA $3,530.00 LED module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color FLB 2 FEDERAL SIGNAL LIGHTBAR: Basic Marked Patrol LED Lightbar NA. NA2 $3,117.00 Package - 95% LED module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and , Bracket(s) - LED lights may be blue, red, amber or any combination - specify color WLB 2 WHELEN LIGHTBAR: Basic Marked Patrol LED Lightbar Package - 95% $1,980.00 $2,027.002 ; $2,065.00 LED module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch. Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color 9LB 2 91 IEP LIGHTBAR: Basic Marked Patrol LED Lightbar Package - Basic $2,970.00 NA2 NA Marked Patrol LED Lightbar Package - 95% LED module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color CHD 2 CODE 3 LIGHTBAR: Deluxe Marked Patrol Halogen Lightbar Package - $1,946.00 NA2 $2,413.00 Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) FHD 2 FEDERAL SIGNAL LIGHTBAR: Deluxe Marked Patrol Halogen Lightbar NA NA2 $2,040.00 Package - Consist of 4 Halogen Solid Ratc Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) Bid Award Announcemen..t. (06 -14 -0821) 56 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P71/720A) (P71/720A) (P71/720A) (P71n2OA) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern. Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 WHD 2 WHELEN LIGHTBAR: Deluxe Marked Patrol Halogen Lightbar Package - NA " $1,937 .002 $2,099.00 Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket( ,-) CDTS 2 CODE 3 LIGHTBAR: Deluxe Marked Patrol 10 Strobe (minimum) Lightbar $2,246.00 NA2: $2,667.00 Package with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) FDTS 2 FEDERAL SIGNAL LIGHTBAR: Deluxe Marked Patrol 10 Strobe NA NA2 ` $2,954.00 (minimum) Lightbar Package with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) WDTS 2 WIlELEN LIGHTBAR: Deluxe Marked Patrol 10 Strobe (minimum) $1,980.00 ' $2,044.002 $1,813:00 Lightbar Package with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) CDL 2 CODE 3 LIGHTBAR: Deluxe Marked Patrol LED Lightbar Package - 100% $3,646.00 NA2 ' $3,608.00 LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination bight Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color FDL 2 FEDERAL. SIGNAL LIGHTBAR: Deluxe Marked Patrol LED Lightbar NA NA2 ' $3,297.00 Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - WDL 2 specify color WHELEN LIGHTBAR: Deluxe Marked Patrol LED Lightbar Package - $2,440.00: $2,364.002 ! $2,245.00 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller/ Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color LIBERTY BAR 2 9DL 2 91 1E LIGHTBAR: Deluxe Marked Patrol LED Lightbar Package - 100% $3,146.00 NA2 NA LED module coverage with no open spaces except for the Takedown and Alley Lights, Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color C2T 2 CODE 3 LIGHTBAR: Deluxe Marked Patrol 2 "Tier LED Lightbar Package - $4,576.00 NA2 ' $4,042.00 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller/ Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify F2T 2 color FEDERAL SIGNAL LIGHTBAR: Deluxe Marked Patrol 2 Tier LED NA NA :` $4,082.00 Lightbar Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color Bid Award Announcement. (06 -14 -0821) 57 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P71/720A) (P71 /720A) (P71/720A) (mn20A) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford The. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 W2T 2 ` WHELEN LIGHTBAR: Deluxe Marked Patrol 2 Tier LED Lightbar Package $3,120.00 ' $2,844.002 $3,076.00 - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color FREEDOM LED 2 CBUP 2 ! CODE 3: Basic Strobe Unmarked Patrol Package - Consist of Interior $1,926.00 NA2 $3,070.00 . ;'Rearview Mirror, Grille and Rear Deck Strobe System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) FBUP 2 FEDERAL SIGNAL: Basic Strobe Unmarked Patrol Package - Consist of NA NA2 NA Interior Rearview Mirror, Grille and Rear Deck Strobe System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60(6) Switch Controller, Siren, Speaker and Bracket(s) WBUP 2 WHELEN: Basic Strobe Unmarked Patrol Package - Consist of Interior $1,670.00 ! $1,523.002 $1,646.00 Rearview Mirror, Grille and Rear Deck Strobe System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) CLUP 2 CODE 3: Basic LED Umnarked Patrol Package - Consist of Interior $2,043.00 NA2 $3,855.00 Rearview Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Comer Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color FLUP 2 ; FEDERAL SIGNAL: Basic LED Unmarked Patrol Package - Consist of NA NA2 $2,275.00 Interior Rearview Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Comer Strobe System (60 Watt Power Supply Minimum), Basic (6) Switch Controller; Siren-, Speaker i and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color WLUP 2 WHELEN: Basic LED Unmarked Patrol Package - Consist of Interior $1,820.00 $1,624.002 $1,767.00 Rearview Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Comer Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color (2) ADDITIONAL STROBES $.70.00 2 9LUP 2 911EP: Basic LED Unmarked Patrol Package - Consist of Interior Rearview $2,086.00 NA2 NA 'Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each ; Position), Headlight Flasher; Four Comer Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, reel, amber or any combination - specify color Bid Award Announcement (06 -14 -0821) 58 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P71/720A) (P71/720A) (P71/720A) (P7i.n20A) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 CDUP 2 CODE 3: Deluxe Unmarked Patrol Package - Consist of Front and Rear $3,036.00 • NA2 :$6,304.00 Full -Width Interior LED System with Takedown Lights; Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Combination Light Controller /Siren; Speaker and Bracket - LED lights may be blue, red, amber or any combination - specify color FDUP 2 FEDERAL SIGNAL: Deluxe Unmarked Patrol Package - Consist of Front NA NA2 $3,158.00 and Rear Full -Width Interior LED System with Takedown Lights; Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Combination Light Controller /Siren; Speaker and Bracket - LED lights may be blue, red, amber or any combination - specify color WDUP 2 WHELEN: Deluxe Unmarked Patrol Package - Consist of Front and Rear $2,996.00 $2,541.002 i $2,917.00 Full -Width Interior LED System with Takedown Lights; Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Combination Light Controller /Siren; Speaker and Bracket - LED lights may be blue, red, amber or any combination - specify color W60 2 Comer Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 60w power $396.00 ` $390.002 $425.003 CSP60 3 , supply, 2 -15' cables, 2 -30' cables (2) ADDITIONAL. STROBE, 3 s70 00 2 W90 2 Comer Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 90w power 02 $436.00 $410.0 $475.003 CSP90 3 supply, 2 -15' cables, 2 -30' eagles (2) ADDITIONAL STROBES S7d 00 2 F60 2 Comer Strobe Kits — Federal Kit. with 4 clear tubes, 6 outlet. 660L power NA NA2 $585.003 F660L 3 ! supply, 2 -15' cables, 2 -30' cables FRS 2 Comer Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet RICHOCHET NA NA2 $635.003 RICH 3 power supply, 2 -15' cables, 2 -30' cables S60 2 Comer Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 60w Nebula $396.00 NA2 NA power supply, 2 -15', 2 -30' cables silo 2 Corner Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 1 l Ow Gemini $436.00 NA2 NA power supply, 2 -15', 2 -30' cables C60 2 Corner Strobe Kits — Code 3 Kit with 4 clear tubes, PSE460 power supply, NA NA 2 $570.003' PSE460 3 2 -15' cables, 2 -30' cables C90 2 Corner Strobe Kits — Code 3 Kit with 6 clear tubes, PSE690 power supply, NA NA $595.003 PSE690 3 2 -15' cables, 2 -30' cables S12 2 Setina PB100Al2 — 12" Aluminum Push Bumper $29600 $287.002 $437.00` PB10OAl2 3 S16 2 Setina PB100A16 — 16" Aluminum Push Bumper $310.00 $297.002 $459.003 PB10OA16 3 PB300 2 Setina PB300 Push Bumper $376.00 $315.002 $465.003 SPB300 3 RHTNO 2 Go Rhino 5000 Series Push Bumpers $346.00 $297.002 $475.003 CTR5000 3 Bid A ward Announeement (06 -14 -0821) 59 VEHICLE: Crown Victoria Crown Victoria Crown Victoria Crown Victoria (P71n20A) (P71/720A) (1`71/720A) (P711720A) DEALER. Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 LPS 2 Rear Transport Seat — Laguna System 3P $636.00 $594.002 $825.003 RTSL 3 PGPS 2 Rear Transport Seat — Pro Gard 6000 Series $496.00 $483.002 $746.003 RTSPG 3 CPS 2 Rear Transport Seat — Cruiser PCM012 $426.00 NA2. NA PPS 2 Rear Transport Seat with extended seat belt — Patriot PSCV 1 $486.00 $470.002 NA SlOS 2 Setina #10 Series Lexan Cage with sliding window, full width lower extension $626.00 $635.002: $774.003 S10SW 3 panel, dealer installed $625.002 $703.003 S8S 2 Setina 8S Lexan cage with 1/2 lexan and 1/2 expanded metal with full lower $610.00 S85 3 extension panel, dealer installed P2600 2 Pro -Gard P2600 Series Polycarbonate ( Lexan) Cage with sliding window, full $626.00 $620.002 $696.003 P2600 3 width lower extension panel, dealer installed P120 2 Patriot VP1 -120 Lexan cage with 1/2 lexan and 1/2 metal with full lower $610.00 $599.002 NA extension panel, dealer installed P100 2 Patriot VP1 -100 all Lexan cage with full lower extension panel, dealer $626.00: $609.002 NA installed CSL 2 Cruisers Cage with slide and lock window, lower extension panels, dealer $675.00 NA2 NA CLM 2 installed 'Cruisers Cage with 1/2 Lexan and 1/2 mesh, lower extension panels, dealer $675.00 NA2 ' NA K9C 2 installed K -9 Container. All aluminum In- Vehicle (rear seat area) K -9 Container to $2,080.00 '. $1,975.002 $2,149.003 K9 3 protect the public, officer, K -9, and vehicle. Please specify vehicle year, make and model. Call for installation shipping, and/or delivery prices. � PblVISOR,LVRRICANALUMINUM RDO 2 Electronic Remote Rear Door Opening system to be used with the K -9 $940.00 $745.002 $697.003 ERRD 3 Container. Allows the officer to release the K -9 from the vehicle from a remote position. BY RADIO TRONICS 2 HAS 2 Heat Alarm System to be used in a K -9 vehicle. Warns officer when $826.00 $585.002 $599.003 HAS 3 dangerously high temperatures are inside the vehicle. BY RADIO? 7ROMICS 2 DSM 1 Complete set of shop manuals ONLY $356.001 $365.002 $325.003 DS M 2 DSM 3 B.C. 1 Minimum 5/75 Manufacturer's Extended Base Care Warranty ($0 deductible) $2,945.001: $2,720.002 $2,945.003 BASE 5/75 2 5/75B 3 E.C. 1 : Minimum 5/75 Manufacturer's Extended Extra Care Warranty ($0 deductible) $3,575.001 $3,360.002 $3,575.003 EXTRA 5/75 2 5/75E 3 Bid Award Announcement (06 -14 -0821) 60 VEHICLE: Crown Victoria Grown Victoria Crown Victoria Crown Victoria (P71/720A) (P711720A) (P71/720A) (P71nMk) DEALER: Garber Ford Mercury, Duval Ford Tropical Ford Duval Ford Inc. ZONE: Western Northern Central Southern BASE PRICE: $19,196.00 $19,122.00 $19,124.00 $19,224.00 P.T. 1 Minimum 5/75 Manufacturer's Extended Power Train Warranty ($0 ;-$3,065.00 1 $1,635.002 $2,230.003 P5175 2 deductible) 5/75P 3 Bid Award Announcement (06 -14 -0821) 61 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project public Works Director's Vehicle Name: PROJECT STATUS Project rating it Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan =Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 25,000 Project expected to begin: x Description of Item(t) or Project: Replacement of Public Works Directors vehicle. Description or ID of Original Asset to V -0202 (2002) be replaced (Fixed Asset ID): Justification, Rationale, or The Public Works Director needs a current reliable vehicle. V0202 Explanation of need to authorize will be utilized by another department. project request: IF DENIED, possible alternatives which Continue to use old vehicle with reliability issues may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ 25,000 $ - $ $ - $ $ 25,000 Source (2) $ - source (3) TOTAL $ 25,000 $ - $ - $ - $ - $ 25,000 Revised: Jan'06 Form FIN—CAN COUNTIES pa All About Florida FLOR -11DA SIWEIt-iFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS9 ASSOCIATION FULL SIZE 4 -DOOR ADMINISTRATIVE VEHICLES SPECIFICATION #4 8007 Ford Crown Victoria (P73) `f he Ford Crown Victoria {F73) purchased through this contract comes with sll thetstandard 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 RASE TIRTCE: $19,836.00 $18,915.00 $18,909.00 $19,973.00 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. Tn 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 typevehicle(s) you wish to order through this program. Simply deductthe 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 swish 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 /.one when preparing your order. Additional add/delete options ether than those fisted here may be avai lable through the dealers, however, listed here must he honored by the dealers in your zone at the stated prices. Ivi Bid Award Announcement (06 -14 -0821) VEHICLE: Crown Victoria (P73) Crown Victoria (P73) Crown Victoria (P73) 'grown Victoria (P73) DEALER: Orville Beekford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: Western Northern Central Southern BASE PRICE: $18,836.00 $18,815.00 $18,9119.00 $18,973.00 Northern & Central Order Code Delete Options Western & Southern ` NA 2 ! Cruise control Std NA , 77D Daytime running lights $20.001 NC Z' D77D 2 NA 2 ! ABS brakes Std NA2: Northern & Central Order Code Add Options Western & Southern 41K/50L 2 Engine Upgrade NA: $1,995.002: REQUIRES P74 LX OPTION 2 P26 1 Ford 500 - AWD NA1 NA P26 2 P74 -200A 1 Vehicle upgrade package ' $2,995.001 $2,995.002' P74 -LX 2 STD 2 Floor mats, front and rear 2 Std Std P74- 200A- 59M -60L 1 I Side air bags $1,430.001: $300.002 59M 2 REQUIRESP74 2 58K 1 AM/FM radio with single CD $185.001 $185.002` 58K ` DTK 1 Third key $145.001 $90.002' DTK 2 66A r iKeyless entry $175.001 St d2 STD 2 ALARM 1 DVV 1 Vent visors - stick -on style $92.001 $89.002 DVV2 1 $149.001 ; $89.002' DRFV Rainshields - flange style DRSZ 508 1 Full size spare tire and rim $115.00 $115.002, 508 2 DPSDEG 1 ; Pin stripes /door edge guard $170.001: $125.002 DPS 2 D C 1 1 1 1 Class 111 hitch and rec. draw bar with 2" ball, dealer installed $390.001 $425.002 C3H 2 RDH 2 Rear deck halogen warning lights - red and or blue flashing NA $198.002 DW -RDS 1 Rear deck strobe warning lights - red and or blue flashing $390.001 $273.002 RDS- Bid Award Annuunc:emeni (06 -14 -0821) 104 VEHICLE- Grown Victoria (P73) Crown Victoria (P73) Crown Victoria W73) Crown Victoria (P73) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: Western Northern Central Southern BASE PRICE: $18,836.60 $18,815.00 $18,909.00 $18,973.00 DW -RDL t ; Rear deck LED, GEN 3 minimum, warning lights - LED lights may be blue, red, $498.00' $333.002 RDL 2 ; amber or any combination - specify color D51A 2 ! Leff -hand pillar mounted 6" spotlight with clear halogen bulb NA $295.002' DEALER INSTALLED 2 DDS 2 Left & right -hand pillar mounted 6" spotlight with clear halogen bulb NA $395.002, i SINGLE REMOTE GO MORT 2 DW -GS 1 Strobe grille lights, 2 minimum (Whelen, Federal, Code 3 or approved $398.00t $28 8.()02: GLS 2 j equivalent) DW -GL LED, GEN 3 minimum, grille lights, 2 minimum - LED lights may be blue, red, $469.001 . $305.002 GLL 2 amber 'or'any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) DW -RMS t : Rearview mirror strobes (Whelen, Federal, Code 3 or approved equivalent) $590.00 i $355.002 RMS2 DW -RML 1 4 LED, GEN 3 minimum, rear view mirror flashing lights - LED lights may be $573.00' $345.002 RML 2 =blue, red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) DAS 2 = Roof -mount amber strobe beacon (Whelen, Federal, Code 3 or approved NA $318.002 1 equivalent) i DUALAMUER STROBE 2 DW -TLS Strobe trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved $420.00' $273.002 TLS 2 equivalent) DW -TLL 'LED, GEN 3 minimum, trunk lights, 2 minimum - LED lights may be blue, red, $520.00' $305.002'. TLL 2 amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) TLH 2 Halogen trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved NA $198.00`. equivalent) IDS 2 Strobe integral directional arrow activated in lightbar (with controller if NA Incl.2 required). Requires purchase of lightbar. INCL. WITHLIGHTUR 2 IDL 2 LED, GEN 3 minimum, integral directional arrow activated in lightbar (with NA , Incl.`; controller ifrequired) - LED lights may be blue, red, amber or any combination - specify color. Requires purchase of lightbar. INCL. WITH LIGHTBAR 2 IDH 2 Halogen integral directional arrow added to lightbar (with controller if required) NA NA TDL 2 Traffic directional LED, GEN 3 minimum, arrow with 6 modules (with controller `. NA ; $488.002; if required). C3RLS 2 Code 3 RLS - upgrade, deluxe siren, microprocessor controlled NA NA2 FSS 2 Federal Signal Smart Siren - upgrade, deluxe siren, microprocessor controlled NA NA2 i WCU 2 Whelen Cencom - upgrade, deluxe siren, microprocessor controlled NA $371.002 CHF 2 Code 3 - Headlight flashers, solid state NA NA2 F14F ` Federal Signal - Headlight flashers. solid state NA NA` _sid,4warriArrnum.- €cenrew-' 10 VEHICLE: Crown Victoria (P73) Crown Victoria (P73) Crown Victoria (P73) Crown Victoria (P73) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: Western Northern Central Soutliern BASE PRICE: $18,836.00 $18,815.00 $18,909.00 $18,973.00 DW =SSFCV i Whelen - Headlight flashers, solid state $187.001 ; $123.002: WHF 2 DW -UG295 1 'Upgrade basic (6) switch controller and siren to combination light controller /siren ` $390.001 $189.002 CLC 2 CAP 2 CODE 3: Administrative Vehicle Package - Consist of Interior Rearviw Mirror NA. NA2 LED Light, Rear Deck or Headliner LED Lights (Minimum of 2); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); i Combination Light Controller/Siren; Speaker and Bracket - LED lights may be ! blue, red, arriber or any combination - specify color FAP 2 FEDERAL SIGNAL: Administrative Vehicle Package - Consist of Interior NA, NAZ Rearviw Mirror LED Light; Rear Deck or Headliner LED Lights (Minimum of 2); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply ! Minimum); Combination Light Controller /Siren; Speaker and Bracket - LED flights may be blue, red, amber or any combination - specify color l DW -LOPS 1 WHELEN: Administrative Vehicle Package - Consist of Interior Rearviw Mirror $1,895.001 $1,555.002, WAp 2 i LED Light; Rear Deck or Headliner LED Lights (Minimum of 2); Headlight ' i Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); i Combination Light Controllerl$iren; Speaker and Bracket - LED lights may be blue, red, amber or any combination - specify color DW- 660SYS 'Corner Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 60w power $420.001 r $390.002 W60 2 s supply, 2 -15' cables, 2 -30' cables $410,002` DW- 690SYS 1 Corner Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 90w power $460.001 ; W90 2 supply, 2 -15' cables, 2 -30' cables F60 2 Corner Strobe Kits —Federal Kit with 4 clear tubes, 6 outlet 660L power supply, NA NA2 i 2 -15' cables, 2 -30' cables FRS 2 I Corner Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet RICHOCHET power NA NA supply, 2 -15' cables, 2 -30' cables NA2. S60N 2 Corner Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 60w Nebula power NA supply, 2 -15', 2 -30' cables S1 10G 2 Corner Strobe Kits— Soundoff Kit with 4 clear tubes, 6 outlet, 1 l Ow Gemini Z NA NA power supply, 2 -15', 2 -30' cables C60 Corner Strobe Kits— Code 3 Kit with 4 clear tubes, PSE460 power supply, 2 -15' Z NA NA cables, 2 -30' cables C90 2 Corner Strobe Kits — Code 3 Kit with 6 clear tubes, PSE690 power supply, 2 -15' NA . Np,2; cables, 2 -30' cables $290.001 $365.002 DSM 1 Complete set of shop manuals ONLY DSM 2 5 /100 B 1 Minimum 5/75 Manufacturer's Extended Base Care Warranty ($0 deductible) $1,160.001 $1,360.002 B6 /100 2 6110051360 1 RID FRICL IS FOR 6YRIJ 00.000j1IJ. 2 Bid A (06-144K,111) 06 VEHICLE: Crown Victoria (P73) Crown Victoria (P73) Crown Victoria (P73) Crown Victoria (P73) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford- Mercury ZONE: Western Northern Central Southern BASE PRICE: $18,836.00 $1 8,815.00 $18,909.00 $18,973.00 5/75 E t I1Vlnimum 5/75 Manufacturer's Extended Extra Care Warranty ($0 deductible) $1,110.00 $1,110.002' E5/75 &6/100 2 `"SE$1635OR 61100 ES2150 � 61100 COVERAGE, 52150 2 5/100 P 1 '• Minimum 5/75 Manufacturer's Extended Power Train Warranty ($0 deductible) $880.003 $960.002 P6 /100 2 611005960 1 B7D MCF, IS FOR 6 YR1700, 000A47 2 Bid Award Annotencement (06 -14 -0821) 107 Miami Shores Village Capital Project by Department FY 2008 - 2012 Project Description Dept FY'09 Fund Source TOTAL: ALL DEPARTMENTS $ 1,138,212 Purchase / Replace Stage Sections (Com Ctr) Rec Rec $ 3,317 17,000 CAP GOB CAP (Laser -level sports field _ 'Sun Shade (Athletics) Rec 19,995 RECREATION $ 40,312 Upgrade five computers Lib $ 5,900 CAP LIBRARY $ 5,900 Reserves for Radio Infrastructure Replacement Pot $ 75,000 For POLICE $ 75,000 Resurface / Pave streets Et alleys per program Repair / Replace broken /damaged sidewalks PW -St $ 125,000 LOGT PW -St PW -St 100,000 6,000 LOGT LOGT Stock supplies - sign manufacturing Stock supplies - parking bumpers (111 bumpers) PW -ST 2,000 LOGT ADA Improvements - continuing program PW -St 50,000 LOGT Repair / Replace damaged walls - Village wide PW -St 15,000 LOGT Tree replacement program - continuing PW -St PW -St 25,000 50,000 LOGT LOGT Purchase / Replace two (2) entrance signs Purchase storage shed PW -St 50,000 LOGT PW -Local Option Gas Tax - Streets $ 423,000 Replace Police Cars ( #4,3,3,3,3) PW -FM PW -FM $ 90,000 25,000 FIM Replace Police Van (V -9835) FIM Replace Recreation van (V -9660) PW -FM 30,000 FIM Replace Service Truck (V -9662) PW -FM 37,000 FIM Replace Police SUV (V -9839) PW -FM 25,000 FIM !Replace Service Truck (V -9552) PW -FM 25,000 FtM !Replace Water Truck (V -9556) PW -FM PW -FM 80,000 18,000 FIM FIM Replace Hustler Mower (V -9836) Replace fuel um P pump PW -FM 6,500 FIM FLEET MAINTENANCE (F. 550) $ 336,500 Replace Trash Truck (V -9922) Purchase recycling bins - continuing program PW -San PW -San $ 72,500 4,000 SAN SAN SANITATION (F.405) $ 76,500 Source: Departmental Submissions Printed on 6/13/2007 Miami Shores Village Capital Project by Department FY 2008 - 2012 Project Description Dept FY'09 Fund Source TOTAL: ALL DEPARTMENTS $ 1,138,212 ADA Improvements - continuing program PW $ 15,000 CAP ealcoat / Restripe Pub Wks Yard PW 6,000 CAP Replace FoxtaiT Palms Pw 10,000 CAP PW- Streets CAPITAL FUNDS $ 31,000 Rehabilitation Railroad Crossing (Phase II) CITT $ 150,000 CITT CITT FUND (F. 135) $ 150,000 Source: Departmental Submissions Printed on 6/13/2007 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1403 /Recreation Dept Project New stage sections Name: PROJECT STATUS Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Submittal Rating date Effective year X Cost Estimate $3,317.00 1 Project expected to begin: Q1: Oct -Dec 0.2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep I x Description of Item(s) or Project: Purchase additional stage sections for events Description or ID of Original Asset to not applicable be replaced (Fixed Asset ID): .Justification, Rationale, or Explanation It would allow us to have two stage areas working at the same of need to authorize project request: time. IF DENIED, possible alternatives which Leave as is. .may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2010 FY 2011 FY 2012 TOTAL CAP /GEN $ $ 3,317 $ $ - $ $ 3,317 Source (2) - - $ - Source (3) - $ - TOTAL $ - 1 $ 3,317 1 $ - I $ - $ Form FIN CAN Revised: Jan'06 Customer Quotation Prepared for: Leslie Rackl Miami Shores Recreation Dept 9617 Park Dr Miami Shores, FL 33138 -2476 Date: 3/29/2007 Regarding: Versalite Staging WN9 CJ %� 555 Park Drive P.O. Box 448 Owatonna, MN 55060 -0448 Page 1 Item Description Qty Unit Price Price 133GB38 VERSA DECK,4XS,BLCK 4 575.00 2,300.00 133B030.36 LEG ASSY, ADJ, 24", 6 -PACK f� 174.00 Total Product Charge 2,996.00 Freight /Handling Charge 321.00 Total Charge 3,317.00 ** *Tax not included on this quote. * ** * Terms and Conditions of Sale appear on following page. Quotation effective for 30 days only. Submitted by: Delivery within: E Tax: Chris Storjohann Terms: PENDING CREDIT APPROVAL Sales Representative F.O.B. Point: Phone: 800 - 733 -0393 Ext: 786 Fax: 507- 455 -4258 Q 557181 C00221115 Email: chris.storjohann @wengercorp.com MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department 001/1402 Project Laser Level Sports Fields 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 $ 17,000 1 Project expected to begin: x Q4: Jul -Sep Description of Item(s) or Project: Laser level sports fields to cut high spots, fill dips and low sports and improve field drainage. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation The Sports field have high and low areas from settling. Laser of need to authorize project request: leveling the sports fields will improve the drainage and provide a safer playing surface. IF DENIED, possible alternatives which may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) : CAP /GEN $ $ 17,000 $ - $ - $ $ 17,000 Source (2) - - $ - Source (3) - - - - $ - TOTAL I 1 $ 17,000.1 $ I $ - I $ - $ 17,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department 1402 /Recreation Project Sun Shade Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $19,995 1 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Sun Shade 119 x 30 x 8 to shade area adjacent to the south end of the Field House. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Shade area needed for kids in the after care and summer program of need to authorize project request: due to limited indoor space. IF DENIED, possible alternatives which may be considered: Funding Request by Year £t Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL ,Gen / Cap $ $ 19,995 $ $ $ $ 19,995 'Source (2) - _ $ _ Source (3) _ $ _ TOTAL $ - $ 19,995 $ - $ - $ - $ 19,995 Form FIN_CAP1 Revised 5/8/2007 APR -4 -2007 10:24A FROM:SUPERIOR PARK SYSTEM 9549219563 T0= 13057593992 P.2 Superior Park Systems, Inc. "A HOLLYWOOD CERTIFIED LOCAL MBEiSSE OWNED BUSINESS #22214" 1418 Scott Street Hollywood, FL 33020 Office 954.920.3352 Mobile 954.445.7000 Fax 954.921.9563 E -MAIL sit ericr ark aol.cam QUOTATION April 3, 2007 Village of Miami Shores Recreation Department 9612 Park Drive Miami Shores, Florida 33138 Attention: Anne Marie Indorf, Athletic Supervisor Re: South Baseball Field Shade Systems Turn -N -Slide Mechanism Single Cantilever Shade Structure Quote No. 0403207 Superior Park Systems, Inc. quotes thafollowing Shade Systems Tarn-N -Slide mechanism System Single Cantilever Structure off the City of Jacksonville Price Agreement Contract #SC -051 1 -06, effective June 1, 2006 at the same price, terms and conditions; South Baseball yield on the south side of buildin Single Cantilever Shade Structure 0 n (1 ) 19'x30'x8' Turn -N -Slide +easy storm removal and reinstall system, Single Cantilever Shade Structure $ 9,425.00 Less 5% price agreement discount $ 471.25 Discounted price $ 8,953.75 Plans & sealed engineered drawings $ 1,850.00 Installation per contract terms of discounted shade structure, heavy equipment, Crane & lift to offload and erect of Single Cantilever Structure $ 6,715.32 Care (Drilling- $ 900.00 Frei ht $ 1.575.00 Total $19,994.07 Delivery & installation 6 -8 weeks after receipt of purchase order and approved plans. Quote includes all labor, materials and equipment to install direct embedment per manufacturer's specifications and applicable building codes. 20 year warranty on metal structure, hardware and 10 year warranty on Turn -n -slide mechanism system and fabric and stitching. Several standard colors available. Respectfully submitted, I4 Mitchell Leitner, President File: Miami Shores- South baseball field building shade structure quote. 04/03/07 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1500 - 571.64000 Library Project Computer Upgrade I Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Rating Submittal Effective date year 1'Zost Estimate $ 5,900 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar 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 be Computers that are 6 years old and older - Gateway E 4200 and Dell' replaced (Fixed Asset ID): Dimention 4500S Justification, Rationale, or Explanation As the computers get old , they become increasingly unable to of need to authorize project request: support new programs and functions. The upgrade will enhance computer service and provide faster and more efficient access for our patrons and staff. IF DENIED, possible alternatives which Continue using old PCs which operate in a less efficient manner, may be considered: and repair when necessary. Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1)301 -1500 $ $ 5,900 $ $ $ 5,900 Source (2) - - - $ - Source (3) - - $ - TOTAL $ - $ 5,900 $ - $ - $ - $ 5,900 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Police Project Radio Infrastructure Replacement Name: PROJECT STATUS I 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 $ 75,000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar I Q3: Apr -Jun Q4: Jul -Sep uescription of item(s) or Project: This project will provide 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 Current radio system is approximately 15 years old and the of need to authorize project request: equipment manufacturer hs 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 2008 FY 2009 FY 2010 FY 2011 Source (1) Cap Projects $ 75,000 $ 75,000 $ 75,000 $ Source (2) _ _ Source (3) TOTALI $ 75,000 1 $ 75,000 1 $ 75,000 1 $ FY 2012 TOTAL $ $ 225,000 $ _ - $ $ 225,000 Form FIN_CAP1 Revised 5/9/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2.008 - 2012 Fund / Department Logt /Public Works Project paving for streets and Alleys Name: I PROJECT STATUS , Project rating a Affect Year(s) I Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year FY 2012 TOTAL Logt $ 100,000 $ 125,000 Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 125j000 Project expected to begin: X IDese-rintion Q3: Apr -Jun Q4: Jul-Sep $ 750,000 Source (2) of Itemisl or Project: Resurface streets and allevs throughout the Village Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale; or Explanation of need to authorize project request: Due to wear and tear, streets and alleys in the Village are in need of 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 I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 _ FY 2012 TOTAL Logt $ 100,000 $ 125,000 $ 150;000 $ 175,000 $ 200,000 $ 750,000 Source (2) - - - - - $ - Source (3) - - - $ TOTAL $ 100,000 1 $ 125,000 1 $ 150,000 1 $ 175,000 1 $ 200,000 1 $ 750,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2-012 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year TOTAL Q1: Oct =Dec Q2: Jan -Mar Q3: Apr -Jun Q4: J&Sep Gast Estimate $ 100.,0.0.0 Project expected to begin: X Description of Iterrr(s) or Project: Replace broken and damage sidewalks throughout the Village. Description or ID of Original Asset to $ 100,000 be replaced (Fixed Asset ID): Source (2) Justification, Rationale, or Miami Shores Village has an extensive amount of broken and Explanation of need to authorize damaged sidewalks. Repairing damaged sidewalks reduces the project request: potential for trip and fall situations. It is an ongoing project to Source (3) 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - $ - Source (3) - $ TOTAL $ 100,000 1 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Form FIN CAP1 Revised: Jan06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS 1 Project rating Et Affect Year(s) J Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal Effective date year FY 2011 FY 2012 TOTAL LOGT Q1: Oct-Dec Q2: Jan -Mar =Estimnate 6,000 Project expected to begin: x Q3: Apr -Jun Q4: Jul-Sep $ 6,000 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 By maintaining an inventory of sign material, it allows us to Explanation of need to authorize respond quickly to damaged /missing /worn traffic signs. I project request: IF DENIED, possible alternatives which Wait for another agency to replace I may be considered: Request by Year Et Source Funding Source FY 2008 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 6,000 76,00900 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Source (2) - - - Soiirre (3) TOTAL $ 6,000 $ 6;000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund /Department LOGT /Public Works Project parking Bumpers Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Effective Program Program Rating date year Q1: Oct -Dec Q2: Jan�Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 2,000 Project expected to begin: 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 Inventory is needed to replace concrete bumpers in parking areas Explanation of need to authorize throughout the Village. This maintains the appearance of Village project request: 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 2008 FY 20:09 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Source (2) - - - $ - Source (3) - - - - $ TOTAL $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worxktheet FY 2008 - 2012 I Fund / Department CAP -LO.GT /Public Works Project ADA Improvements I Name: I PROJECT STATUS I Project rating a Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Effective Program Rating date year FY 2011 FY 2012 TOTAL LOGT Cost Estimate $ 65,0.00 Project expected to begin: lr)o-arrinflon Q1: Oct-Dec Q2: Jani;Mar Q3: Apr -Jun Q4: Jul -Sep $ 50,000 of Itemitl or P.roiect: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Funds must be available to enable The Village to comply with Federally mandated ADA requierements. In addition, funds are required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year Et Source ) Funding Source FY 2008 FY 2009 FY 2010 11 FY 2011 FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 500000 $ 250;000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - $ " TOTALI $ 65,000 1 $ 65,000 1 $ 65,000 1 $ 65,000 1 $ 65,000 1 $ 325,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Tree Replacement I Name: PROJECT STATUS I Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal Effective date year FY 2011 FY 2012 TOTAL LOGT Q1: Oct -Dec Q2: Jan-Mar Cost Estimate $ 25,000 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 Diseased and non - native trees need to be replaced in order to Explanation of need to authorize maintain the appearance of Village swales and streets. A lush project request: 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 8: Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 85,000 Source (2) - - $ Source (3) - I - $ - TOTALI $ 25,000 $ 15,000 $ 15,000 1 $ 15,000 1 $ 15,000 1 $ 85,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 and / Department LOGT /Public Works Project Name: Tree Replacement 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 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 15,000 $ 15,000 $ 15;000 Q1: Ott =Dec Q2: Jan =Mar Q3: Ape -Jun. I Q4: Jul -Sep Cost Estimake $ 35;0.00: Project expected to begin: X Description of Itern(s) or Project: Description or ID of Original be replaced (Fixed Asset ID): Ongoing project to replace diseased ana non native trees to N/A Justification, Rationale, or Diseased and non - native trees need to be replaced in order to Explanation of need to authorize maintain the appearance of Village swales and streets. A lush project request: 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 I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 15,000 $ 15,000 $ 15;000 $ 85,000. Source (2) - - - $ - Source (3) - - ' $ TOTALI $ 25,000 1 $ 15,000 1 $ 15,000 1 $ 15,000 1 $ 15,000 1 $ 85,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Village entrance signs Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year Q1: Oct -Dec I Q2: Jan -Mar Q3: Apr -Jun Cost Estimate $ 50,000 Project expected to begin: X Q4: Jul -Sep Description of Item(s) or Project: Two entrance signs- Engineer, design and construct. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Funds will be used for engineering design and construction for Explanation of need to authorize entrance signs to the Village. project request: IF DENIED, possible alternatives which No sign may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ ' $ 50,000- $ $ $ - $ 50,000 Source (2) - - - $ " Source (3) 1 - I $ TOTAL $ 1 $ 50,000- 1 $ - $ - $ - $ 50,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP /Public Works Project Name: Storage Shed PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal Effective date year FY 2011 FY 2012 TOTAL LOGT Q1: Oct -Dec Q2: Jan -Mar 'ost Esti mate $ 5400p Project expected to ,begin: Q3: Apr -Jun Q4: JU -Sep $ - of Items) or Project: Storage shed Description or ID of Original Asset to NIA be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: This storage shed will be used for the purpose of maximizing our storage needs to protect existing equipment. IF DENIED, possible alternatives which Leave equipment unprotected. may be considered: F-- Funding Request by Year ft Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ - $ 50,000 $ - $ - $ - $ 50,000 Source (2) - $ - Source (3) - $ - TOTAL $ - $ 50,000 $ - $ - $ Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund /Department Fleet /Public Works Project Police Vehicles Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program program Rating date year Q1: Oct -Dec Q2: Jan=Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 90,000 Project expected to begin: Description of Item(s) or Project: Replace 3 Police vehicles that have reached at least 75,000 miles at 30,000 per vehicle. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or These police vehicles will have met their life expectancy and will Explanation of need to authorize need to be replaced. project request: 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 E Fundin:g::Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL. Fleet $ - $ 90,000 $ - $ - $ - $ 90,000 Source (2) - $ Source (3) TOTAL $ - $ 90,000 $ - $ - $ - $ 90,000 Revised: Jan'06 Form FIN—CAN MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replace Police Van V -9835 Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Program Program Priority. (1 -5); Rating Submittal Effective date year Q1: Oct -Dec Cost Estimate $ 25,000 Project expected to begin: x 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 (1998) be replaced (Fixed Asset ID): Justification, Rationale, or Vehicle will be transferred to another department for continued Explanation of need to authorize use. project request: IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year lit Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ 25,000 $ - $ $ - $ - $ 25,000 Source (2) - - - - - $ - Source (3) 1 - - - - $ - TOTALI $ 25,000 1 $ - $ - $ - $ - $ 25,000 Form FIN CAP1 Revised: Jan'06 fAl FLORIDA • 1,SOC:IATION OF COUNTIES All About Florida FLORIDA SHERIFFS ASSOCIATION, FLORIDA ASSOCIATION OF COUNTIES & FLORIDA FIRE CHIEFS' ASSOCIATION UTILITY CARGO VAN SPECIFICATION #28 2007 Ford E -250 Cargo Van (E24) •��t t•i�� c�q5 W The Turd E -250 Cargo Van (13,24) purchased through this contract comes with all the standard equipment as specified by the manufacturer for this model and ESA'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: $13,846.00 $13,771.00 $13,744.00 $13,774.00 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 cast to determine the approximate cost of the type vehicle(s) you wish to order. ItiIOTIs: 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 he available through the dealers, however, those listed here must be honored by the dealers in your zone at the stated prices. * = Specification Low Rid Bid Award Announcement (06 -14 -0821) 889 VEHICLE: E -250 Cargo Van (E24) E -250 Cargo Van (E24) E -250 Cargo Van (E24) E,250 Cargo Van (E24) DEALER: Orville Beckford Duval Ford Duval. Ford Duval Ford Western Ford - Mercury 41X 1 Console engine cover $10.001 ZONE: *Western *Northern *Central * Southern BASE PRICE: $13,846.00 $13,771.00 $13,744.00 $13,774.00 Md Alvard Announce »sent. (06 -14 -0821) 890 Northern & Central Order Code Delete Options Western & Southern 41X 1 Console engine cover $10.001 NA2 NA NA 2 AMEM stereo radio Std NA2 173 1 'Delete side glass only $20.001 $28.002; 173 2 178 -173 1 ! Delete side & rear glass $40.001 $80.002, D179 2 NA 2 Air conditioning Std NA2 E14 1 1/2 ton cargo van $300.001 $490.002 E14 2 Northern & Central Order Code Add Options Western & Southern 99L 1 Engine upgrade $975.001: $975.002 5.4 V8 2 99P 1 Diesel engine upgrade $5,410.001. $5,410.002 DIESEL 2 99S6.8V10G,4Ss800 1 REQUIRES 9000 GVWR 2 NA 2 Compressed natural gas conversion ready NA ` NA2' 41E 2 Deluxe engine cover NA $40.002 E34 -634 1 Battery - HD auxiliary $145.001. $145.002. 634 2 E24 -63E 1 Alternator - 130 -Amp $75.001 Std2 STD 2 ; 63E 99P 6:0L D1S $ 1 DEBC 1 Electric brake controller $420.001: $336.002! EBC 2 NA 2 Traction control NA NW XC2 1 Limited slip differential $315.001 $370.002 XB22 43P -62P 1 Power windows /door locks NC1 $725.002 43P 2 525 1 Speed control/tilt steering wheel $240.001 $240.002 525 2 18A -768 1 Appearance package $585.001 $415.002 18A 2 Md Alvard Announce »sent. (06 -14 -0821) 890 VEHICLE: E 250 Cargo Van (E24) E -250 Cargo Van (E24) E -250 Cargo Van (E24) E-250 Cargo Van (E24) DEALER: Orville Reckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: *Western *Northern *Central * Southern BASE PRICE: $13,846.00 $13,771.00 $13,744.00 $13,774.00 15A' Crew van package $1,285.00' 00 $1,220.2 15A 2 43P 1 Remote power mirrors Incl.1 $725.002 43P 2 43P- 62P -54E , Recreational mirrors NC $176.002: 54E 2 RggUIRESP()WER WNTOOWS 2 D924 ' Legal deep tinted film, dealer installed $490.00' $210.002'. DDT 2 W MOB` VAN $550 2 574 1 Air conditioning - rear $825.001 $825.002 574 2 574 1 Rear heater Incl. 1 $825.002 574 2 924 1 :Privacy glass $420.00 $480.002; 924 2 INCL 179 SWING OUTSIDE GLASS 2 585 1 AMTM radio with single CD $275.001 $275.002 585 2 3K 1 Third key $140.001 $89.002 3K 2 NA 2 `Side air bags NA NA 18A 1 Exterior upgrade $415.001 $415.002 18A 2 DHR 2 High roof option NA $4,200.002, 687 1 Running boards $497.00' $320.002' 687 2 DVV' Vent visors - stick -on style $120.00' $98.002 DVV 2 DRV 1 Rainshields - flange style $140.00 $98.002 DRS2 179 ' Swing -out side doors on driver's side $185.001 NA2 NA 2 60S 1 Sliding side door NC' NC2 60S 2 &fUS7'SPG'CIFP 2 942 1 Daytime running lights $45.00' $45.002 942 2 17W' Full body glass $380.001 $380.002 17W 2 = �1�ONALL SIDES 2 536 1 Class III hitch $395.001 $495.002 536 2 INCLUDES BAR &BALL 2 99L -536 1 kleavy -duty towing package up to 6,5001bs. $1,315.00' $495.002 536 ` INCLUD''ESBAP & &ILL 2 Bid Award Announcement (06-14 -0821) 891 VEHICLE: E -250 Cargo Van (E24) E -250 Cargo Van (E24) E-250 Cargo Van (E24) E -250 Cargo Van (E24) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: *Western *Northern *Central *Southern BASE PRICE: $13,846.00 $13,771.00 $13,744.00 $13,774.00 DBA 1 Backup alarm $120.00' $105.002 DBU 2 BUC 1 Backup camera with 3.5' LCD (rear mounted camera to provide wide angle field of $695.001 $450.002 BUC 2 vision at rear of vehicle) E34 -760A 1 '9,000 GVWR package, minimurn $2,790.001 E250 -20D 2 NA 2 -8,550 GVWR rated cargo van with 158" WB NA NA2 S24 -750A 1 = 8,550 GVWR rated cargo van, extended body length $1,150.001 $1,175.002 S24- E250EXT 2 E34 -760A 1 9,200 GVWR rated cargo van, standard body length $2,790.001 $2,985.002 E34- E350STD 2 S34 -760A 1 9,200 GVWR rated cargo van, extended body length $3,720.001 ; $3,910.002! S34- E350EXT 2 DFIL 1 Full partition & industrial ladder rack for 135" WB $1,595.001 , $1,300.002' PLR 2 NA 2 Full partition & industrial ladder rack for 155" WB NA NA2 DFPC 1 Full partition & commercial customer bin system $1,895.001 $1,450.002 RRB 2 ; LADDER RACKADD $740 2 DFPG 1 'Full partition & general service interior bins $2,195.00° $1,450.002 PSB2 =, TRIC4LIAPPIANCEUPGRAGE 1 LADDER RACKADD $700 2 DFPF 1 Full partition & fiberboard van liner for 135" WB $1,895.001 $1,180.002 PFL 2 NA 2 Full partition & fiberboard van liner for 155" WB NA NA2 E35 -138WB 1 :. Dual rear wheel cutaway with 12' box (contact awarded vendor) $10,222.00' $7,732.002 cwl2 2 E35 -158WB ° Dual rear wheel cutaway with 14' box (contact awarded vendor) $10;907.001 $8,382.002 cw14 2 E45 -176VM 1 Dual rear wheel cutaway with 16' box (contact awarded vendor) $12,989.001 $9,179.002 cwl6 2 RDH 2 Rear deck halogen warning lights - red and or blue flashing NA $225.002 DW -RDS 1 Rear deck strobe warning lights - red and or blue flashing $390.001 $325.002 RDS2 DW -RDL 1 Rear deck LED, GEN 3 minimum, warning lights - LED lights may be blue, red, $498.001 $365.002 RDL 2 amber or any combination - specify color DSL 2 Left -hand pillar mounted 6" spotlight with clear halogen bulb NA $295.002 DEALER INSTALLED 2 GO -L 2 Left & right -hand pillar mounted 6" spotlight with clear halogen bulb NA $395.002 MULE REWOTEGO L CI& 2 Rid Award Announcement (06-14 -0821) 892 VEHICLE: E -250 Cargo Van (E24) E -250 Cargo Van (F,24) E -250 Cargo Van (E24) E-250 Cargo Van (E24) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford-Mercury ZONE: *Western *Northern *Central * Southern BASE PRICE: $13,846.00 $13,771.00 $13,744.00 $13,774.00 DW GS 1 Strobe grille lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent) $398.001 $325.002 GLSZ DW -GL LID, GEN 3 minimum, grille lights, 2 minimum - LED lights may be blue, red, $469.001 $335.002 GLL 2 ; amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) DW -RMS 1 Rearview mirror strobes (Whelen, Federal, Code 3 or approved equivalent) $590.001 $375.002; RMS2 DW -RNE 1 LED, GEN 3 minimum, rear view mirror flashing lights - LED lights may be blue, $573.001 $385.002' RML 2 : red, amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) DW -RBS 1 Roof -mount amber strobe beacon (Whelen, Federal, Code 3 or approved $390.001 $354.002: DAS 2 equivalent) DW -TLS 1 ; Strobe trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved equivalent) $420.001 NA2 TLS DW -TLL 1 LED, GEN 3 minimum, trunk lights, 2 minimum - LED lights may be blue, red, $520.001 $355.002 TLL 2 amber or any combination - specify color (Whelen, Federal, Code 3 or approved equivalent) FLUSHMaUNTLEDS 2 TLH 2 Halogen trunk lights, 2 minimum (Whelen, Federal, Code 3 or approved NA NA2 equivalent) IDS 2 Strobe integral directional arrow activated in lightbar (with controller if required). NA Inel.2 Requires purchase of lightbar. IDL 2 LED, GEN 3 minimum, integral directional arrow activated in lightbar (with NA Incl. controller if required) - LED lights may be blue, red, amber or any combination - specify color. Requires purchase of lightbar. IDH 2 :. Halogen integral directional arrow added to lightbar (with controller if required) NA NA2 TDL 2 Traffic directional LED, GEN 3 minnnum, arrow with 6 modules (with controller NA $588.002 if required). RLS 2 Code 3 RLS - upgrade, deluxe siren, microprocessor controlled NA NA2 FSS 2 : Federal Signal Smart Siren - upgrade, deluxe siren, microprocessor controlled NA NA2 WCU 2 Whelen Cencom - upgrade, deluxe siren, microprocessor controlled NA $371.002 CHF 2 Code 3 - Headlight flashers; solid state NA NA2 FHF 2 Federal Signal - Headlight flashers, solid state NA NA DW -SSFCV 1 Whelen - Headlight flashers, solid state $187.001 $125.002 WHF 2 CLC 2 Upgrade basic (6) switch controller and siren to combination light controller /siren NA $189.002 CHB 2 CODE 3 LIGHTBAR: Basic Marked Patrol Halogen Lightbar Package - Consist NA NA2 of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) Bid Award Announcement (06-14 -0821) 893 VEHICLE: E -250 Cargo Van (1324) E -250 Cargo Van (E24) E -250 Cargo Van (E24) E-250 Cargo Van (E24) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: *Western *Northern *Central * Southern BASE PRICE: $13,846.00 $13,771.00 $13,744.00 $13,774.00 FHB 2 ; FEDERAL SIGNAL LIGHTBAR: Basic Marked Patrol Halogen Lightbar NA: NA2' Package - Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) WHB 2 WHELEN LIGHTBAR: Basic Marked Patrol Halogen Lightbar Package - Consist NA $1,867.002 of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) CSB 2 i CODE 3 LIGHTBAR: Basic Marked Patrol Strobe Lightbar Package - Consist of NA ! NV 18 Strobes, 4 Halogen Solid State Electronic Flashers, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) FSB 2 FEDERAL SIGNAL LIGHTBAR: Basic Marked Patrol Strobe Lightbar Package NA NV - Consist of 8 Strobes, 4 Halogen Solid State Electronic Flashers, with Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) DW -LOP2S 1 WHELEN LIGHTBAR: Basic Marked Patrol Strobe Lightbar Package - Consist $2,495.001 $1,717.002. WSB 2 of 8 Strobes, 4 Halogen Solid State Electronic (6) Switch Controller; Siren, Speaker and Bracket(s) CLB 2 CODE 3 LIGHTBAR: Basic Marked Patrol LED Lightbar Package - 95% LED N- NA2' module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color FLB 2 FEDERAL SIGNAL LIGHTBAR: Basic Marked Patrol LED Lightbar Package - NA NV 95% LED module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color DW -LOP1L WHELEN LIGHTBAR: Basic Marked Patrol LED Lightbar Package - 95% LED $2,895.001 $2,027.002 WLB 2 module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color 9LB 2 911EP LIGHTBAR: Basic Marked Patrol LED Lightbar Package - Basic Marked NA NV Patrol LED Lightbar Package - 95% LED module coverage with no open spaces except for the Takedown and Alley Lights; Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color CHD 2 CODE 3 LIGHTBAR: Deluxe Marked Patrol Halogen Lightbar Package - Consist NA NV of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) FHD 2 FEDERAL SIGNAL LIGHTBAR: Deluxe Marked Patrol Halogen Lightbar NA NV Package - Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) WHD 2 WHELEN LIGHTBAR: Deluxe Marked Patrol Halogen Lightbar Package - NA $1,936.002 Consist of 4 Halogen Solid State Electronic Flashers, 5 Rotators, with Takedown and Alley Lights; Combination Lighl Controller /Siren; Speaker and Bracket(s) Bid Award An.nounrement. (06 -14 -0821) 894 VEHICLE: DEALER: ZONE: BASE PRICE: CDTS2 FDTS2 DW- LOP2DS WDTS 2 CDL 2 FDL2 DW- LOP2SX 1 WDL 2 9DL 2 C2T 2 F2T 2 E -250 Cargo Van (E24) E -250 Cargo Van (E24) E-250 Cargo Van (E24) F,250 Cargo Van (E24) Orville Beckford Duval Ford Duval Ford Ford - Mercury *Western *Northern *Central $13,846.00 $13,771.00 $13,744.00 CODE 3 LIGHTBAR: Deluxe Marked Patrol 10 Strobe (minimum) Lightbar Package with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) FEDERAL SIGNAL LIGHTBAR: Deluxe Marked Patrol 10 Strobe (minimum) Lightbar Package with Takedown and Alley Lights; Combination Light. Controller /Siren; Speaker and Bracket(s) WHELEN LIGHTBAR: Deluxe Marked Patrol 10 Strobe (minimum) Lightbar Package with Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) CODE 3 LIGHTBAR: Deluxe Marked Patrol LED Lightbar Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color FEDERAL SIGNAL LIGHTBAR: Deluxe Marked Patrol LED Lightbar Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren, Speaker and Bracket(s) -LID lights may be blue, red, amber or any combination - specify color WHELEN LIGHTBAR: Deluxe Marked Patrol LED Lightbar Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color 911EP LIGHTBAR: Deluxe Marked Patrol LED Lightbar Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red; amber or any combination - specify color CODE 3 LIGHTBAR: Deluxe Marked Patrol 2 Tier LED Lightbar Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights, Combination Light Controller /Siren; Speaker and Bracket(s) - LED Lights may be blue, red, amber or any combination - specify color 'FEDERAL SIGNAL LIGHTBAR: Deluxe Marked Patrol 2 Tier LED Lightbar Package - 100% LED module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color DW- LOP2FX 1 WHELEN LIGHTBAR: Deluxe Marked Patrol 2 Tier LED Lightbar Package - W2T 2 100% LF.,D module coverage with no open spaces except for the Takedown and Alley Lights; Combination Light Controller /Siren; Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color CBUP 2 CODE 3: Basic Strobe Unmarked Patrol Package - Consist of lnterior Rearview Mirror, Grille and Rear Deck Strobe System (lvlirzimum 2 lights in Each Position); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) Bid Award Announcement (06-14 -0821) Duval Ford * Southern $13,774.00 NA NA NA NA2 $2,795.00 $2,044.002 NA NA2 NA NA2 $2,995.001 $2,364.002 NA NA2 NA NA2 NA NA2 $2,895.001 $2,844.002 NA NA2 89 VEHICLE: E -250 Cargo Van (E24) E -250 Cargo Van (E24) E -250 Cargo Van (E24) E,250 Cargo Van (E24) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: '*Western *Northern *Central * Southern BASE PRICE: $13,846.00 $13,771.00 $13,744.00 $13,774.00 FBUP 2 FEDERAL SIGNAL: Basic Strobe Unmarked Patrol Package - Consist of Interior NA NA2 Rearview Mirror, Grille and Rear Deck Strobe System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60(6) Switch Controller; Siren, Speaker and Bracket(s) DW-L0P3L 1 WHELEN: Basic Strobe Unmarked Patrol Package - Consist of Interior Rearview $1,795.001 $1,521002 WBUP 2 = Mirror, Grille and Rear Deck Strobe System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) (2) Jte71)ITIoArAL STROBES $110 2 CLUP 2 CODE 3: Basic LED Unmarked Patrol Package - Consist of Interior Rearview NA NW Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color FLUP 2 FEDERAL SIGNAL: Basic LED Unmarked Patrol Package - Consist of Interior NA NW Rearview Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color DW -LOP3L 1 WHELEN: Basic LED Unmarked Patrol Package - Consist of Interior Rearview $2,490.001 $1,624.002 WLUP 2 Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Comer Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color (1) ADD)ITION4L SFRORFS $110 2 9LUP 2 .911EP: Basic LED Unmarked Patrol Package - Consist of Interior Rearview NA NW Mirror, Grille and Rear Deck LED System (Minimum 2 Lights in Each Position); Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Basic (6) Switch Controller; Siren, Speaker and Bracket(s) - LED lights may be blue, red, amber or any combination - specify color CDUP 2 CODE 3: Deluxe Ummarked Patrol Package - Consist of Front and Rear NA NW Full -Width Interior LED System with Takedown Lights; Headlight Flasher; Four Comer Strobe System (60 Watt Power Supply Minimum); Combination Light Controller /Siren; Speaker and Bracket - LED lights may be blue, red, amber or any combination - specify color FDUP 2 'FEDERAL SIGNAL: Deluxe TJnrnarked Patrol Package - Consist. of Front and NA NA2 Rear Full-Width Interior LED System with Takedown Lights; Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Combination Light Controller /Siren; Speaker and Bracket - LED lights may be blue, red, amber or any combination - specify color DWLOP3L 1 WHELEN: Deluxe Unmarked Patrol Package - Consist of Front and Rear $2,490.001 $2,541.002 WDUP 2 Full -Width Interior LED System with Takedown Lights; Headlight Flasher; Four Corner Strobe System (60 Watt Power Supply Minimum); Combination Light Controller /Siren; Speaker and Bracket - LED lights may be blue, red, amber or any combination - specify color Bid Award Announcement (06 -14 -0821) 896 VEHICLE: DEALER: ZONE: BASE PRICE: DW660SYS ; W60 2 DW690SYS 1 W90 2 F60 2 FRS S60 2 51102 C60 2 C90 2 S122 S162 PB300 2 RHINO 2 NA NA NA FCD- MT -X1C 1 FCD -MT -X 1 C 2 E -250 Cargo Van (1324) Orville Beckford Ford - Mercury *Western $13,846.00 (2) ADDITIONAL STROBES $110 t E -250 Cargo Van (1324) E -250 Cargo Van (1;24) &250 Cargo Van (1324) Duval Ford Duval Ford Duval Ford *Northern *Central *Southern $13,771.00 $13,744.00 $13,774.00 Comer Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 60w power supply, 2 -15' cables, 2 -30' cables (2)ADDI7I0NAL STROBES S l 10 2 Comer Strobe Kits — Whelen Kit with 4 clear tubes, 6 outlet CSP 90w power supply, 2 -15' cables, 2 -30' cables (2) ADDf3IONAL STROBES $110 2 Comer Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet 660L power supply, 2 -15' cables, 2 -30' cables Corner Strobe Kits — Federal Kit with 4 clear tubes, 6 outlet RICHOCHET power supply, 2 -15' cables, 2 -30' cables Corner Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 60w Nebula power supply, 2 -15', 2 -30' cables Corner Strobe Kits — Soundoff Kit with 4 clear tubes, 6 outlet, 110w Gemini power supply, 2 -15', 2 -30' cables Corner Strobe Kits — Code 3 Kit with 4 clear tubes, PSE460 power supply, 2 -15' i cables, 2 -30' cables Comer Strobe Kits — Code 3 Kit with 6 clear tubes, PSE690 power supply, 2 -15' cables, 2 -30' cables Setina PB100Al2 —12" Aluminum Push Bumper Setina PB100A16 — 16" Aluminum Push Bumper Setina PB300 Push Bumper Go Rhino 5000 Series Push Bumpers Rear Transport Seat — Laguna System 3P Rear Transport Seat — Pro Gard 6000 Series Rear Transport Seat with extended seat belt — Patriot PSCV 1 American Aluminum Modular Inmate Transport Unit or approved equivalent. One (1) compartment system for extended length cargo van includes: One (l) rear door (key lockable, with two (2) 6,000 lb. strength locks, one (1) rear step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear) AC/heat. Must be ordered with rear AC. REQUIRESAUI. REARAIC 2 $420.001 $390.002 $460.001 $410.002 NA NA' NA NP? NA NA' NA NA2 NA NA2. NA NAB NA $387.002` NA $397.002 NA $397.002 NA $397.002. NA NA2 ` NA NA2 NA NA2 $8,635.001 $7,035.002 FCD- MT- X2C/FB 1 , American Aluminum Modular Inmate Transport Unit or approved equivalent. Two $8,935.001 $7,560.002 FCt)- MT- X2C/FB 2 (2) compartment system for extended length cargo van includes: Two (2) rear door (key lockable, with four (4) 6,0001b. strength locks, one (1) rear step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear) AC/heat. Must be ordered with rear AC. RHO U_rRESAUY. REARAIC 2 Bid Award Announcement (06-14 -0821) 897 VEHICLE: E -250 Cargo Van (E24) E -250 Cargo Van (E24) E -250 Cargo Van (E24) x1,250 Cargo Van (E,24) DEALER: Orville Beckford Duval Ford Duval Ford Duval Ford Ford - Mercury ZONE: *Western *Northern *Central * Southern BASE PRICE: $13,846.00 $13,771.00 $13,74400 $13,774.00 FCD- MT- X2C1LR f American Aluminum Modular Inmate Transport Unit or approved equivalent. Two : $9,465.001 $7,717.002 i FCD- MT- X2C1LR 2 (2) compartment system for extended length cargo van includes: One (1) rear door (key lockable), one (1) side door (key lockable), four (4) 6,000 lb. strength locks, i one (1) rear step, one (1) side step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear) AC/heat. Must be ordered with rear AC. REQUIRESAUX. REARAIC 2 FCD -MT -X3C American Aluminum Modular Inmate Transport Unit or approved equivalent. $10,460.001 $8,200.002. FCD -MT -X3C 2 Three (3) compartment system for extended length cargo van includes: Two (2) rear doors (key lockable), one (1) side door (key lockable), and six (6) 6,000 lb. strength locks, one (1) rear step, one (1) side step, interior and exterior lights, dual high speed ventilation fans, control panel, and auxiliary (rear) AC/heat. Must be ordered with rear AC. REQUIRESAUX. REARAIC 2 DSM. 1 Complete set of shop manuals ONLY $290.001 $365.002 DSM 2 5 1100 B 1 Minimum 5/75 Manufacturer's Extended Base Care Warranty ($0 deductible) $2,045.001 $1,945.002 B5 /100 &6/100 2 611e0 8$1115 1 6YR1100,000MI COVERAGE $2115 2 5/75 E 1 Minimum 5/75 Manufacturer's Extended Extra Care Warranty ($0 deductible) $1,515.001 $2,195.002 E5/100&6/1002 Y1 00 E $219.5 OR 61100 E S2 760 : 6YR/100,000MI COVERAGE $2760 2 5 /100 P 1 Minimum 5/75 Manufacturer's Extended Power Train Warranty ($0 deductible) $1,355.001 $1,355.002 P5 /100 &6/100 2 6110O P 61545 1 6YR/100,000MI CO VERA GE $1545 2 5 /100 B 1 Minimum /75 Manufacturer's Extended Base Care Warranty - Diesel ($0 $2,565.001 $2,565.002 BD5 /100 &6/100 2 deductible) 61100B $ 2870 1 6YR1100,000MI COVERAGE $2870 2 5/75 E 1 Minimum 5/75 Manufacturer's Extended Extra Care Warranty - Diesel ($0 ED5 /100 &6/100 2 deductible) 5 1100 E $2710 OR 61100 F. $3145 1 6YR1100,000M7 COVERAGE $3145 2 5 /100 P 1 Minimum 5/75 Manufacturer's Extended Power Train Warranty - Diesel ($0 PD5 /100 &6/100 2 deductible) 61100 P $2455 1 6YR,7 00, 000MI CO GE S24 2 $1,685.001 $2,710.002 $2,455.00' $2,220.002 Laid Aivard Announcement (06-14 -0821) 898 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Name: Replacement of Rec. Van V -9660 I PROJECT STATUS I Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year FY 2012 TOTAL Fleet $ $ 30,000 Q1: Oct -Dec Q2: JawMar Cost Estimate $ 30,000 Project expected to begin: Q3; Apr -Jun I Q4: Jul -Sep $ 30,000 Source (2) rtion of Item(s) or Project: Replacement of Recreation Center Van V -966U Description or ID of Original Asset to V -9660 (1996) be replaced (Fixed Asset ID): Justification, Rationale, or This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues. Funding Reauest bV Year Et Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ $ 30,000 $ - $ - $ $ 30,000 Source (2) - - - $ Source (3) - ' - $ TOTALI $ - $ 30,000 $ - $ - $ - $ 30,000 Form FIN—CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replace Service Truck V -9662 Name: PROJECT STATUS Project rating >t Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oat =Dec Q2: Jam-Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 37;000 Project expected to begin: Description of Item(s) or Project: Replacement of service truck V -9662 Description or ID of Origin &l Asset to V -9662 (1996) be replaced (Fixed Asset ID): Justification, Rationale, or Replacement of 1996 service truck is due. Replacement will be Explanation of need to authorize extended cab and diesel. project request: IF DENIED, possible alternatives which Continue use 1996 vehicle with increased maintenance costs and may be considered: reliability issues. Funding Request by Year & Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ $ 37,000 $ - $ - $ • $ 37,000 Source (2) - $ - Source (3) - _ $ - TOTAL $ - $ 37,000 $ - $ - $ - $ 37,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Name: Replace Police SUV V -9839 PROJECT STATUS Project rating Et Affect YearW Existing Program Deferred Deleted priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year EostEstirntate Q1: Oct Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep 25,000 Project expected, to begin; 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 This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replace Service Truck V -9552 Name: PROJECT STATUS Project rating 8t Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year Cost Estimate $ 25;000 Project expected to begin: Q1: Oct -Dec Q2: Jan�mar Q3: Apr Jun Q4: Jul4ep Description of Itern(s) or Project: Replacement of pick up truck V- 9552/1`150 Description or ID of Original Asset to V -9552 (1995). be replaced (Fixed Asset ID): Justification, Rationale, or This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: IF DENIED, possible alternatives which Continue use 1995 vehicle with increased maintenance costs and may be considered: reliability issues. Funding Request by Year 8t Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Name: Replace Water Truck V -9556 PROJECT STATUS Project rating It Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year TOTAL Q1: Oct -Dec Q2: JanrMar Q3: Apr�Jun Q4: Jul -Sep Cost Estimate $ 80,000 Project expected to begin: Description of Item(s) or Project: Replacement of water truck V -9556 Description or ID of Original Asset to V =9556 be replaced (Fixed Asset ID): Source (2) Justification, Rationale, or This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: F IF DENIED, possible alternatives which Continue use 1995 vehicle with increased maintenance costs and may be considered: reliability issues. Funding Request by Year it Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ $ 80,000 $ - $ $ $ 80,000 Source (2) Source (3) - TOTAL $ - $ 80,000 $ - I $ - $ - $ 80,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2.007 - 2011 Fund / Department Fleet /Public Works Project Hustler Mower V -9836 Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr Jun Q4: Jul -Sep Cost Estimate $ 18,000 Project expected to begin: Description of Item(s) or Project: Replacement of Hustler Mower with a 22" cutter deck. V -9836 Description or ID of Original Asset to V9836 (1998) be replaced (Fixed Asset ID): Justification, Rationale, or This i init will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: IF DENIED, possible alternatives which To continue using an otd unit wiU lead to high maintenance costs may be considered: and have reliability issues Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ - $ 18,000.$ - $ $ $ 18,000 Source (2) - - - $ - Source (3) - - - $ - TOTAL $ - $ 18,000 $ - $ - $ - $ 18,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund [Department CAP /Public Works Project Name: Replace Fuel Pump PROJECT -STATUS Project rating it Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 6,500 Project eXpected to begin: Description of Item(s) or Project: Replacement of fuel pump at fuel island. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID).' Justification, Rationale, or In planning for the future to set funds aside when current pump Explanation of need to authorize fails. project request: IF DENIED, possible alternatives which Continue to use old pump with reliability issues. may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Hurricane $ $ 6,500 $ - $ - $ - $ 6,500 Source (2) - - $ Source (3) - - - - $ TOTAL $ - $ 6,500 $ - $ - $ - $ 6,500 Form FIN CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 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 Deleted Priority (1 -5); Program Program Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 72,500 Project expected to begin: x Q3: Apr -Jun Q4: Jul -Sep Description of Item ect: Replace Trash Truck V -99u- P (s ) or Pro j P Description or ID of Original Asset to V -99211- (1999) be replaced (Fixed Asset ID): Justification Rationale or This vehicle is used 5 � a Y days a week 52 weeks year and is essential Y Explanation of need to authorize to our trash operation. It has met its life expectancy and needs to project request: be replaced. 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL San $ $ 72,50-0 $ - $ - $ - $ 72,500 Source (2) - - $ - Source (3) - - - $ TOTAL $ 1 $ 72,50-01 $ $ $ - $ 72,500 Form FIN CAP1 Revised: Jan06 MRR428 -2007 12:15 FROM:WJPAPGAM 7709633083 T0:18778263710305696640P.1 INTERNATIONAL TRUCK AND ENGINE CORPORATION 2400 COMMERCE AVENUE, BLDG. 1100, SUITE 1o0, DULUTH, GA 30096 T 978 a64 2700 F 678 684 2783 TRUCK GROUP March 27, 2003 Carlos Quijano City of Miami Shores, FL Carlos, Per your request, please find specifications and pricing off the State of Florida Contract # I"70- 700 -S for a Spec. 108 cab and chassis. 108 International Model 4300 SBA 4x2 8011 230° W.B., 163" C.A., 96" A.F. Non- Contract Option 1) 20 ft. dump body (specs enclosed) Total FOB Miami Shores, FL Please don't hesitate to call me if you have any questions. Sincerely, CA Bill Parham National Account Manager Phone: (706) 356 -2471 Fax: (678) 5842793 E -mail: bill.oarham _nav- international.com $50,051.00 160.00 15,350M $65,551.00 MAR -28-2007 12:15 FROM:WJPAPGaAM 7709633OB3 TO:18778263710305696640P.2 INTERNATIONAL• March A 2007 Prepared For: Presented By: City of Miami Shores, FL Attn: Carlos Quqano INTL TRK & ENGINE CORP Jim Den Bleyker BIII Parham 4050 Etplanade Way 204 WOODROW WAY Tallahassee FL 32399- LAVONIA GA 30553 (904j W - 9357 Toe-356-2471 Reference ID: WA Thank you for the opportunity to provide you with the following quotation on a new International truck. I am sure the following detailed speclflc abon will meet your operational requirements, and I look forward to serving your business needs. ModsLPrntlle 2003 4300 BOA 4X2 (MA025) APPLICATION: Landscape Dump MISSION: Requested GVWR: 35000. Calc. GVWR: 35000 Calc. Start / Grade Ability: 29.00 0h / 2.14% ® 55 MPH Calm Geared Speed: 87.3 MPH FUEL ECONOMY: WA DIMENSION: Wheelbase: 230.0, CA: 162.9, Axle to Frame: 96.0 ENGINE, DIESEL: (International MmForce DT) 50 State, 245 HP, 820 lb-ft Torque @ 1400 RPM, 2800 RPM Governed Speed. # 2 Bell Housing TRANSMISSION, AUTOMATIC: (ALLISON 3000 RDS2) 4th Generation Controls; Close Rana, 5- Speed, A- th Overdrive:On/Off Hwy; Includes CJ I Level Sensor, With PTO Provision, Less Retarder, With 80,0004b GVW & GCW Max. CLUTCH: Omit Item (Clutch & Control) AXLE, FROrfr NON- DRnnNG: (International 1- 12OSG) I -Seam Type, 12,000 -1b Capacity AXLE, REAR, SINGLE- (Dana Spicer S23 -170} Single Reduction, 23.0004b Capacity, With "R" Wheel Ends Gear Ratio: 8.14 CAB: Conventional TIRE, FRONT: (2) 11R22.5 AH12 (HANKOOK) 503 revlmile, load range H. 16 Ply TIRE, REAR: (4) 11822.5 AH12 (HANKOOK) 503 revlmile, load range H, 16 ply SUSPENSION. RR, SPRING, SINGLE:Vari -Rate; 23,500 -lb Capacity, With 45W lb Auxiiiary Rubber Spring PAINT: Cab Schematic 100GA Location 1: 9219, Winter White Chassis Schematic N/A Proposal: 211841 MAR -28 -2007 12:15 FROM:WJPAPGAM 7709633083 TO:18778263710305696640P.3 INT.iERNATIONAL• yohiclo Apoaff[a-Vm Mesh 28,21W DUST SHIELDS, FRONT BRAKE 2008 4300 SBA 4X2 (MA025) M;N32500 Base s, `Model 4300 SBA 4X2 with 230.0 Wheelbase, 162:9 CA, end 96.0 Axle to Frame. 1570 TOW HOOK, FRONT (2) Inside Rail, Frame Mounted. 1 CAE FRAME;,RAILS Heat Treated Allay Steel (120,000 PSI Yleld);10.12V,x &5&;x 0.312" (257.2mm x 90.9mm STEERING GEAR (Sheppard M400) Power x S.Omm) -, 420.0' (10868mm) Maximum OAL 1 L1wI3 . BUMPER; FRO�i'I• Full Width, A wodyrwMIQ Steel; 0.142" M 1'#ti 11M. 08 _ iSA�L' CRO EMBER, RFC, AF (01) HEADLIGHTS ON W/WIPERS Headlights Will Automatically Turn on If Windshield Wipers s are turned on WHEiUB ASE : RANGE 198"( 505crn ).Thmugh and Including 26C("Wn) 2ADD AXL'E,'FRONT NON - DRIVING (international 1- 120SG) !-Beam Type, 12,000 -Ib CapedlY ` r �, FRONT, SPRING Parabok Taper Last 12,OC1" Ggpi W Wf h &=X At�sosder� t{�..f tkM, AIR Dual System for Straight Truck Rpplic+OWiO ' 4A7A AIR BRAKE ABS (Bendbt AndLodc Brake System) Full Vehicle Wheel Control System (4- Channeq 4EBS AIR DRYER (Sendix AD-9) With Heater 4JBG BRAKES, FRONT, AIR CAM S -Cam; 15.17'x 4.0"; Includes 20 Sq. In. MGM Long Stroke Brake Chambers BRAKES, REAR, AIR CAM 16.5"x 7.0"; Includes MGM TR3030 Long Stroke Brake Chamber and Heavy Duty ONCE Spring Actuated Parking Brake 4SBC AIR COMPRESSOR (Bendix•Tu+10 550)13.2 CFM Capacity 4WBX DUST SHIELDS, FRONT BRAKE 4VD.M. DUST SHIELDS, REAR BRAKE 5AAA STEERING COLUMN Stationary SCAL STEERING WHEEL 2-Spoke, 1S" Diem.; Black 5PSA STEERING GEAR (Sheppard M400) Power 78DS EXHAUST SYSTEM Single Horizontal, Aflertreah, ant Device, Frame Mounted Right Side, Under Cab, 8WPZ IndudwHorizontal Tallplpe,' Provides Clean CA Above Rail ELECTRICAL SYSTEM 42- Vott -,� Standa dl Equipment '85:18 CIGAR LIGHTER SGEJ ALTERNATOR (Laece-Neville OLHP2172VAHI Brush Type; 12 Volt 110 Amp: Capacity, Pad Mounted SHAB BODY'SUiLDERWIRING Back of Standard Cab at Left Frame or Under Extended or Crew Cab at Left Frame; Includes Scaled Gonnedors for Tall/Amber TurnfMarked BaclaplAocessory Power /Ground and Seated Connedor for StaplTurn SMEP BATTERY SYSTEM (International) Maintenance -Free (2) 12 -Volt 13000CA Total. GREY RADIO (Panasonic CQR -111) AM/FM, With Cassette Player, Includes Multiple Dual Cone Speakers 8WCL HORN, AIR Black, Single Trumpet, Air Solenoid Operated, Mounted Behind Bumper on Right Rail 8WGL WINDSHIELD WIPER SPD CONTROL Force Wipers to Slowest Intermittent Speed When Park Brake Set and Wipers Left on for a Predetermined Time 8WPB HEADLIGHTS Halogen; Composite Aero Design for Two Light System; Includes Daytime Running Lights BWPP ENGINE SHUTDOWN Automatic; With 30 Second Delay. With International Engines 8WPZ TEST EXTERIOR LIGHTS Pre -Trip Inspedlon will Cycle all Exterior Lamps Except Back -up lights SWRB HEADLIGHTS ON W/WIPERS Headlights Will Automatically Turn on If Windshield Wipers s are turned on Proposal: 2118 -01 16 FR—OM: 14 �.PWI Le 7709633093 yfwaftwffiaum 200,4300 SBA 4X2 (MA025) T0:18778263710313569664017.4 "MIM ' Low _41010 COOLANT LEVEL With Audible Alarm LL Volt on T, ALI Qr wf i _o_ r; 12NSG-�; - UNDER HOODfor-SoundAbaWment PAN%,S'US1Qund-AbxWnrYt PT-1 'Sr0:0ft;DWP 100, kW=wr'Co9L 1:2 Tone Paulted Black 11w ft 4-% Lsesi H" Omit Clem (Clutch & Control) DIESEL (InterritUonal hAsdoiforce D11 60 State, 245 HP 'b* TOMM Q 1400 RPM, 2WOtRPM Governed'Speed, # 2 Bell Housing 12TSY FAN DRIVE (8org-Warner IMS) Memo Scow On Type FEDERAL EMISSIONS for 2W4;,for International VT3W, DT468 and DT670 Engines 12UYE RADIATOR Aluminum; 2-Row, Crass Flow, over Urxler Systern, 717 Sqln Lowered, With 313 Sqln Charge Air Cooler. With In-Tank Transmission Cooler :12VBC AIR CLEANER Single Element 12VXT THROTTLE, HAND CONTROLEngine Speed Control; ElectronIci-StAlcrtary, Variable Speed; Mounted an Stiftfing Wheel 12M FEDERAL EMISSIONS 2007 for International MmForoe DT Engines (1314W 12VZA - ;ENGINE CONTROL, REMOTE MOUNTED Provision ibr, includes V&klg ruc aWy Sul' artrat.-Illactik—m. of PTO ConWw, Wfth ignition Swftch Control foe Interriatlonal post 2W7.Emiasim E*ctrodo Engines ENGINE IN,E Allow Higher Engino'OpgnotIng Temperature Range; Includes Nylon ;Surge Tank and, 15•psl. PresWq,.,Cap TRANSMISSION. AUTOMATIC (ALLISON 3000 RD$ P) 4th Generation Controls; Clow Ratio, 6-Speed, With OvenOve; On/Off Hwy; Includes Oil Level Sensor, Vft PTO Provfslm, Law Retarder, Vft 80,000.4b GVw 8 4cw MWG T RAN 'SMISSION: SHIFT CONTROL (ALLLSON)Pu"ultonTypr,'fbrAawWW&4000Series Traflorniselon 13WUCI., ALLISON SPARE INPUT /OUTPUT for Rugged Duty Berta (RDS); peneral Purpose Trudm, Construction 14AHB AXLE, REAR, SINGLE (Dana Spicer 823-170) Single Reduction, 23,0004b Capacity, With 'R" Wheel Ends 14VAH i SUSPENSION, RR,-SPRING,�SINGLEVarl-Rate; 23,500-Ib Capacity, Wfth45WIbAuxiliary Rubber Spring 14VVL-8 AXLE, REAR, LUBE (EmGerd 751W1.90) Synthetic 011; 30 thru 39.99 Pints ISSEN: FUEL TANK Top Draw; D Style, Steell 19" Deep, 70 U.S. Gal., 265 L Capacity, With Quick Connect OutIK Mounted Right Side, Under Cab CAB Conventional SEAT, PASSENGER Omit Item 16HaA GAUGE CLUSTER English With English Electronic Speedometer 1. P4.1 MaMhn,2W 3 Proposal: 2111"1 4 Propml: 2118-M t. &V 6js. RONT gnmmsuorm Lubricated 1,Altlemi :29V%A: WHEEL BEARING, FRONT, LUKE JEmGard WM SYMMO Oil : (2)'TIREFRONT 11R22.5 AH12 (HANKOOK) 503 MWMIK load range H 16 ply (4) TIRE,REAR 11822.5 AH12 [j."KOOKyW3 mv/Wie, load mW:H, %ply . kC8bZdVWTWdC10DGA Chassis schowdyfic WA Inc Hardee Brand 20 fL x 102, wWq dump body.per quoWftm Ruts Lmnis 3127107 TBEI, 4 Propml: 2118-M t. l'A ivisowc-pm 7709633083 IT0-197.7E3263,710305696640P.'6 rage 1 or I &LOwoft 6=1810dmcom] 817 AM, don 'One IRI mard W-A—M sides dr,b d"rh-A= "tailgate grlwr4l, twp 3/16n A. bar -Oldes Pic hoist Ip 'UP rn Wk -j,ps,'Int black. q" 4 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating Bt Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year $ 4,000 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep C Project expected to begin: X Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $6.75 per bin. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): $ - Justification, Rationale, or Recycling bins need to be replaced as they become worn, cracked Explanation of need to authorize or damaged. The bins must also be available for new residents and project request: people joining the recycling program IF DENIED, possible alternatives which No alternative moy be considered: 1 $ 4,000 Funding Request by Year & Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL SAN $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Source (2) - $ - Source (3) 1 - - $ - I I TOTAII $ 4,000 1 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Form FIN CAP1 Revised: Jan06 03129/0.7 THU 09:47 FAX L1001 1 k.� Fax Cover i �a.. } ' i Altn; E I r k {.Ie,� i tdl`ei ue I'• �at 6 �+j ii if,1r'r fi$ G p }{ r g ;Qlchelle Choo-Son Pages. 2 . Pif..il@• 3,0 �I i i kr (905) 451-4800 Date: 3/2912007 Subject: quote (A -1 Recycling Div.) (905) 451 -9949 Dear Carlos, (Contract Div.) Please find your quote attached for the recycling bins. Please call Toll free: me with any questions or to place an order. Thanks. 1(800) 777 -0979 Fax: Regards, (35} 451 -9977 Email: Michelle Choo -Son, ext..22 b. are Pleased10 ict-Div.) e!PI.We Thahkyou,for your inquiry for, our recycling contain. . I I'll I ' abon: �Frovle puwlth the folkewing.4infogn On 5 try terrns,,F.O.B. Miami Shoves, FL ,wry time is approximaWly 4 to 6 week(Oaft nrectipt of ord. er,and + ht= chafes: =n 10 ".0"'0 T Included Offiosdjngi*j b. NW—Any special r equirements1br extra at eels,otxpen ynjent Terms: Net 30 en sub; te -in so dollars and are oted v U -,, 4-d- ;gm,qu -Materia rfbf included; --raw rat '11, ff applicib I costs- Taxes, s fin FJeate', contact me with any questions. Zincerely,: Michelle Chao -Son Inside Sales Ext. 22 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LOGT /Public Works Project ADA Improvements Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal Effective date year FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 65,000 Project expected to begin: 15,000 15,000 npscrintien of Itemisl or Project: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with , Explanation of need to authorize Federally mandated ADA requierements. in addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: I- Funding Request by Year Ft Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) TOTAL $ 65,000 $ 65,000 $ 65,000 $ 65,000 $ 65,000 $ 325,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LOGT /Public Works Project ADA Improvements Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Del]Priority (1 -5); Program Prog Rating Submittal date Effective year Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 65,000 Project expected to begin: Q3: Apr -Jun I Q4: Jul -Sep Description of Item(s) or Project: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year Ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - I - I - - $ - TOTALI $ 65,000 1 $ 65,000 1 $ 65,000 $ 65,000 1 $ 65,000 $ 325,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP /Public Works Project Sealcoat and Restripe Public Works Yard 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 FY 2012 TOTAL CAP $ $ 00a Q1: Oct -Dec Q2: Jan-Mar Cost Estimate S 6,000 Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep $ 6,000 x 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 of need to authorize project request: Public Works yard has not been resurfaced since the 1989s. The surface needs to be seaicoated to preserve the existing asphalt. Restriping will provide an organized layout for vehicle parking. IF DENIED, possible alternatives which Continue with deteriorating surface may be considered: F Funding Request by Year ft Source 1 Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL CAP $ $ 00a $ $ - $ - $ 6,000 Source (2) - - - $ " Source (3) TOTALI $ $ $ - $ - $ - $ 6,000 Form FIN CAP1 Revised: Jan'06 3100 N.W. 7thAvenue Miartti, kladda 33127 Miami ................... (305) 633 -3883 Fort Lauderdide...... (954) 784 -7740 West Palm Beach.. (561) 744-o0199 Fort Myers............ (941) 43.7 -1333 Miami Fax............ (305) 6335850 Mimni - Tollfrec... (800) 842 -6813 Stmpin,g Quotation_ cusxal,R: Miami Shores % Illlage DATE: 03.26.07 LocAuom 10050 NE 2nd A' !G CONTACT, Carlos CrM STATE, ZIP: Miami Shores, Fl. 33138 PHONE: 305-795-2210 PROJECT; Public Works cotwnf -. MiamMDade FAY, 30.5.696.6402 QUOTED BY: Pamela Marmin Customer Approval Signs iture; Add aMuprutc Stato $ales Tax to the aR"— 0 6 ryas Priam em Vyuw order ie recei -red within 30 d3)m. Pod du; irtvoiom Alta II i »cur a Gf M—u charge of 1,.5 %per month. Me,chundin -cith n d ix to no Ault bfoam will he subject to a 20%r rcOmMng charge_ I UNIT vN1T PRICE UNIT P=E SY 6,000.00 r ffITEMDESCRIP'FION M 1�7m.t�e IM' A 4UOTAT10C4 (Gemmcnt ur iastmct++ 1t) Please sign and retum by fax. Purchaser order required to del wer material. SM TOTAL r SA.ESTAx LESS: DEPPSfr TOTAL �~ Add aMuprutc Stato $ales Tax to the aR"— 0 6 ryas Priam em Vyuw order ie recei -red within 30 d3)m. Pod du; irtvoiom Alta II i »cur a Gf M—u charge of 1,.5 %per month. Me,chundin -cith n d ix to no Ault bfoam will he subject to a 20%r rcOmMng charge_ MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP /Public Works Project Replace Foxtails Name: PROJECT STATUS Project rating It Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year i- Q1: Oct -Dec Q2: Jan -Mar Cost Estimate $ 10,000 Project expected to begin: Q3: Apr -Jun Q4: JukSep X Description of Item(s) or Project: Replace Foxtail Palms with new plant material Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Some of the foxtail palms are in decline and need to be replaced Explanation of need to authorize project request: IF DENIED, possible alternatives which Do not replace may be considered: Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL CAP ($ 10, 000 .,_$... - $ $ $ 10,000 Source (2) - - - - $ - Source (3) - - - $ - TOTAL $ $ $ - $ - $ - $ 10,000 Form FIN_CAP1 Revised: Jan'06 MAR-26 -07 10:40AM FROM -PALWO +2392834594 T -692 P -01/06 F -763 PALMCOTM, QUALITY PALMS P.O. Box 2198, Pine Island, FL 33945 Phase (239) 2834329 Fax (239) 2834594>, Email; sal@Malmca.com Website: www.ef iea.com Current Availability & Wholesale Price List 2007 post -its' Fax Note 7677 "a'% b Fax 'B IR PalmCo; The Place for Palmas! (239) 283 --1329 Freight not Included. Prices and ave'ilabillty are subject to duMe vgWVM notice. Page 1 of 5 MAR -26-07 10:40AM FROM -PALWO +2392834594 T -UR N.UZIUU r-(bJ Terms and Conditions Prices Prides listed are for the wholesale trades only, F.0-B. Pine Island, Florida. Prices and availability are subject to change without notice. No rash discounts will be allowed as it is our policy to mai lain attractive prices consistent with high quality stocK _arms Ali sales are subject to the terms and conditions prinwl on the reverse side of the invoice received upon delivery of pm ducts, which terms and conditions may be modified from time to time without notice. Copies of the ouvirent terms and conditions of sale may be obtained by railing our office. All dealers In agric ultuml products, who buy or handle such products from the Florida producers their $gents or representatives, on other than a cash currency basis, must be licensed and bonded. If noUicensed and bounded by the State of Florida, or not paying cash for purchases, compliance rnay.;.be obtained by contacting: Florida Department of Agrricuiltural S Consumer Services Division of Marketing, Bureau of Ucense & Bond Kayo Building, W- Tallahassee, PL 323994800 (850) 408,4101 Will Gall Orders Orders to be picked up at the nursery must be placed at least 48 hours in advance of desired pickup time. Larger truckload orders require longer nofics, depending on the season. Please inquire. Delive Shipping can be ,provided at rates established by our truckers. They all+ow.1 % hours to unload. Time exceeding 1'A hours will be billed to you at the current rate_ Please schedule your delivery accordingly to avoid demurrage. Non- Warraniy PalmGo provides no warranty expressed or Implied-as to the variety and, productivity of the plant material we sell. We will exercise great care to have plants true to name. No liability is assumed .by seliet.for.delay.or failure to ,doliver due to conditions or contingencies beyond our control. Liability in all instances is limited to the purchase prig_ Preliminary Lien Notice For the benefit of both landscape contractor and PalmCo, we will request information as to developer (owner.), general contractor and lender on all job sites where we provide material on credit. A material release will be issued upon full payment of account Your cooperation Is appreciated. Business Hours Our normal business hours are 8 AM to 5 PM (Eastern Time), Monday through Friday. We recommend that tours of the nursery be arranged by appointment only. Please allow at least two hours for tours. Weekend visits may be scheduled by advance notice. Palmca P.O. Box 3198, Pine Island, FL 33945 -2198 Phone. (239) 283 -1329 Fax (239) 2834594 Website: vy".palmco.com Email: satle , mc0.com P4]mCo: The Pace for Pglm! (239) 283 -1329 Freight not Included. Prlim.and avallaWrgy era "apt to change without notice. Rage 2 of 5 MlAR-26 -07 10:42AM FROM}- PALMICO +2392834594 T -692 P.05/06 F-i63 i 0.� fJ� 4 To. receive this infbrmetion vie emaii ,or fax, simply contact us With your updated information. For digital pictures of our material, please use the following options: Website: www aalmcy.cym (click on Gallery) E-me 1. s ie oalmc�.cl m TdIpphone: Palm�c:; pIace +for Palmy! C2) S -12 FroOt riot Incwded. Prices and aftlabW are subject to change "hca notice. Page 5 off B &;B PALMS RNWIftn —1 FOB P cc r1f�r r� � .Iw9Mi n Pam ter- Makica t Fan Palm $50/Each "FIELD C 4 ` ia4 ' i'r�8' S'1�30A u. . *A ated�pKUtt $1 `': ' OX Mw T- : ; _ 10A $161F7 `C)A .. 0'OA cugq l .+_O_ut'gf Stock '$201FT OA• BIM Ly !l,�j l�F1.A .i:l .. :.;�" ®r SMi. (F".4 y /A�yT. �IM�M'��/ � �Y7 1C7:t � 1y►/'1 -Ct ',.'kJi114 iy�I. xf� .:i�ik'� +: $��z > -. Ii7r�iJ!`!1 +tiF3iRlW AYW!g �1 � KU,, 5 His ' '13'- '1 "5'QA $36/FT"'OA "H, tls X15' $407 T:' A .. l j1l3y('- {Oy�Ay $451FTOKA in. -.'f;. - 8 He6ds 13' -15'OA $50IFT OA g Heads W -16 0A $55/F r OA 10 Heads 14'- 1510A $60 /FT OA 11 Heads '14'= '15'f]A $651FT CAA 12 Heads I 14'- 15'QA $7,01PT CIA To. receive this infbrmetion vie emaii ,or fax, simply contact us With your updated information. For digital pictures of our material, please use the following options: Website: www aalmcy.cym (click on Gallery) E-me 1. s ie oalmc�.cl m TdIpphone: Palm�c:; pIace +for Palmy! C2) S -12 FroOt riot Incwded. Prices and aftlabW are subject to change "hca notice. Page 5 off Miami Shores Village Capital Project by Department FY 2008 - 2012 Project Description Dept FY'10 Fund Source TOTAL: ALL DEPARTMENTS $ 1,379,650 Active kids Fitness Equipment Rec $ 46,250 CAP RECREATION $ 46,250 Upgrade five computers Lib $ 5,900 CAP LIBRARY $ 5,900 Reserves for Radio Infrastructure Replacement Pot $ 75,000 For POLICE $ 75,000 Resurface / Pave streets It alleys per program Repair / Replace broken /damaged sidewalks PW -St $ 150,000 LOGT PW -St 100,000 LOGT Stock supplies - sign manufacturing PW -St 61000 LOGT Stock supplies - parking bumpers (111 bumpers) PW -ST 2,000 LOGT ADA Improvements - continuing program PW -St 50,000 LOGT Repair / Replace damaged walls - Village wide PW -St 20,000 LOGT Tree replacement program - continuing PW -St 25,000 LOGT PW -Local Option Gas Tax - Streets $ 353,000 Replace Police Cars ( #4,3,3,3,3) Replace Chipper Truck (V -9661) Replace Pickup Truck (V -9764) Replace PW Van (V -2001) Replace Box Truck (V -9767) PW -FM PW -FM PW -FM PW -FM $ 91,500 90,000 28,000 29,000 FW FIM FLM FIM PW -FM 32,000 FW FLEET MAINTENANCE (F. 550) $ 270,500 Purchase recycling bins - continuing program Replace Loader (V -35) PW -San $ 4,000 SAN PW -San 130,000 SAN Replace International Truck (V -9553) PW -San 60,000 SAN Replace Trash Truck (V -0110) PW -San 80,000 SAN SAN --- - - - -- -- Replace Trash Trucic(V -2002) - - - -- PW -San -- 80,000 Replace Garbage Truck (V -3150) Replace International Truck (V- 9558) PW -San PW -San 200,000 60,000 SAN SAN SANITATION (F.405) $ 614,000 ADA Improvements - continuing program PW $ 15,000 CAP PW- Streets CAPITAL FUNDS $ 15,000 Source: Departmental Submissions Printed on 6/13/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Recreation Project Active Kids Fitness Equipment Name: PROJECT STATUS Project rating It 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 $ 46,250 Project expected to begin: x Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: Install outdoor fitness equipment that will improve the fitness of kids and adults. Project will include outdoor active equipment, safety surface, fence, gate and benches. This equipment will be located in the open space next to the Tennis Center Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Provide equipment that will improve strength, cardiovascular, of need to authorize project request: flexibility, balance and coordination. IF DENIED, possible alternatives which may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Gen /CAP $ $ 46,250 $ $ $ $ 46,250 Source (2) $ - Source (3) $ - TOTAL $ -_L$_ 46,250 1 $ - I $ - $ - $ 46,250 Form FIN_CAP1 Collated: 5/8/2007 MIAMI SHORES VILLAGE Capital Project Worksheet Fund / Department 1500 - 571.64000 Library Project Computer Upgrade II 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 Cost Estimate $ 5,900 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar 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 be Computers that are 6 years old and older - Gateway E 4200 and Dell replaced (Fixed Asset ID): Dimention 4500S Justification, Rationale, or Explanation As the compuiters get old � they become inrreasingly unable to 11 of need to authorize project request: support new programs and functions. The upgrade will enhance computer service and provide faster and more efficient access for our patrons and staff. IF DENIED, possible alternatives which Continue using old PCs which operate in a less efficient manner, may be considered: and repair when necessary. Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) 301 -1500 $ $ $ 5,900 $ $ $ 5,900 Source (2) - $ - Source (3) - - $ - TOTAL $ - $ - $ 5,900 1 $ - $ - $ 5,900 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Police Project Radio Infrastructure Replacement Name: PROJECT STATUS Project rating 1} 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 $ 75,000 1 Project expected to begin: Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Description of Item(s) or Project: This project will provide 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 Current radio system is approximately 15 years old and the of need to authorize project request: equipment manufacturer hs 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL 'Source (1) Cap Projects $ 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 5/9/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Logt /Public Works project paving for streets and Alleys Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Deferred Deleted (Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Abr Q3: Apr -.Jun Q4: Jd(,Sep Cost Estimate $ 175,0001 Project expected to begin: 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 Due to wear and tear, streets and alleys in the Village are in need Explanation of need to authorize of rehabilitation. This project enhances the overall appearance of project request: the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2004 FY 2010 FY 2011 FY 2012 TOTAL Logt $ 100,000 $ 125,000 $ 150,000 $ 175,000 $ 200,000 $ 750,000 Source (2) Source (3) _ _ $ _ TOTALI $ 100,000 $ 125,000 $ 150,000 $ 175,000 $ 200,000 $ 750,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating It 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.,00.0 Project expected to begin: X 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 Miami Shores Village has an extensive amount of broken and Explanation of need to authorize damaged sidewalks. Repairing damaged sidewalks reduces the project request: 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 li: Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 $ 500,000 Form FIN CAP1 Revised: Jan'06 _I � r= 4N is i• !+k` ` TQ•050:.. NE 2N1� AVEN[F� ` ` MIAMI1SHORE$, FL 33138 2382 Phone 305 795 -2207 Fax 305 756 -8972 !� ku :fix ;3'w�'t; .Sr.i {�'�':�r• ''�.��r'.±'- 's ',(., . . faYj _ P V R C:H -A t3,8 D R DkN'R P.O. ' Nxr�w Ek fY16. 8 '" P2ice 1 order Date .1- 0/24/2006 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 7$6 326 -4041 Fax 305 229 -0446 . coo- C= �app���aaa===== CCCCO��x=== COOC�a�=== �COCC== vCx- OC��7CaC-= ��CC�CC== aCODCOc Item No. Qty Received Line Item Description (Unit Price I -Units I Qty Ordered 19ty Open 0001 1.0000 100000.000 P015836 -16618 RELIABLE CONCRETE 10119106 100000.000 OPEN PURCHASE ORDER FOR THE REPAIR /REPLACEMENT Off' SIDEWALKS x35 -1210- 541 -52200 Other Operating Costs i Order.;INotes : PO 15836 -16618 IDBW:A11jK.S ; CU BS , AND G=TER.S VILLAGE WIDE. �S 'w KAY PUNCHED BY GLORIA- Auth rized Signatur fe,ISSI?e_ Authorized signature Order Order Total 100000.00 /2 -12 -od Authorized Signature smaom S I -lend F dgd -n 10 S3aOHS I Wd I W 80:60 900Zib T iZ Z Mar 10 2007 3:15PM HP LRSERJET FRX RELIABLE CONCRETE CORP. 1101 SW 18 Court Ft Lauderdale FI 33315 Phone 786-328 -4041 Fax 954 -828 -1362 INVOICE 3!512007 ATTENTION: mr.4MM11 Q11liano Public Works plvlsicn - Miami Shores Village 1060 NE 2nd Avenue - Mlarr l Shores FI 33138 Fax 306$96.8402 P.1 'FLAGS LOCATION WLAGS S.F. UNIT PRICE $ TOTAL $ 9.9 Street 4th Avenue Rd 55 1375 5 $ 6.875.00 9805 NE 4th Avenue Rd 8 200 5 $ 1.000.00 9811 NE 4th Avenue Rd 9 225 5 $ 1,125.00 9819 NE 4th Avenue Rd 2 50 5 $ 250.00 9825 NE 4th Avenue Rd 2 50 5 $ 250.OD 97.01 NE 4th Avenue Rd 8 200 5 $ 1.00.0.00 434 Grand Concourse 10 250 5 $ 1,250.00 430 Grand Concourse 4 100 5 $ 500.00 426 Grand Concourse 2 50 5 $ 250.00 420 Grand Concourse 3 - 75 5 $ 375.00 464 Grand Concourse 8 200 5 $ 1,000.04 { 438 Grand, Concourse 6 150 5 $ 750.00 452 Grand Concourse 4 100 5 $ 500.00 9860 NE 51h Avenue Road 21 525 5 . S 2._625.00 9701 NE 5th Avenue Road 3 75 5 >i 375.00 GRAND TOTALI 145 3625 b 18,125.00 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Sign Material Name: I PROJECT STATUS I Project rating 1t Affect Year(s) I Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Program Program Rating date Effective year FY 2011 FY 2012 i TOTAL LOGT Q1: Oct =Dec Q2: Jan -Mar Q3: Apr -Jun Gost Estimate $ 6;000 Project expected to begin: x Q4: Jul -Sep $ 6,000 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 of need to authorize project request: By maintaining an inventory of sign material, it allows us to rESpoi d yuickiy tv damaged /mi.°,.riins /vinrn tr�ff r 3i?l^� IF DENIED, possible alternatives which Wait for another agency to replace may be considered: F- Funding Request by Year It Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 i TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Source (2) - - Source (3) - $ ' TOTAL $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 6,000 1 $ 30,000 Form FIN CAP1 Revised: Jan'06 iJ Shores Village 0 0 NE 2ND •AVENUE ' . IAMI SHORES, FL 33138 2382 aone 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 U. R C H A S E 0 -R D 3 R P.O. Number 0000008409 Page 1 Order Date Ordered By Terms FOB Ship Via Ship To: 11/23'/2004 mod Net due 30 days Item No. Qty Received ine Item Description Unit Price Units I Qty Ordered jQty Open 001, 1.0000 5000.000 MISCELLANEOUS SIGN SUPPLIES 5000.000 301 - 1202 -541 -64000 Capital: Machinery/ Equipment (PW- Streets). 'er_ Notds: 1 Proeject 4015 FY05 J. r Order Total 5000.00 x�6 111-rsh6 -I Autnorized Seiqnature Au o sized Signature Authorized Signature MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Name: Parking Bumpers 1 PROJECT STATUS I Project rating Et Affect Year(s) t Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year FY 2012 TOTAL LOGT $ 2,000 $ 2,000 Q1: Oct-Dec Q2: Jan -Mar Cost Estimate $ 2#POQ TP roject expected to begin: X Q3: Apr -Jun Q4: J.u14ep $ 10,000 Source (2) 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 Inventory is needed to replace concrete bumpers in parking areas Explanation of need to authorize throughout the Village. This maintains the appearance of Village project request: parking areas and reduces dangerous situations with damaged bumpers. IF DENIED, possible alternatives which Do not replace damaged parking bumpers. may be considered: i Funding Request by Year ri Source I Funding Source FY 2008 FY 20.09 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 22000 $ 10,000 Source (2) $ Source (3) " $ - TOTAL $ 2,000 1 $ 2,000 1 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Form FIN CAN Revised: Jan'06 $2,000 will provide gas with 111 parking bumpers at $17.99 each From: Cynthla Thompson To: Canoe Date: 3128=07 Tlme: 9:608 AM Page 1 of 1 Saar -Seal of Florida, Inc. 2740 N. V. 55x1 Court Ft. Lauderdale, Fl. 33309 Tot (9:54) 484- K8402 F= (954) 733=4798 MESSAGE: 03129107 Good Morning Carlos, Thank -you for the opportunity to quote you on the following 6' Concrete Car Stop with 2 Rebar Pins - $17,99 each. FOB - Star -Seal of Florida, Inc. Thank -you for your time and considerations, President www, stars ealfl, corn cindy@starsealfl,com MIAMI SHORES VILLAGE Capital Project Worksheet FY 20D8 - 2012 `Fund / Department CAP -LOGT /Public Works Project ADA Improvements 1 Name: 1 I PROJECT STATUS ( Project rating ft 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 Zost Estimate $ 654000 Project expected to begin: Q4: Ju14ep vaz'c:r iptau" yr iyemisy or r•rojeci: ;.ontmue wren AUA ramps ana Improvements to Village intersections and Facilities. cription or ID of Original Asset to N/A replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year Ft Source Funding Source FY 2008 I FY 2009 I FY 2010 I FY 2011 I FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ CAP 15,000 15,000 15,000 Source (3) - TOTAL $ 65;000 $ 65,000 $ 65,000-1 $ Form FIN_CAP1 50,000 $ 50,000 $ 250,000 15,000 15,000 $ 75,000 65,000 $ 65,000 $ 325,000 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT / Public Works Project Damage Wall Replacement Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Effective Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $100,000 Project expected to begin: x Description of Item(s) or Project: Replacement of damaged walls throughout the Village. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation Various wall locations around the Village are in need of attention of need to authorize project request: for repair and / or replacement IF DENIED, possible alternatives which Continue with existing wall appearance. may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 10,000 $ 15,000 $ 20,000 $ 25,000 $ 30,000 $ 100, 000 Source (2) - - - $ _ Source (3) . _ $ _ TOTALI $ 10,000 1 $ 15,000 1 $ 20,000 1 $ 25,000 1 $ 30,000 1 $ 100,000 Form FIN_CAP1 Revised 5/8/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Tree Replacement Name: PROJECT STATUS Project rating D Affect Year(t) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct"Dec QZ: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 25,000 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 Diseased and non - native trees need to be replaced in order to Explanation of need to authorize maintain the appearance of Village swales and streets. A lush project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 25,000 $ 15,000 $ 15,000,_$ _952_000 Source (2) - - - $ - Source (3) TOTALI $ 25,000 $ 15,000 $ 25, 000 $ 15,000 $ 15,000 $ 5 00 Form FIN CAN Revised: Jan'06 03/28/2007 WED 7;57 FAX 352 429 5901 MARIAN FARMS 2001 /001 $15,000 will provide 88 trees at $170 each. $10,000 will provide 42 trees at $235 each. MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Police Vehicles 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 $ 9.1,50.0 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 at 30,500 per vehicle. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or These police vehicles will have met their life expectancv and will Explanation of need to authorize need to be replaced. project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ - $ $ 91,500 $ $ - $ 91,500 Source (2) - - - - $ - SOUrce (a.) - - $ - TOTAL $ - $ - $ 91,500 1 $ - $ - $ 91x500 Form FIN_CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replace Chipper Truck V -9661 Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Effective Program Rating date 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 This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ $ - $ 90,000 $ - $ - $ 90,000 Source (2) - $ " Source (3) - - $ " TOTAL $ - $ -is 90,000 1 $ - $ - $ 90,000 Form FIN—CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Replacement of Pickup V9764 Name: PROJECT STATUS Project rating & Affect Year(t) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan4ar Q3.: Apr -Jun Q4: JuloSep +Cost Estimate $ 28,0.00 Project expected to begin: 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 This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced project request: IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year ii: Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Source (1) $ - $ $ 28,000 $ - $ - $ 28,000 Source (2) - Source (3) - TOTAL $ - $ - $ 28,000 $ - $ - $ 28,000 Form FIN—CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Funding Request by Year Et Source Funding Source Project Replacement of Public Works Van - Fund /Department Fleet /Public Works Name: V2001 PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program. Program Program Rating date year $ - Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q* Jul -Sep Cost Estimate $ 290.00 Project expected to begin: Description of Item(s) or Project: Replacement of Public Works Van V2001 Description or ID of Original Asset to V- 2001(2000) be replaced (Fixed Asset ID): Justification, Rationale, or This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues. Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 1 FY 2012 TOTAL Fleet $ - $ $ 29,E $ - S - $ 29,000 Source (2) - Source (3) TOTAL $ - $ - $ 7-9,000 $ - $ - $ 29,000 Form FIN_CAP1 Revised: Jan06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works project Replace Box Truck- V9767 Name: I PROJECT STATUS I Project rating ft Affect Year(s) I Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year FY 2012 TOTAL Fleet $ - $ Q1: Oct =Dec Q2: Jan -Mar Cost Estimate $ 32;001) . Project expected to begin: Q3: Apr -Jun Q4: Jul -Sep $ 32,000 Source (2) Description of Item(s) or Project: Replace box truck V9767 Description or ID of Original Asset to V9767 (1997) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: This vehicle 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: Fundinst Request by Year Et Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ - $ $ 32,000 $ - $ $ 32,000 Source (2) $ - Source (3) ° - - - $ - TOTAL $ - $ - $ 32,000 $ - $ - $ 32,000 Form FIN_CAP1 :'4w Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Recycle Bins Fund / Department artment SAN /Public Works Name: Project Rec y PROJECT STATUS Project rating It Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan-M r Q3: Apr -Jun. Q4: JUI -Sep Cost Estimate $ 4,0.00 Project ex.,pected to begin: X Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $6.75 per bin (2007 pricing). Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Recycling bins need to be replaced as they become worn, cracked Explanation of need to authorize or damaged. The bins must also be available for new residents and project request: people joining the recycling program IF DENIED, possible alternatives which No alternative may be considered: Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL SAN $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 4,000 $ 20,000 Source (2) - - $ - Source (3) - 1 $ TOTAL $ 4,000 $ 4,000 $ 4,000 $ 4,0.00 $ 4,000 $ 20,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department SAN /Public Works Project Loader V -35 Name: PROJECT STATUS N Project rafting Et Affect Year(t) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal date Effective year FY 2012 TOTAL Fleet $ $ Q1: Oct -Dec Q2: Jan -Mar Zost Estimate $ 130;,0:00 J.Project expected to begin: Q3: Apr -Jun I Q4: Jui -Sep $ 130,000 Source (2) 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 of need to authorize project request: This unit will have met its life expectancy and will need to be replaced IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues I Funding Request by Year Et Source ( Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ $ $ 130,000 $ - $ - $ 130,000 Source (2) - - - $ - Source (3) - - - $ - TOTAL $ - $ - $ 130,000 $ - $ - $ 130,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2007 - 2011 Fund / Department SAN /Public Works project Name: International Truck V -9553 PROJECT STATUS I Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted (Priority (1 -5); Program Rating Submittal date Effective year E,ZostEstimate $ 60.;000 Project expected to begin: Q1: Oct -Dec Q2: Jan-Mar Q3: Apr -Jun Q4: Jul =Sep Description of Items) or Project: rngn side Intemational truCK v =yoo.s Description or ID of Original Asset to V -9553 (1995) be replaced (Fixed .d Asset ID): Justification, Rationale, or This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. project request: IF DENIED, possible alternatives which To continue using an old vehicle Will lead to high maintenance may be considered: costs and have reliability issues Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ $ $ 60,000 $ 60,000 Source (2) - $ - Source (3) 1 $ TOTAL $ - $ - $ 60,000 1 $ - $ - $ 60,000 Form FIN CAP1 Revised: Jan'00 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department San /Public Works Project Replacement of Trash Truck V =0110 Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Delete- 'Priority (1 -5); Program Rating Submittal Effective date year Cost Estimate $ 80;000 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mari Q3: Apr -Jun Q4: Jul -Sep Description of Iteni(s) or Project: Replacement of trash truck V -0110 1 11 Description or ID of Original Asset to V-0110(2001) be replaced (Fixed Asset ID): Justification. Rationale. or This vehicle is used 5 days a week- 52 weeks a year and is essential Explanation of need to authorize to our trash operation. It will have met its life expectancy and will project request: need to be replaced. IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability isssues. may be considered: Funding Request by Year .Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL San $ - $ $ 80,000 $ $ $ 80,000 Source (2) - Source (3) - TOTAL $ - $ - $ 80,000 $ - $ - $ 80,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department San /Public Works Project Replacement of Trash Truck V -2002 I Name: PROJECT STATUS I Project rating ft Affect Year(s) I Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Program Rating Submittal date Effective year post Estimate $ 80,000 Project expected to begin: Q1: Oct -.Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep )ition of Item(s) or Project: Replacement of trash truck V =0110 Description or ID of Original Asset to V -2002 (2000) be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: This vehicle is used 5 days a week, 52 weeks a year and is essential 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 ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL San $ $ - $ 80,000 $ $ $ 80,000 Source (2) - - - _ $ - Source (3) - $ TOTALI $ - $ - $ 80,000 $ - $ - $ 80,000 Form FIN CAP1 Revised: Jan'06 MIAMI SNORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department San /Public Works Project Replace Garbage Truck 3150 Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Effective Program Rating date year Cost Estimate $ 200,00.0 Project expected to begin: Q1: Oct-Dec Q2: Jan -Mar Q3: Apr -Jun Q* Jul -Sep Description of Item(s) or Projett: 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 Vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced. 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 13 Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL San $ $ $ 200,000 $ - $ $ 200,000 Source (2) - - $ - Source (3) - - - - $ - TOTAL $ - $ - $ 200,000 $ - $ - $ 200,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Departm*nt LOGT /Public Works Project International Truck V -9558 Name: PROJECT STATUS Existing Pr 'ogram Deferred Program Im rovement New Program Program Project rating R Affect Year(s) Deleted ��Priority (1-5);� Submittal Effective Program Ratin g date year Q1: Oct =Dec I Q2: Jan -Mar I Q3: Apr-Jun I Q4: Jul -Sep Estimate $ 60,000 1 Project expected to begin: :ription of Item,(s) or Project: Low side International truck V -9558 Description or ID of Orl,Sinai Asset to V -95Dti (79voJ be replaced (Fixed Asse t ID): Justification, Rationale, or Explanation of need to auth orize project request: This vehicle will have met its life expectancy and will need to be replaced. IF DENIED, possible alternatives Which Io continue using an oia vernue Wilt Mau LU 111 -511 111a11M.,.u.9" may be considered: costs and have reliability issues Funding Source Fleet $ Source (2) Source (3) TOTALI S Funding Request by , wear Ft Source 2008 FY 2009 FY 1.'010 FY 2011 $ $ 60, (A -M $ FY 2012 TOTAL $ - $ 60,000 $ - $ 60,000 Revised: Jan'06 Form FIN_CAP1 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LO.GT /Public Works PROJECT STATUS Existing Program I Deferred Program Improvementl New Program I Program Project Name: ADA Improvem(ants Project rating-Et Affect Year(s) Deleted IlPriority (1 -5);� SubmitUil I Effective Program IIl Rating date year Q1: Oct -Dec Q2: Jan,Mar Q3: Apr -:Jun Q4: Jul -Sep Cost Estimate $ 65_,000 Project expected to begin: Description of item(s) or Project: Continue with ADA ramps and improvements to Wiliage intersections and Facilities. cription or ID of Original Asset to N/A replaced (Fixed Asset ID): JustItIcation, Rationale, or Explanation of need to authorize project request: vuiiub must oe avaname to enable The Village to comply with Federally mandated ADA requierements. In addition, funds are required to continue installing ADA ramF,s at intersections, for wheelchair residents are able to travel I through the village. IF DENIEb, possible alternatives which Make no improvement may be considered: Funding Source LOGT CAP Source (3) TOT Form FIN_CAP1 Funding Request Year $ Source FY 2008 T FY 200 Y FY 2010 FY 2011 $ 50,000 1 $ Y 0,000 1 50,000 $ 50,000 $ 15,000 15,000 65,00.0. 15 15,000 Revised: Jan'06 $ 65,000 i 65,000 $ 65.000 C" FY 2012 TOTAL 50,000 $ 250,000 15,000 $ 75,000 65,00.0. $ 325,000 Revised: Jan'06 Miami Shores Village Capital Project by Department FY 2008 - 2012 Project Description Dept FY'11 Fund Source TOTAL: ALL DEPARTMENTS $ 979,000 Resurface / Pave streets Ft alleys per program pW -St $ 175,000 LOGT Repair / Replace broken /damaged sidewalks PW -St 100,000 LOGT 'Stock supplies - sign manufacturing PW -St 6,000 LOGT Stock supplies - parking bumpers (111 bumpers) PW -ST 2,000 LOGT ADA Improvements - continuing program PW -St 50,000 LOGT Repair / Replace damaged walls - Village wide PW -St 25,000 LOGT 'Tree replacement program - continuing PW -St 25,000 LOGT Replace Toro Lawn Mower (V -180) PW -St 26,000 LOGT PW -Local Option Gas Tax - Streets $ 409,000 Replace Police Cars ( #4,3,3,3,3) PW -FM $ 93,000 FIM Replace Bucket Truck (V -9920) PW -FM 120,000 FIM Replace Police Chief Vehicle (V -0301) PW -FM 31,000 FIM Replace Pickup (V -9768) pW -FM 27,000 FIM FLEET MAINTENANCE (F. 550) $ 271,000 Purchase recycling bins - continuing program Replace Garbage Truck (V -4148) PW -San $ 4,000 SAN PW -San 230,000 SAN SANITATION (F.405) $ 234,000 ADA Improvements - continuing program pW $ 15,000 CAP Replace Office Trailer PW 50,000 CAP PW- Streets CAPITAL FUNDS I $ 65,000 Source: Departmental Submissions Printed on 6/13/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Logt /Public Works Project Paving for streets and Alleys Name: PROJECT STATUS Project rating Bt Affect Year(s) Existing Program Deferred Deleted Priority(1 -5);, Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun 0.4: Jul =Sep Cost Estimate $ 20Q;00.0 Project expected to begin: X OIL 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 Due to wear and tear, streets and alleys in the Village are in need Explanation of need to authorize of rehabilitation. This project enhances the overall appearance of project request: the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets may be considered: Funding Request by Year Ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Logt $ 100,000 $ 125,000 $ 150,000 $ 175,000 $ 200,000 $ 750,000 Source (2) - - $ - Source (3) - $ - TOTAL $ 100,000 $ 125,000 $ 150,000 $ 175,000 $ 200,000 $ 750,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 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); Program Rating Submittal Effective date year ;post Estimate $ 100.,000 Project expected to begin: Q1: Oct -Dec Q2: JawMar Q3: Apr -Jun Q4: J.ul -Sep X 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 Miami Shores Village has an extensive amount of broken and Explanation of need to authorize damaged sidewalks. Repairing damaged sidewalks reduces the project request: 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 Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 100,000. $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - - $ Source (3) - - - - $ TOTAL $ 100,000 I $ 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 200$ - 2012 Fund / Department LOGT /Public Works Project Sign Material Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program Priority (1 -5); Submittal Rating date Effective year Cost Estimate $ 6;000,,. Project expected to begin: Q1: Oct -Dec � Q2: Jan -Mar Q9: Apr -Jun Q4: Jul -Sep x 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 By maintaining an inventory of sign material, it allows us to —7 Explanation of need to authorize respond quickly to damaged /missing /worn traffic signs. project request: IF DENIED, possible alternatives which Wait for another agency to replace may be considered: Funding Request by Year li Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 $ 30,000 Form FIN CAPS Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGE /Public Works Project Parking Bumpers Name: I 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 TOJL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 Cost Estimate $ 2;000, Project expected to. begin: Q1: Oct =Dec Q2: Jan=Nlar' Q3: Apr -Jun Q4: Jul -rSep K - Description of Items) 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 Inventory is needed to replace concrete bumpers in parking areas Explanation of need to authorize throughout the Village. This maintains the appearance of Village project request: parking areas and reduces dangerous situations with damaged bumpers. IF DENIED, possible alternatives which Do not replace damaged parking bumpers. may be considered: I Fundins Request by Year Ft Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOJL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 1 Source (2) - - - $ Source (3) - - $ TOTAL $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 1 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LO.GT /Public Works Project ADA Improvements Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Ju1 45ep Cost Estimate $ 65,y000 Project expeated.to begin: Description of Iteni(s) or Project: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year it Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - I - - I I $ - TOTALI $ 65;000 1 $ 65,000 1 $ 65,000 $ 65,000 1 $ 65,000 1 $ 325,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Tree Replacement Name: PROJECT STATUS Project rating 8t Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted IPriority (1 -5); Submittal Program Rating date Effective year A Lulu-lull Cost Estimate $ 25;000 Project expected to begin: Q1: Oct =Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul4ep 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 Diseased and non=native trees need to be replaced in order to Explanation of need to authorize maintain the appearance of Village swales and streets. A lush project request: 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 tt Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 15;000 $ 25,000 $ 15,000 $ "95 , 000 Source (2) - - $ - Source (3) - - - $ TOTALI $ 25,000 1 $ 15;000 1 $ 15,000 1 $ 25,000 $ 15,000 1 $ g5 000 Form FIN—CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Replacement Fund /Department LOGT /Public Works Name: Project Tree Re p PROJECT STATUS Project rating ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5), Submittal Effective Program Improvement New Program Program Program Rating date year TOTAL Q1: Oct -Dec Q2: Jan -Mar Q3: Apt-Jun I Q4: Jul -Sep Cost Estimate $ 25,0.00 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): Source (2) Justification, Rationale, or Diseased and non - native trees need to be replaced in order to Explanation of need to authorize maintain the appearance of Village swales and streets. A lush project request: canopy of green is an enhancement to property values in the Source (3) Village IF DENIED, possible alternatives which Do not replace trees may be considered: Funding Request by Year I* Source Funding Source FY 2008 FY 2009 FY 201D FY 2011 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 15,000 $ 25,000 $ 151000 $ 95,000 Source (2) - - - $ " Source (3) - - $ TOTALI $ 25,000 1 $ 15,000 $ 15,000 $ 25,0001 $ 15,000 5 95,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 (Fund / Department LOGT /Public Works Project V180- Replace Toro Lawn Mower Name: I PROJECT STATUS Project rating .& Affect Year(s) I Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year FY 2012 TOTAL LOGT $ - $ - =Estimate $ 26,000: Project expected to begin: Q1: Oct =Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep $ 26,000 Source (2) Description of Items) or Project: Replace Toro Lawn Mower- Reelmaster 3100D with same model. Description or ID of Original Asset to V180 Reelmaster 3100D (2003) be replaced (Fixed Asset ID): Justification, Rationale, or Lawn Mower will have met its life expectancy Explanation of need to authorize project request: IIF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues may be considered: Funding Request by Year & Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ - $ - $ $ 26,000 $ - $ 26,000 Source (2) - - - $ - Source (3) - - - $ - TOTAL $ - $ - $ - $ 26,000 $ - $ 26,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 F Project Police Vehicles Fund /Department Fleet /Public Works Name: PROJECT STATUS Project rating D Affect Year(t) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year 01: Oct -Dec Q2: Jan =Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 93)00:0 Project expected to begin: Description of ltem(s) or Project: 3 Police vehicles that have reached at least 75,000 miles at 31,000 per vehicle. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or These police vehicles will have met their life expectancy and will Explanation of need to authorize need to be replaced. project request: 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 I} Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ - $ - $ $ 93,000 $ $ 93,000 Source (2) - - - $ - Source (3) - $ - TOTAL $ - $ - $ - $ 93,000 $ - $ 93,000 Form FIN—CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Bucket Truck V -9920 Name: PROJECT STATUS Project rating R Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Effective Program Rating date year Cost Estimate $ 120.,0:00. 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 This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced project request: IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ - $ $ $ 120.000 $ - $ 120,000 Source (2) - - - - $ - Source (3) - - - - $ - TOTAL $ __7__[$ - $ 1 $ 120,000 $ - $ 120,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Chiefs police Car V0301 Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -.Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 31,000. Project expected to begin: Description of ltern(s) or Project: Replacement of Chiefs police car Description or ID of Original Asset to V -0301 (2003) be replaced (Fixed Asset ID): Justification, Rationale, or This police vehicle will have met its life expectancy and will need Explanation of need to authorize to be replaced project request: IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ - $ - $ $ 31,000 $ $ 31,000 Source (2) - $ - Source (3) - $ TOTAL $ - $ - $ - $ 31,000 $ - $ 31,000 Form FIN_CAP1 Revised: Jan06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Fleet /Public Works Project Name: Replace Pickup V -9768 PROJECT STATUS I Project rating A Affect Year(s) I Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Effective Program Rating date year FY 2011 FY 2012 TOTAL Fleet $ - $ - $ Qi: Oet -D.ec Q2: Jan -Mar Q3: AprtiJun Q4: J.ul =Sep. cost Estimate $ 27;000. Project expected to bggin: $ 27,000 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 Vehicle will have met its life expectancy and it will need to be I Explanation of need to authorize replaced project request: IF DENIED, possible alternatives which Continue with increased maintenance costs and reliability issues ,mav be considered: Funding Request by Year ft Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Fleet $ - $ - $ $ 27,000 $ - $ 27,000 Source (2) - - - $ - Source (3) - - - - $ - TOTAL $ - $ - $ - $ 27,000 1 $ - 1 $ 27,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Effective Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: JtkSep Cost Estimate $ 4,000.., Proaect expected to begin: Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $6.75 per bin (2007 pricing). Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Recycling bins need to be replaced as they become worn, cracked Explanation of need to authorize or damaged. The bins must also be available for new residents and project request: people joining the recycling program IF DENIED, possible alternatives which No alternative may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 1 $ 4,000 $ 4,000 $ 20,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department SAN /Public Works Project Replacement of Garbage Truck V-4148 FY 2009 Name: PROJECT STATUS Project rating & Affect Yeae(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program X Improvement New Program Program Program Rating date year MID-lull - Q1: O.ct =Dec Q2: JawMar Q3: Apr•Jun Q4: Jul4Sep most Estimate $ 330,000 Prgject:expected to begin: Description of Items) 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 This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced project request: $ - IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 SAN $ $ - $ - $ 230,000 $ Source (2) - - - U230,000 Source (3) - - TOTAL $ - $ - $ - $ 230,000 $ - Form FIN—CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 ,Fund / Department CAP -LOGT /Public Works Project ADA Improvements I Name: I PROJECT STATUS I Project rating Et Affect Year(s) I Existing Program Program Improvement New Program Deferred Program Deleted Priority (1 -5); Submittal Program Rating date Effective year FY 2012 $ 50,000 TOTAL $ 250;000 CAP 15,000 15,000 Cost Estimate $ 65,0.00 Project expected to begin: Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep $ 75,000 Source (3) no.e-rynti�n of itPm1r1 nr Proiect: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be, replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Funds must be available to enable The Village to comply with Federally mandated ADA requierements. In addition, funds are required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year a Source Funding Source LOGT FY 2008 $ 50,000 FY 2009 $ 50,000 FY 2010 $ 50,000 FY 2011 $ 50,000 FY 2012 $ 50,000 TOTAL $ 250;000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - - " $ ' TOTAL $ 65,000 $ 65,000 i $ 65,000 $ 65,000 1 $ 65,000 $ 325,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP /Public Works Project Name: Replace Office Trailer I PROJECT STATUS I Project rating & Affect Year($) 1 Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Program Program Rating Submittal Effective date year FY 2011 FY 2012 TOTAL LOGT Q1: Oct =Dec Q2: Jan -Mar 'Zost Estimate $ 50;000. Project .expected to begin: I Q3: Apr -Jun Q4: JU14ep $ Description of Item(s) or Project: Office trailer replaicement Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Current trailer shows signs of decay, it needs to be replaced soon. IF DENIED, possible alternatives which Continue with current trailer may be considered: F Funding Request by Year ft Source ( Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ $ - $ $ 50,000 $ - S 50,000 Source (2) - - - $ ' Source (3) - - - - $ ' TOTALI $ - $ - $ - $ 50,000 $ - $ 50,000 Form FIN CAP1 Revised: Jan06 Miami Shores Village Capital Project by Department FY 2008 - 2012 Project Description Dept FYA 2 Fund Source TOTAL: ALL DEPARTMENTS $ 8,894,650 New Community Center Rec $ 8,000,000 GOB RECREATION $ 8,000,000 Resurface / Pave streets R alleys per program Repair / Replace broken /damaged sidewalks PW -St $ 200,000 LOGT PW -St 100,000 LOGT 'Stock supplies - sign manufacturing PW -St 6,000 LOGT Stock supplies parking bumpers (111 bumpers) PW -ST 2,000 LOGT ADA Improvements - continuing program PW -St 50,000 LOGT Repair Replace damaged walls - Village wide PW -St 30,000 LOGT Tree replacement program - continuing PW -St 25,000 LOGT PW -Local Option Gas Tax - Streets $ 413,000 Replace Police Cars ( #4,3,3,3,3) PW-FM Replace Toro Workman (V172) PW -St $ 97,650 FlM 15,000 FlM FLEET MAINTENANCE (F. 550) $ 112,650 Purchase recycling bins - continuing program Replace Trash Grabber (V -161) ' Replace Recycle Truck (V -0457) PW -San $ 4,000 SAN SAN PW -San 120,000 PW -San 230,000 SAN SANITATION (F.405) $ 354,000 ADA Improvements - continuing program PW $ 15,000 CAP PW- Streets CAPITAL FUNDS $ 15,000 Source: Departmental Submissions Printed on 6/13/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Recreation Project New Community Center Name: PROJECT STATUS Project rating li Affect Year(s) Existing Program Program Improvement New Program Deferred Program Priority Deleted (1 -5); Program I Rating Submittal date Effective year x Cost Estimate $ 8,000,000 1 Project expected to begin: Q1: Oct -Dec i2: Jan -M Q3: Apr -Jun Q4: Jul -Sep x l Description of Item(s) or Project: Build a new multipurpose community center that will include class rooms, exercise / fitness area, indoor gymnasium, computer lab and other related activities. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of Village has outgrown the current community center. A new need to authorize project request: 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 It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL GO Bond $ $ $ $ $ 8,000,000 $ 8,000,000 Source (2) - $ - Source (3) - - $ - TOTAL $ - $ - $ - $ - $ 8,000,000 $ 8,000,000 Form FIN CAN Collated: 5/8/2007 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department Logt /Public Works Project Name: Paving for streets and Alleys PROJECT STATUS Project rating f3 Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Priority (1.5); Program Rating Submittal date Effective year TOTAL Logt $ 1007000 $ 125,000 $ 150,000 $ 175,000 Cost Estimate $ 150,000 Project expected to begin: Q1: Oct -Dec 0-2: Jan•Mar Q3: Apr -Jun Q4: Jul-Sep X - ' Description of Item(s) or Project: Resurface streets and alleys throughout the vittage Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Explanation of need to authorize project request: Due to wear and tear, streets and alleys in the Village are in need of rehabilitation. This project enhances the overall appearance of the Village. IF DENIED, possible alternatives which Do not repair /Maintain streets may be considered: Fundinst Request by Year It Source I Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL Logt $ 1007000 $ 125,000 $ 150,000 $ 175,000 $ 200,000 $ 750,000 Source (2) - - - ' - $ - Source (3) - - - ' $ - TOTAL $ 100,000 $ 125,000 $ 150,000 $ 175,000 $ 200,000 $ 750,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating Et Affect Years) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) 1 Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 10.00000 Project expected to begin: X Source (3) 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): $ 100,000 Justification, Rationale, or Miami Shores Village has an extensive amount of broken and Explanation 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 1 $ 500,000 enhance the appearance of the Village. IF DENIED, possible alternatives Which Do not repair/ Replace Sidewalks may be considered: Funding Request by Year £t Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - $ ` Source (3) $ - TOTAL $ 100,000 i $ 100,000 $ 100,000 $ 100,000 $ 100,000 1 $ 500,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Sign Material 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 $ 64000: Project expected to begin: I Q1: Oct -Dec Q2: Jan-Mar] Q3: Apr-Jun Q4: Jul -Sep I 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 By maintaining an inventory of sign material, it allows us to Explanation of need to authorize respond quickly to damaged /missing /worn traffic signs. project request: IF DENIED, possible alternatives which Wait for another agency to replace may be considered: Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Source (2) - - - - $ - Source (3) - - - I - $ - TOTAL $ 6,000 $ 6,000 i $ 60000 1 $ 6,000t—$ 6,000 $ 30,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Name: Parking Bumpers PROJECT STATUS Project rating @ Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct =Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep ost Estimate $ 2,0[713 Project expected to begin: 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 Inventory is needed to replace concrete bumpers in parking areas Explanation of need to authorize throughout the Village. This maintains the appearance of Village project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Source (2) - $ Source (3) - $ - TOTALI $ 2,000 $ 2,000 $ 2,000 1 $ 2,000 $ 2,000 S 10,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LOGT /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 Effective Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul =Sep Cost Estimate $ 65,,0.00 Project expected to begin: Description of Item(s) or Project: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year & Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 201.2 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - $ - TOTAL $ 65,000 $ 65,000 $ 65,000 $ 65,000 $ 65,000 $ 325,000 Form FIN CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Name: Tree Replacement PROJECT STATUS Project rating Et Affect Year(s) Existing Program Deferred Deleted JPrIorIty (1 -5); Submittal EEffective Program Improvement New Program Program Program Rating date year P. Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep ost Estimate $ 25,000 Project expected to begin: X MIN 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 Diseased and non - native trees need to be replaced in order to Explanation of need to authorize maintain the appearance of Village swales and streets. A lush project request: 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 £t Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 25,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 85,000 Source (2) - - $ Source (3) - TOTAL $ 25,000 $ 15,000 $ 15,000 $ 15,000 $ 15,000 $ 85,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund /Department Fleet /Public Works Project Police Vehicles Name: PROJECT STATUS Project rating lit Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year A Zulu-Lull Q1: Oct -Dec 0 Jan -Mar Q3: Apr -Juo Q4: Jul Sep Cost Estimate $ Project expected to begin: Description of Item(s) or Project: 3 Police vehicles that have reached at least 75,000 miles at 31,000 per vehicle. Description or ID of Original Asset to be replaced (Fixed Asset ID): Justification, Ra't'ionale, or These police vehicles will have met their life expectancy and will Explanation of need to authorize need to be replaced. project request: 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 2008 FY 2009 FY 2010 FY 2011 1 FY 2012 TOTAL "Fleet $ $ - $ - $ 1 $ 97.650 97.65Q Source (2) Source (3) - $ TOTAL $ - $ - $ - $ L97 650 97 650' Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department FLEET /Public Works Project Name: Replacement of Toro Workman V -172 PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oct -.Dec I Q2: Jan-Mar Q3: Apr -Jun Q4: JUPSep Cost Estimate $ 15=Project cted to begin: Description of Item(s) or Project: Replacement of Toro Workman (Turf Truck) V -172 Description or ID of Original Asset to V -172 (2002) be replaced (Fixed Asset ID): ,Justification, Rationale, or This vehicle will have met its life expectancy and it will need to be Explanation of need to authorize replaced project request: IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues Funding Request by Year Et Source Funding Source FY 2.008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL SAN $ - $ - $ $ $ 15,000 $ 15,000 Source (2) - $ Source (3) " $ TOTAL $ - $ - $ - $ - $ 15,000 $ 15,000 Form FIN—CAN Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department SAN /Public Works Project Recycle Bins Name: PROJECT STATUS Project rating R Affect Year(s) Exitting Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year TOTAL Z01 UT-701 I Q1: Oct =Dec C2: Jah -iMar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ L4,OOOJ Project expected to. begin: X Description of Items) or Project: Maintain inventory of green 18 gallon recycling bins for new and $ 4,000 existing residents. $6.75 per bin (2007 pricing). Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Recycling bins need to be replaced as they become worn, cracked Explanation of need to authorize or damaged. The bins must also be available for new residents and project request: people joining the recycling program IF DENIED, possible alternatives which No alternative may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 2008 - 2012 Fund / Department San /Public Works Project Replacement of Trash Grabber V161 Name: PROJECT STATUS Project rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Effective Program Program Rating date year Q1: Oct ^Dec Q2: Jan -Mare Q3: Apr -Jun 04: Jul -Sep uost Estimate $ 1:20;000 Project expected to.bgon: Description of Item(s) or Project: Replacement of trash grabber V161 Description or ID of °Original Asset to V161 (2002) be replaced (Fixed Asset ID): Justification, Rationale, or This vehicle will have met its life expectancy and will need to be Explanation of need to authorize replaced 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 2008 FY 2,009 FY 2010 FY 2011 FY 2012 TOTAL San $ $ $ $ $ 120,000 $ 120,000 Source (2) - $ " Source (3) - - $ " TOTAL $ - $ - $ - $ - $ 120,000 1 $ 120,000 Form FIN CAPS Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Replacement of Recycle Truck V -0457 Fund / Department SAN /Public Works Project Name: PROJECT STATUS Project rating & Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year Q1: Oet -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 230,000 Project expected to begin: Description of Item(s) or Project: Replacement of Recycle Truck V =0457 Description or ID of Original Asset to V -0457 (2004) be replaced (Fixed Asset ID): Justification, Rationale, or This vehicle will have met its life expectancy and it will need to be Explanation of need to authorize replaced project request: IF DENIED, possible alternatives which To continue using an old vehicle will lead to high maintenance may be considered: costs and have reliability issues Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL SAN $ $ - $ $ - $ 230,000 $ 230,000 Source (2) - - Source (3) TOTAL $ - $ 230,000 $ 230,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department CAP -LOGT /Public Works Project ADA Improvements 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 Cost Estimate $ 651,0.00 Project expected to begin: Q1: Oct -Dec Q2: Jan =Mar Q3: Apr -Jun I Q4: Jul =Sep Description of It or Project: Continue with ADA ramps and improvements to Village intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: Funding Request by Year It Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - - _ $ - L_ _ _ TOTALI $ 65,000 1 $ 65,000 $ 65,000 1 $ 65,000 1 $ 65,000 1 $ 325,000 Form FIN_CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating ft Affect Year(s) Existing Program Program Improvement New Program Deferred Deleted Priority (1 -5); Submittal Effective Program Program Rating date year Q1: Oct -Dec Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep Cost Estimate $ 100,000 Project expected to begin: va X 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 Miami Shores Village has an extensive amount of broken and :L _ J_�_��J __J_...�11._ A..._ -]�� damaged sidewalks reduces vl... Explanation of need to auinoriie damaged sidewalks. Rcepa ringg damaged sidewalks reduces 4.-he project request: 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 lit Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 1000000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - - - - - $ Source (3) - - - - - $ - TOTAL $ 100,000 1 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Replace Sidewalks Name: PROJECT STATUS Project rating Et Affect Years) 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 X 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 Miami Shores Village has an extensive amount of broken and Explanation of need to authorize damaged sidewalks. Repairing damaged sidewalks reduces the project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 1000000 $ 100,000 $ 100,000 $ 100,000 $ 100,000 $ 500,000 Source (2) - - $ Source (3) 1 - - I . $ - TOTAL $ 100,000 1 $ 100,000 $ 100,000 1 $ 100,000 $ 100,000 $ 500,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Sign Material 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 5 6;000 Project expected to begin: Q1: Ott Dec Q2: Jan -Mar Q8: Apr -Jun Q4: JUI -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 By maintaining an inventory of sign material, it allows us to Explanation of need to authorize respond quickly to damaged /missing /worn traffic signs. project request: IF DENIED, possible alternatives which Wait for another.agency to replace may be considered: Funding Request by Year ft Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 :Source (2) - - - - $ - Source (3) - - - $ TOTALI $ 6,000 1 $ 6,000 $ 6,000 $ 6,000 $ 6,000 $ 30,000 Form FIN CAP1 Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 Fund / Department LOGT /Public Works Project Parking Bumpers Name: PROJECT STATUS rating Et Affect Year(s) Existing Program Program Improvement New Program Deferred Program Deleted Program P Submittal date :Rating Effective year Cost Estimate $ 2,000. Project expected to begin: Q1: Oct,Dec I Q2: Jan -Mar Q3: Apr -Jun Q4: Jul -Sep X Description of Item(s) or Project: Maintain inventoryy of concrete parking bumpers Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Justification, Rationale, or Inventory is needed to replace concrete bumpers in parking areas Explanation of need to authorize throughout the Village. This maintains the appearance of Village project request: 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 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 2,000 $ 10,000 Source (2) - - - $ ' Source (3) 4 - - $ ' 1 TOTALI $ 2,000 1 $ 2,000 1 $ 2,000 1 $ 2,000 $ 2,000 $ 10,000 Form FIN CAPS Revised: Jan'06 MIAMI SHORES VILLAGE Capital Project Worksheet FY 2008 - 2012 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: I Q.1: Oct -Dec Q4: Jan -Mar Q3: Apr -,Jun Q4: Jul =Sep X Description of Item(s) or Project: Maintain inventory of green 18 gallon recycling bins for new and existing residents. $6.75 per bin (2007 pricing). Description or ID of Original Asset to N/A be ,replaced (Fixed Asset ID): Justification, Rationale, or Recycling bins need to be replaced as they become worn, cracked Explanation of need to authorize or damaged. The bins must also be available for new residents and project request: people joining the recycling program IF DENIED, possible alternatives which No alternative may be considered: Funding Request by Year Et Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 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 2008 - 2012 Fund / Department CAP -LOGT /Public Works Project ADA Improvements Name: PROJECT STATUS Project rating Ft Affect Year(s) Existing Program Deferred Deleted Priority (1 -5); Submittal Effective Program Improvement New Program Program Program Rating date year $ 50,000 $ 50,000 $ 50,000 $ 50,000 Q1: Oct,Dec Q2: Jan =Mar Q3: Apr -Jun Q4: J.ul =Sep most Estimate $ 65.,0.00 Project expected to begin: Description of Item(s) or Project: Continue with ADA ramps and improvements to Village 15,000 intersections and Facilities. Description or ID of Original Asset to N/A be replaced (Fixed Asset ID): Source (3) Justification, Rationale, or Funds must be available to enable The Village to comply with Explanation of need to authorize Federally mandated ADA requierements. In addition, funds are project request: required to continue installing ADA ramps at intersections, for TOTAL wheelchair residents are able to travel through the village. IF DENIED, possible alternatives which Make no improvement may be considered: $ 65,000 Funding Request by Year St Source Funding Source FY 2008 FY 2009 FY 2010 FY 2011 FY 2012 TOTAL LOGT $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 50,000 $ 250,000 CAP 15,000 15,000 15,000 15,000 15,000 $ 75,000 Source (3) - _ $ _ TOTAL $ 65,000 $ 65,000 1 $ 65,000 1 $ 65,000 J $ 65,000 $ 325,000 Form FIN_CAP1 Revised: Jan'06