HomeMy WebLinkAboutCRA-R-10-0067 Backup 09-20-02010omStreet Pedestrian Mail
Scope ofWork
The CRAisutilizing the $40,000 infunds that were allocated bxthe City nfMiami Public Works
Department to provide maintenance services for the hardscape, streetscape and landscape elements
that were constructed in1994known osthe 9mStreet Pedestrian Mall. These maintenance and
renovation activities include:
A Pressure washing 43,0D SFofexisting paver walkways.
� Re -staining of the concrete paver walkways to bring back the original colors of -the pavers.
w Painting ofthe existing streetlights to restore them totheir original luster.
� Refurbishing and painting ofthe existing benches and stools.
� Providing landscape improvements including missing tree replacements and ground covering
enhancements.
Fraser, JamiK
From: Spanioli, Mark
Sent: Wednesday,
To: |heKwaUa.mzenua
Co: Eotewez.B He|mem.Leonard J;Fraser, Jami|;Valentin, Miguel A;Woods, Clarence;
Bockweg, Pieter; Diaz, Reynaldo
Subject: RE: 9th Street Pedestrian Mall
Admchnnwnbn: 9thStreet Pedestrian Mall scope o/work.dncx
We will proceed with the maintenance activities outlined in the attached scope of work previously sent and will advise if
any other items arise during our operations,
Thanks again,
Mark6.
K4arkSpanio|i P.E.
Director ofEngineering and Construction
City ofMiami Community Redevelopment Agency
49 NW SthStreet Suite 100
Miami, FL331Z8
P:3O5'679-68OO
F:3O5-G79'683S
From: Spanio&Mark
.Sent:Wednesday, August 25,20103:49RM
l.o:Ihakwaba,Nzehbe
Cc:fstevez,E|yrnaa; He|meo,Leonard ]; Frasmr,]amU; Valentin, Miguel A; Woods, Clarence; Bockwag, Pieter;, Diaz,
'Reynaldo
4'Subject: RE:9th Street Pedestrian Mall
In my site observations, I did not take note of any other items that needed maintenance. All other items within the
right-of-way appear to be in good working condition including the drainage system. VVewill use the funds for
maintenance, repairs and upgrades as needed to restore the pedestrian mall to as close to its original condition as
Thanks for your response and I will forward you before and after pictures once the work has been completed.
Thanks,
K4arkS.
Mark Spanio|iP.E.
Director nfEngineering and Construction
City nfMiami Community Redevelopment Agency'
49 NW 5th Street, Suite 100
/
Miami, FL331I8
P:3[8'679-68U]U
F:3U6'679'6A35
mspon(@m|amigov.cum
From:Ihokmabn, Nzadbe
Sent: Wednesday, August 2S,2U1U3:36Rq
To: SpanioU,Mark
Cc: Estevez, Elyrosn} Hmmaro, Leonard ]
Subject: RE: 9th Street Pedestrian Mall
The question actually is whether there are any maintenance needs out there that you are excluding?
Otherwise, I would recommend to carry' out general maintenance of the area, as needed.
Noehbe(Zerry)|hekwaba,PhD, PE
Director, Public Works Department
City ufMiami
p*: 305.416.1050
m: 305.*16.12/8
visit us at: www.miamiqov.com/Pub//c WorksAmes1horne
Fnomm: Spanio|l, Mark
Sent: Wednesday, August ZS 30103:07PM
-
Tm:lhokmabm,Nzerba
Cm: Estevez, Bynosn; He|meco, Leonard
Subject: RE: 9thStreet Pedestrian Mall
Do you have any objections to our scope of work attached?
Please advise.
Sincerely,
MarkS.
Mark Span|n|[P.E.
Director ofEngineering and Construction
City ofMiami Community Redevelopment Agency
49 NVV5thStreet, Suite 100
Miami, FL33l28
P:3US'679'6BUO
F;3OS'G79'6Q3S
mypanCcDmiamigom.com
�
From:lhokwaba Nzerba
Sent: Wednesday, August 25, 2010 2:44PM
Tm:SpanioU, Mark
/ Cc: Eotevez,Byrosa; Helmons,Leonard ]
Subject: RE: 9th Street Pedestrian Mail
Thanks for your update. PW records does not indicate any specificity in the scope of work other than maintenance,
See attached. Let meknow ifyou need additional information.
Nzeribe(Zerry) Ihehwoba,PhD PE
Director, Public Works Department
City vfMiami
pmao5.«mJmm
m' 305.*16.1278
Ws/tusot,-w/m/xv.nn/oxn/pov.co/n/Pub//�c N/orkslpooes/honne
From: Spankdi, Mark
Sent: Monday, August2] 20104:56PM
To: lhakxvaba,Noohba
Cc: Woods, Clarence
Subject: 9thStreet Pedestrian Mail
' What | found was anemail from Stephanie (see attached scan). |tonly specifies maintenance with no
details. It is a peclestrian,area with no roadway. I have also attached a picture of the area for reference.
VVewould like to proceed with the work prior -to next Friday's event which includes a presentation from Comm. Dunn.
Sprucing it up a bit would certainly help the appearance of things. The area was built in 1994.
Sincerely,
MarkS.
K4arkSponio|i P.E.
Director ofEngineering and Construction
City ofMiami Community Redevelopment Agency
49 NW SthStreet, Suite 100
yWionniFL33120
P:3OS-679'6BO0
F:3OS'679'6O35
mopon(@miamigov.00m
MIAMI
ommunity
Redevelopment Agency
SOUTHEAST OVEkTOWN /PARK WEST I OMNI ftEDEVELOPMUNT DISTRICT I MIDTOWN
RICHARD P„ DUNN 11
PIETER BOCKWEG
Bonrd Chair Executive Director
WORK ORDER NO.: 16.1/2010
RFS NO.: N/A
RESO NO.:
Consultant/Vendor:
Request Date:
Requestor:
Purpose:
Jeny Sod Service Corp. Att: Isabel
17150 SW 177 Avenue
Miami, FL 33187
305-256-1150
9/8/2010
Mark Spanioli, P.E.
Landscape materials for the 9th Street pedestrian mall
(companion item with WO# 22/2010)
Fee Not to Exceed:
SCOPE OF SERVICES
WO# 16/2010 = $8,757.00 (4 proposals attached)
WO# 16.1/2010 CRA requested changes = $1,007.50 (see attached)
New amount to be paid to vendor = $9,764.50
Approximate Schedule: Within the next 5-days
Approvals:
sc)1=9/1/
g Source
Miguel n, Accounting
Pieter B weg, Executive Director
Accepted by:
Signature:
Print Name:
/056.92,0/6 /
Ac oun ,4A00(
9 10
Date
9/
Date
Date
SOUTHEAST OVERTOWN/PARK WEST, OMNI REDEVELOPMENT DISTRICT, AND MIDTOWN
COMMUNITY REDEVELOPMENT AGENCIES
49 N.W. 5TH Street, Ste. 100 / Miami, FL 33128 / Telephone: (305) 679-6800 / Facsimile (305) 679-6835
Email: cra@cLmiami.fl.us. / Website: www.miami-cra.org
Deny iS'oar Service Corporation
17150 SW 177 Avenue.
Miami, FT, 33187
Phone 30_5-256-1150
Fax 305-253-2602
Bill To
City OfMiami CornmunItyRedeveJopmnt
49 NTV.5rh Sr Suite 100
Fl 33128
antity
Invoice
Date
Imam? #
8/30/2010
Ciry OfMiconi CommunhyRedevelopment
49 NW 5th St Suire 100
Miami, FL 33128
REVISED
14777
P.O. No.
Toms;
Due Dam
22/2010
No 30
Description
9
2
500
800
v'S 330
Pt' -
Pr6j.jtILLri°
k you r business,
RoyIFa1m l618 averoll
Tree Live Oaks 16118'
Crown of Thouns Igal
green island Ficus 3gal
Arbaricola Trinerte 3gal
Gumbo Limbo 1618'
pink tobabulea 16'18"I C (2.4'1 5 crk,
Alexandra Palm 15t12 tn.; C
royal poincirma 16'18' —
Pallets of Gold Mulch
Pallets Out
Delivery
Salo 'Tax
9/29/2010
Amount
(i) --TvLer
pn.
a CD Th-Ft.
Once this account/invoice/
purchaser is in default Jeny S'od. Inc. $ball be entirled to
interest at the legal rate from the dare said default, and to
recover any bank fees, court COSLf, and atrorney's fees incurred
in the collection of any sums whether or not suit is filed.
"-^1,080.00
-- 220.00
• 1,875.00)e
"4,400.00
1,155.00
85.00
250,00
85.00
140.00 <
,,•409.50
,, 15.00
r 50.00
0.00
Total
$9,764.50
RICHARD P. DUNN 11
Board Chair
Consultant/Vendor:
MIAMI
Community
Redevelopment Agency
5OUIVIEAST OVER TOWN / PIIKW5T I OMNI IILIDEVLOPMEN1 PlYTHICT I MIOW/ti
WORK ORDER NO.: 16/2010
RFS NO.: N/A
RESO NO.:
Jeny Sod Service Corp. Att: Isabel
17150 SW 177 Avenue
Miami, FL 33187
305-256-1150
PIETER eOCKWEO
fiNeculive Director
Request Date: 08/19/2010
Requestor: Mark Spanioli, P.E.
Purpose: andscape materials for the 9th street pedestrian mall
(companion item with WO# 22/2010)
SCOPE OF SERVICES
Fee Not to Exceed: $8,757.00 (4-proposals attached)
Approximate Schedule: Within the next 5-days
Approvals:
5EOPLk}
Funding Source
Miguel Va tin, Accounting
Pieter B eg, Executive Director
Accepted by:
Signature:
Print Name:
/6050 92001
Account
FA
Dale
Daft
SOUTHEAST OVERTOWN/PARK WEST, OMNI REDEVELOPMENT DISTPrT, AND MIDTOWN
COMMUNITY REDEVELOPMENT AGENCIES
49 N.W. 5TH Street, Ste. 100 / Miami, FL 33128 / Telephone: (305) 679-6800 / Facsimile (305) 679-6835
Email: craci.miami.fl.us. / Website: www.miami-cra.org
Jeny Sod Service Corporation
17150 SW 177 Avenue
Miami, FL 33187
Phone 305-256-1150
Fax 305-253-2602
Name /Address
City Of Miami Community Redevelopment
49 NW 5th St Suite 100
Miami, F133128
Estimate
Date
Estimate #
l/1W2010
78
PIWJBCI"
Ciry OfMiart Community Redcvelopmenr
49 NW 5th Sr Smite 100
Miami, FL 33128
S 7YL,er (2L r
taeveription
Qry
Rate
Total
Royal Palm 16'18 overall
9
120.00
1,080.00
Tree ,hive Oaks 16'18'
2
110.00
220.00
Crown of Thouns lgal
250
3.75
937.50
green island Ficus 3gal
800
5.50
4,400.00
Arbaricola Trinetfe 3gal
330
3.50
1,155.00
Gumbo Limbo 16'18'
1
85.00
85.00
pink tababulea 16'18'
1
125.00
125.00
royal poinciana 16'18'
2
140.00
280.00
Pallet, of Gold Mulch
3
13650
409.50
Pallets Out
3
5.00
15.00
Delivery
1
50.00
50.00
vtAPi k' i
eve \
v''
J
d'
'L\
LOOKING FORWARD TO HEARING FROM YOU
Subtotal $8,757.00
Sales Tax (7.0%) s0.00
Total 58, 757. 00
BCLS LANDSCAPING GROUP INC.
MAKING SOUTH FLORIDA A BEAUTIFUL PLACE
1528 NW 43rd Street
Miami, FL 33142
Phone: (305) 305-3244
Bill To:
Southeast Overtown/Park West
Omni and Midtown
Community Redevelopment Agencies
49 NW 5th Street, Suite 100
Miami, FL 33128
DATE: August 19, 2010
Proposal#: 940070 (Revised)
For: Planting
e 6)06 s
Landscape Scope of Work: Install listed plant materials. Water Plants for 3 months, Plants will
be hand dug, will also mulch all trees.
1. Labor;
DESCRIPITION
TOTAL: $3,400.00
$3,400.00
If you have any questions concerning this invoice please contact Terry Jones @
(305) 305-3244, or email bcIsgroupinc@gmail.com
o
(P)
SUPERIOR
•'LAN669. Pii tiLA111N9ERVI lkc.
P.O. Box 35-0095 'Miami •FL • 33135-0096
Office (305) 834.0717 • Fax (305) 834-0744
www.supedoriandscapIng.com
Customer/Billing Information
City of Miami Community Redevelopment Agency
49 NW 5th Street
Miami FL 33128
Mark Spaniola, P.E.
Job Site Information
NW 9th Street Pedestrian Mall
Job Description
If an item or service Is not specifically detailed or Included In the proposal provided then it Is excluded and
Line Item Breakdown
Large Plants
Quantity UJM Botanical Name
9 Royal Palm
2 Live Oak
250 Red Crown of Thron (Somona Variety)
800 Green Island Flcus
1 Gumbo Limbo
1 Pink Tababulea
2 Royal Poinciana
330 Trinneles
Mulch, Sod & Aggregates
Quantity UIM Description
Comnion Name
a
Proposal
Date
14096
8/1312010
of been not considered for pricing
Speclfcatlona
Ht Spr Cal GW CT Gel Unit Price Total Price
16-18 OA 300.00 2,700.00
16-18 OA 6' CT 295.00 590.00
1 5.60 1,400.00
1 6.50 5,200.00
16' -18' OA 420 420.00
16' -18' OA 360 360.00
16' -18' OA 390 780.00
1 5 1,650.00
Unit Price Total Price
35 cy Mulch
1 18 cy Planting Soil
40.00 1,400.00
495.00 495.00
Total Price 14,995.0
Thank you for your consideration of this proposal.
If you have any questions, please contact Orlando Otero at (306) 634.0717.
Page 1 of 2
Mlemr Community Redevelopment Pedestrian Moe 14096 081310 Rev
SUPERIOR
P.O. Box 36.0095 'Miami AFL • 33136.0095
Office (306) 634.0717 • Fax (306).634.0744
www.superiorlandscaping.com
Payment Terms: Payment Is due upon completion of Job. All Invoices are due upon receipt. Past due accounts will acquire an
eighteen percent (18%) Interest per year. Should collection activities be warranted, the client shall be responsible for any related
expenses Including but not limited to attomey's fees and court costa. There Is a fifty -dollar ($50.00) fee for each check returned for
non -sufficient funds. Any alterations made to this document, will make It void.
Guarantee: Superior Landscaping & Lawn Service, Inc. Is not liable or responsible for any loss, repair or replacement of any of the
above mentioned due to high winds, hail, lightning storms, heavy rains, vandalism, floods, heal, construction, Insect plagues or
Infestation, Inadequate Irrigation, tornadoes, hurricanes or other Acts of God,
ACCEPTANCE OP PROPOSAL
WHEREFORE, Contractor and Owner, or Owner's Agent,
Agent gives express permission to Contractor to enter said
Owner or Owner's Agent
By:
Name:
Title:
Date:
have accepted the scope and terms of this proposal. Owner or Owner's
property and confirms that it Is clear from any hidden danger or defects.
Contractor;
Superior Landscaping & Lawn Service, Inc.
By:
Name:
Title:
Date:
Thank you for your business)
Page 2 of 2
Miami community Redevelopment Pede Man Mae 14096 031310 Rev
Aug/13/2010
Arozozo Bross Core.
P.O. Box 924890, Homestead, FL 33092 - (305) 246-3223 Fax (305) 246-0481
L 2404-1 Q NW 9 Street Pedestrial Mall
Trees
Bursera simaruba - Gumbo Limbo
Delonix regia - Royal Poinciana
QUercus virglniana - Live Oak
Tabebuia heterophylla - Pink Trumpet Tree
6' Clear trunk, 16'-18' OH
6' Clear Trunk, 16' - 18' OA Ht
6' Clear Trunk, 16' - 18' OH
6' Clear Trunk, 16' - 18' OA HI
Palms
Royestonia elpta Royal Palm 16' 18' OH.
Groundcover
Euphorbia milii Somona - Red Crown of Thorns
Ficus.microcarpa'Green Island' Green Island
Pious
Schefflera arboricola 'Trinetle'- Trineltes
Mulch
Mulch -
Soil
Soil
elateuca
Miscellaneous
Maintenance of Traffic
To Landscape...:
Grand Total
1 Gal, 15" Min
1 Gal, ,15"Min
1 Gal, 15" Nlin
Cubic Yards
Cubic Yards
1 $240,00 :$240.00
2 $400,00 $800,00
2 $500, 00 $1, 000, 00
1 $250.00 $250.00
$2,290.00
$375.00 $3,$75 00
$3,375.00
250 $7.50 $1,875.00
.800 $5.00 $4,.000,00
330
$5.50 $1,815.00
$7, 690.00
50 $29.00 $I,450;00
$1,450.00
50 $24,00 $1,200.00
$1,000,00
$1,200.00
$1,00.O:90,
$1,000.00
Qualifications:
Landscape...
* Landscape proposal is based upon drawings (enter sheets) last dated (enter date). by (enter architect).
* Excavation of planting areas, sotl to finish grade by others. Al! landscaped areas to be received denuded at +/- 1 " offrnish grade,
* Al! work associated with existing trees/plants/lawns to remain (including tree protection), be removed or be'relocated is not
included in proposal.
* Relocate price applies to a single move only for each tree or palm, No guarantee is provided for relocated material. Note that a
minimum of 4-8 weeks may be required to properly root -prune trees and palms prior to relocating.
'" Standard 2" x I",wood bracing for trees 'an`d palms is included in proposal,
* Initial fertilizer is included in proposal.
* Tree grates, .site furnishing, and hardscape items are not included in proposal,
* Maintenance Through acceptance only is included in proposal,
* Root barrier, weed cloth, and filter fabric are not included in proposal.
* Structural soil (if needed) is not included in proposal.
* Landscape permit fee is not included in proposal.
Page 1 of 2
Aug/13/2010
Arozozo Bros., Corp.
P.O. Box 924890, Homestead, FL 33092 - (305) 246-3223 Fax 246-0481
Qualifications:
Landscape...
* Mulch is priced as melalettca, unless specifically detailed.
* All living material to be provided will be Florida #1 quality according to the Florida Grades cfc Standards.
* New installations are guaranteed for 1 year from completion/final acceptance.
* Reference Sod Quantity: Sod quantity is approximated; actual quantity to be field -verified at time of installation.
General..
* Any item not specifically listed is exclitdedfrOin proposal.
* Bond is not included in proposal; if required, add 1, 5% of total cost,
* MOT is not included in proposal, unless specifically detailed,
* Hoisting of material, if needed, is not included in proposal.
* This proposal shall beValidfor ninety (90) day,s fromdate'o sue.
* Alternates, if present, are to be added to the cost ofproposal
* Please read all qualificatiOni carefully, as there could be references to speczflc Materials, quantities; or pricing thatpertain to this
particular Project.
SubmittedBy:
Arazoza Brothers Corporation
Accepted By: Date:
(ContractorNaMe)
**Acceptance shall serve as notice that proposal has been reviewed and approved and contract is forthcoming.
Pige2 of 2
41ISFM
_ SeRVICOES, INC.
Date oYServices tobeperformed: Two weeks after acceptance
Proposal Submitted To: Mark SpanioU,P.E.
Name ofSupervisor: Victor Gonzalez
Work to be performed at: NW 9.Street Pedestrian Mall
We hereby propose to furnish labor & equipment to perform the following services:
9*Street Pedestrian Mall Rehabilitation Pmollect
Landscape Scope oYWork
* Furnish and install listed plant materials.
* Contractor shall provide 3 months of watering and a one year warranty on all plant materials.
� All plant installations must behand dug.
w The majority of the installations are in green areas, some tree installations are within existing tree pits.
° Notree grates will berequired
• All tree installations shall bemulched ondbracedaccordingly.
• All plant materials shall beFlorida #1orapproved equal.
to All plant installations shall be in accordance with all applicable standards and specifications
Materials and Quantities
° Watering for aperiod ofthree months three times per week: $6,160.0
� Royal Palm: 14'—l6'overall height, qty- : $2,025.00
w Live Oak: 5'-6'clear trunk, 17-18'overall height,qty-Z: $700D0
p Red Crown nfThorns (5omonaVahety):lgal, qtyZSO: $1,157l0
� Green Island Rcus:lgal, 15"min, city Boo: $3'900.00
* Tdnettex(yellow and Breen):1Qo|,15"min, qty]3U: $1,600.00
• Gumbo Limbo: 6'clear trunk, 16'-1D'overall height, qty`1: $ 230.00
• Pink Tabobu|eo: 6' clear trunk, 16'-1U' overall height, qty'1: $I30.00
'* Royal Poinciana: 6'clear trunk, l6'-18'overall height, qty,Z:$46U.00
° Mulch 60Existing Trees: $540I0
� Mulch all new trees and ground covering: $1,935.00
w Watering for three months totaling 36visits: $5,760.00
Notes:
Price includes K4.O.T.
Permits not included,
Grades are to be provided at finished.landscape elevations free of construction debris and nuisance vegetation.
The above work isto be performed in accordance with industry standards and completed in a substantial workmanlike
manner for the sum of specified above plus any applicable taxes, with payments to be made as follows: Upon completion
of services,
\ / Respectfully Submitted,
` � GiovanniLignaroho
MIAMI
Community
Redevelopment Agency
SOVTHEAST OVERTOWN / PARK WEST I OMNI REDEVELOPMENT DISTRICT I MIDTOWN
RICHARD I', DUNN 11 PIETER 11OCKWECI
Board Chair Executive Director
WORK ORDER NO.: 20/2010
RFS NO.: N/A
RESO NO.:
Consultant/Vendor: Jasper Enterprises Inc, Att: Eric Sweet
1366 NW 54 Street
Miami, FL 33142
305-.751-7001
Request Date: 08/16/2010
Requestor: ark Spanioli, P.E.
Purpose:
Pressure washing and painting of columns, light poles, benches
and pavers throughout the 9th street pedestrian mall
SCOPE OF SERVICES
Fee Not to Exceed: $12,300.00 (3 proposals attached)
Approximate Schedule: Within the next 10-days
Approvals:
,%2,Pv
Funding Source
Miguel Va entin, Accounting
Pitg, Executive Director
Accepted by:
Signature:
Print Name:
\.)
t
92,4 M 7 3 000,. 01)1")
Account
061 7-0 7b
Date
Date
Date
SOUTHEAST OVERTOWN/PARK WEST, OMNI REDEVELOPMENT DISTRICT, AND MIDTOWN
COMMUNITY REDEVELOPMENT AGENCIES
49 N.W. 5TH Street, Ste. 100 / Miami, FL 33128 / Telephone: (305) 679-6800 / Facsimile (305)679-6835
Email: cra@ci.miami.fl.us. / Website: www.miami-cra.org
Aug, IJ, RIO J:4M
No. 4bti
PROJECT NAME:
Overtown Park
JASPER ENTERPRISES, INC.
pooded4gafta4t4it ae er4 iede
DKiE
August 13, 2010
PROJECT ADDRESS
CONTRACTOR
City of Matni
coNTAcTpmuoN
Reynaldo Diaz
PHONE
305-679-6816
EMAIL FAX
teydiaz@rniarnigov.com 305-679-6835
*******
PROPOSAL
Description of Work:
Pressure Cleaning and Painting
We propose to furnish labor, equipment and taxes to perform the above reference project.
Scope of Work:
1 - Pressure clean Pavers, Walkways and Concrete Columns $3,250.00
2 - Paint 28 Light Poles IN, c..c , .5 rb L $3,3 00.00
3 - Paint 20 Concrete Columns $3,250.00
4 - Repair and paint concrete Bench Support and Metal Benches $2,500.00
Total
This Proposal Prepared By Eric Sweet
$12,300.00
O'c
-rp
1300-60 N.W. 64TM STREET, MIAMI, FLORIDA 33142-31359
Tel: (305) 757-7001 • Fax: (305) 759-9247
E-mail; jaeperenterprIse @ aol.com
JALcri:22&.ThTTMTG- C4ONTIL1RAIILC'ILV)3Et.fiiii MTC.
Proposal submitted to: CITY OF MIAMI
49 N.W 5TH Street Suite 100
Miami, Florida 33128
Att: Reynaldo Diaz
JAG PAINTING, proposes to furnish all labor, material, equipment to perform
all work necessary to treat the owner's park as follows:
SCOPE:
PRESSURE WASH PAVERS AND WALKWAYS AT PEDESTRIAN MALL PARK
LOCATED AT 201 N.W. 9 STREET
WORK TO BE PERFORM:
1. Bleach wash all mildew areas.
2. Completely pressure clean all pavers and walkways inside park area and entrance.
Notes:
1. JAG PAINTING, will take all precautions to protect all working areas from braking or paint
splattering
2. JAG PAINTING, is cover by required Insurance
3. JAG PAINTING, will use its best efforts to avoid interfering with tenants or owner's.
4. Permit are city's responsibility.
5. The owner shall be responsible for trimming and/or removal of all foliage clinging to or otherwise
obstructing the building and permit adequate access to all areas to be cleaning or painted.
6. The owner agrees to notify all occupants of the property to remove any personal items, patio
furniture and vehicles as necessary to permit the painting contractor to proceed without delay.
7. The painting contractor must be allowed easy access to all locked areas that have been included to
be cleaning or painted.
PRO#08121 02000/City
SERVICE CONTRACT AGREEMENT
August 12, 2010
EXCLUSIONS:
All areas not specifically specified in the work to be perform.
PROPOSAL SUMS:
TOTAL CONTRACT PRICE
ESTIMATED TIME OF COMPLETION:
Completion in approximately 2 week, weather permitting.
SCHEDULE OF PAYMENTS:
50% Upon signing of contract
50% Upon completion of work
$ 4300.00
WHEN DULLY SIGNED AND DATED, THIS PROPOSAL SHALL BE A BINDING
CONTRACT BETWEEN THE PARTIES INVOLVED.
CITY OF MIAMI JAG PAINTING CONTRACTORS INC.
TITLE & DATE TITLE & DATE
Upon receipt of signed document, it is understood the foregoing, including the terms and conditions set
forth herein, will constitute the full and complete agreement.
Proposal submitted to: CITY OF MIAMI
49 N.W 5''' Street Suite 100
Miami, Florida 33128
Att: Reynaldo Diaz
JAG PAINTING, proposes to furnish all labor, material, equipment to perform
all work necessary to treat the owner's park as follows:
SCOPE:
PAINT METRORAIL COLUMNS AT PEDESTRIAN MALL PARK LOCATED AT 201
N.W. 9 STREET
WORK TO BE PERFORM:
1. Bleach wash all mildew areas.
2. Completely pressure clean all exterior masonry surfaces hobacoated.
3. Apply one coat of Masonry Conditioner Clear Sealer to all exterior masonry surfaces to be coated,
4. Patch and repair static & dynamic cracks.
5. Finish coat for all exterior masonry surfaces shall be Exterior 100% Acrylic latex flat paint for a
smooth and uniform finish.
1. JAG PAINTING, will take all precautions to protect all working areas from braking or paint
splattering
2. JAG PAINTING, is cover by required Insurance
3. JAG PAINTING, will use its best efforts to avoid interfering with tenants or owner's.
4, Permits are cih/nresponsibility.
5. The owner shall be responsible for trimming and/or removal of all foliage clinging to or otherwise
obstructing the building and permit adequate access to all areas to be cleaning or painted.
6. The owner agrees to notify all occupants of the property to remove any personal items, patio
furniture and vehicles as necessary to permit the painting contractor to proceed without delay.
7, The painting contractor must be allowed easy access to all locked areas that have been included to
be cleaning or painted.
SERVICE CONTRACT AGREEMENT
August 12, 2010
EXCLUSIONS:
All areas not specifically specified in the work to be perform.
PROPOSAL SUMS:
TOTAL CONTRACT PRICE
ESTIMATED TIME OF COMPLETION:
Completion in approximately 2 week, weather permitting.
SCHEDULE OF PAYMENTS:
50% Upon signing of contract
50% Upon completion of work
$ 2,800.00
WHEN DULLY SIGNED AND DATED, THIS PROPOSAL SHALL BE A BINDING
CONTRACT BETWEEN THE PARTIES INVOLVED.
CITY OF MIAMI JAG PAINTING CONTRACTORS INC.
TITLE & DATE TITLE & DATE
Upon receipt of signed document, it is understood the foregoing, including the terms and conditions set
forth herein, will constitute the full and complete agreement.
larALGr- i2tAUChriri:DIT4Gr CDCOATTrIZZLICTC,1€5 INC
Proposal submitted to: CITY OF MIAMI
49 N.W 5TH Street Suite 100
Miami, Florida 33128
Att: Reynaldo Diaz
JAG PAINTING, proposes to furnish all labor, material, equipment to perform
all work necessary to treat the owner's park as follows:
SCOPE:
PAINT METAL LIGTH POST AT PEDESTRIAN MALL PARK LOCATED AT 201
N.W. 9 STREET
WORK TO BE PERFORM:
1. Bleach wash all mildew areas.
2. Completely pressure clean all light poles and fixtures surfaces.
3. Contractor will remove blistering, rust and peeling paint to a sound substrate by scraping and
mechanically sanding to levee the smooth surfaces.
4. Where bare metal is exposed, spot prime with one coat of metal primer and primed with sealer.
5, Final coat shall be DTM (direct to metal) Acrylic Enamel.
Notes:
1. JAG PAINTING, will take all precautions to protect all working areas from braking or paint
splattering
2. JAG PAINTING, is cover by required Insurance
3. JAG PAINTING, will use its best efforts to avoid interfering with tenants or owner's.
4. Permit are city's responsibility.
5. The owner shall be responsible for trimming and/or removal of all foliage clinging to or otherwise
obstructing the building and permit adequate access to all areas to be cleaning or painted.
6. The owner agrees to notify all occupants of the property to remove any personal items, patio
furniture and vehicles as necessary to permit the painting contractor to proceed without delay.
7. The painting contractor must be allowed easy access to all locked areas that have been included to
be cleaning or painted.
PRO#08121 01 099/City
SERVICE CONTRACT AGREEMENT
August 12, 2010
EXCLUSIONS:
All areas not specifically specified in the work to be perform.
PROPOSAL SUMS:
19 DEORATIVE LIGTH POST
16 REGULAR LIGTH POST
TOTAL CONTRACT PRICE
ESTIMATED TIME OF COMPLETION:
Completion in approximately 2 week, weather permitting.
SCHEDULE OF PAYMENTS:
50% Upon signing of contract
50% Upon completion of work
$ 1,900.00
$ 1,200.00
$ 3,100.00
WHEN DULLY SIGNED AND DATED, THIS PROPOSAL SHALL BE A BINDING
CONTRACT BETWEEN THE PARTIES INVOLVED.
CITY OF MIAMI JAG PAINTING CONTRACTORS INC,
TITLE & DATE TITLE & DATE
Upon receipt of signed document, it is understood the foregoing, including the terms and conditions set
forth herein, will constitute the full and complete agreement.
'
°
Proposal submitted to: CITY OF MIAMI
49KJ.VV 5' ' Street Suite 1O0
Mi@mi, Florida 33128
Att: Reynaldo Diaz
JAG PAINTING' proposes to furnish all labor` material, equipment to perform
all work necessary to treat the owner's park as follows:
SCOPE:
REPAIR AND PAINT BENCHES AND STOOLS AT PEDESTRIAN MALL PARK
LOCATED AT 201 N.W. 9 STREET
WORK TO BE PERFORM:
1. Bleach wash all mildew areas,
2. Completely pressure clean all benches and stools,
3. Repair broken concrete bench legs using nebarand concrete osneeded.
4. Contractor will remove blistering, rust and peeling paint to a sound substrate by scraping and
mechanically sanding holevee the smooth surfaces.
5. Where bare metal is exposed, spot prime with one coat ofmetal primer and primed with sealer.
6. Final coat shall be DTIVI (direct to metal) Acrylic Enamel
1. JAG PAINTING, will take all precautions to protect all working areas from braking or paint
splattering
2. JAG PAINTING, is cover by required Insurance
3. JAG PAINTING, will use its best efforts to avoid interfering with tenants or owner's.
4. Permits are city's responsibility.
5. The owner shall -be responsible for trimming and/or removal of all foliage clinging to or otherwise
obstructing the building and permit adequate access to all areas to be cleaning or painted.
0. The owner egrnoo to notify all occupants of the property to remove any personal itemo, patio
furniture and vehicles as necessary to permit the painting contractor to proceed without delay.
7. The painting contractor must be allowed easy access to all locked areas that have been included to
be cleaning or painted.
PRO#0812102001/City
SERVICE CONTRACT AGREEMENT
August 12, 2010
EXCLUSIONS:
All areas not specifically specified in the work to be perform.
PROPOSAL SUMS:
BENCHES $ 2,600.00
STOOLS $ 900.00
TOTAL CONTRACT PRICE $ 3,500.00
ESTIMATED TIME OF COMPLETION:
Completion in approximately 2 week, weather permitting.
SCHEDULE OF PAYMENTS:
50% Upon signing of contract
50% Upon completion of work
WHEN DULLY SIGNED AND DATED, THIS PROPOSAL SHALL BE A BINDING
CONTRACT BETWEEN THE PARTIES INVOLVED.
CITY OF MIAMI JAG PAINTING CONTRACTORS INC.
TITLE & DATE TITLE & DATE
Upon receipt of signed document, it is understood the foregoing, including the terms and conditions set
forth herein, will constitute the full and complete agreement.
Sun State Builders Of S. FlaInc.
301 189th Street. Sunny Isles, Fl 33160
Licensed & Insured # CRCO 18793
Ph : (786) 232-1459
Off: (305) 936-0708
Fax: (305) 466-1054
E-Mail: steven@sunstatebuilder.com
Web: www.sunstatebuilder.com
CONTRACT
CLIENT: CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY
49 N.W. 5th Street. Suite #100
Miami, FL 33128.
Ph: (305) 679 6816
Fax: (305) 679 6835
JOB: 9ST. PEDESTRIAN MALL.
DATE: 08/13/10
We hereby plan to supply and install the following:
Scope of Work:
1. Replace 10 Concrete Structure legs for metal seats, chip darnage leg completely,
form add new steel and pour concrete with 5,000. P.S.I.
Strip forms and haul trash. Also repair cracks on other concrete seat legs where
needed.
All Labor and Materials Included.
TOTAL AMOUNT OF CONTRACT...-. .............. ....—$4, 0 0
Agreed and Accepted By
Date
Respectfully Submitted;
Steven Ortiz
President.
Sun State Builders Of S. Fla
, Inc.
301- 189th Street. Sunny Isles, Fl 33160
Licensed & Insured # CRCO 18793
Ph : (786) 232-1459
Off: (305) 936-0708
Fax: (305) 466-1054
stevengsun statebuilder.co En
Web: www.sunstatebuilder.com
CONTRACT
CLIENT: CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY
49 N.W. 51h Street. Suite #100
Miami, FL 33128.
Ph: (305) 679 6816
Fax: (305) 679 6835
JOB: 9ST. PEDESTRIAN MALL.
DATE: 08/13/10
We hereby plan to supply and install the following:
Scope of Work:
1. Pressure Clean 19 Columns 70"x 36"x 219". Also one column at 48"x 116"x
219". Apply one coat of primer and two coats of paint. Color to be choose by
Community Development Agency Representative.
All Labor and Materials In luded.
TOTAL AMOUNT OF CONT CT ........
Agreed and Accepted By
Date
Respectfully Submitted;
Steven Ortiz
President.
Page 1
Sun State Builders Of S. Fla, Inc.
301- 189° Street. Sunny Isles, Fl 33160
Licensed & Insured CRCO 18793
Flh : (786) 232-1459
Off; (305) 936-0708
Fax: (305) 466-1054
E-Mail: steven@sunstatebnilder.corn
Web: www.sunstatebuilder.com
CONTRACT
CLIENT: CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY
49 N.W. 5th Street. Suite W100
Miami, FL 33128.
Ph: (305) 679 6816
Fax: (305) 679 6835
JOB; 9ST. PEDESTRIAN MALL.
DATE: 08/13/10
We hereby plan to supply and install the following:
Scope of Work:
1. Pressure Clean 43,000.Sq.Ft. of Pavers, Terrazo and Walk Ways.
All Labor and Materials Included.
TOTAL AMOUNT OF CONTRACT ..... .......—........—..$2,100.00
Agreed and Accepted By
Date
Respectfully Submitted;
Steven Ortiz
President.
Page 1
Sun State Builders Of S. Fla Inc.
301- 189th Street. Sunny Isles, Fl 33160
Licensed & Insured # CRCO 18793
Ph : (786) 232-1459
Off (305) 936-0708
Fax (305) 466-1054
E-Mail: steven@sunstatebuilder.coxn
Web: www.sunstatebuilder.com
CONTRACT
CLIENT: CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY
49 N.W. 5th Street. Suite #100
Miami, FL 33128.
Ph: (305) 679 6816
Fax: (305) 679 6835
JOB: 9ST. PEDESTRIAN MALL.
DATE: 08/13/10
We hereby plan to supply d ins n :
Scope of Work:
1. Pressure Clean (61) Concrete Stool Seats.
Apply Conc. Stain to match existing color.
All Labor and Materials Included.
TOTAL AMOUNT OF CONTRACT $1,309.00
Agreed and Accepted By
Date
Respectfully Submitted;
Steven Ortiz
President.
Page 1
Sun State Builders Of S. Fla Inc.
301- 189tb Street. Sunny Isles, Fl 33160
Licensed & Insured # CRCO 18793
Ph : (786) 232-1459
Off: (305) 936-0708
Fax: (305) 466-1054
E-Mail: steven@snnstatebuilder.com
Web: www,sunstatebuilder,com
CONTRACT
CLIENT: CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY
49 N.W. 5" Street. Suite #100
Miami, FL 33128.
Ph: (305) 679 6816
Fax: (305) 679 6835
JOB: 9ST. PEDESTRIAN MALL.
DATE: 08/13/10
We hereby plan to supply and install the following:
Scope of Work:
I. .Supply Labor and Materials to strip paint from 27 light poles, sand light poles,
Apply Primer and one coat of Semi gloss red paint Electrostatic Paint.
2. Sand 60 Metal Seat, apply one coat of primer and one coat of semi gloss
Electrostatic Paint.
All Tabor and Materials Included.
TOTAL AMOUNT OF CONTRACT-- ............ ..... S16,800.00
Agreed and Accepted By
Date
Respectfully Submitted;
Steven Ortiz
President.
Page 1
P.DUNN
rd Chair
wit/Vendor
Request Date:
Requestor:
pose:
MIAMI
Community
Redevelopment Agency
OMNI REOMIDPMENT DISTRICT I MOWN
WORK ORDER NO.: 21/2010
RFS NO.: N/A
RESO NO.:
PIETER BOCKWEG
Executive Director
3M New Style Inc, Att: Mr. Yunier Morales
11331 SW 49 Street
Miami, FL 33165
305-979-9651
8/16/2010
AMark Spanioli, P.E.
Provide new black picket fence and entry gate at 9th street
pedestrian mall
Foe Ni, t to Exceed:
Ajro.kiniate Schedule:
SCOPE OF SERVICES
$5,300.00 (3 quotes attached)
Within the next 10-days
Approvals:
aqw16
Account
Date
Accepted by:
Signature:
Print Name:
SOUTHEAST OVERTOWN/PARK WEST, OMNI REDEVELOPMENT DISTRICT, AND MIDTOWN
COMMUNITY REDEVELOPMENT AGENCIES
49 N.W. 5n1Street, Ste. 100 / Miami, FL 33128 / Telephone: (305) 679-6800 / Facsimile (305) 679-6835
Email: craMci.miaml fl.us, / Website: www.mlami-cra.cre
Qv 0000
with Pressed Point Tops
Monumental Iron Works
For more:
• Information
• Drawings
• Specifications
Call 410-633-6500!
Available With:
Tubular Pickets
3/4" - 18 ga. Pickets
1" - 18 ga. Pickets
1" - 16 ga. Pickets
Rods
1 1/2" x 1 3/8"-Channels
6' or 8',Iong sections with 11 ga. rails
6' long sectiohs With'15 ga. rails
Estate D-Modified EstateD Estate E
All parts are galvanized
and powder coated
3 horizontal rails 4 horizontal rails 4 horizontal rails
1 row rims 1 row rings 2 row rings
Pointed Picke Tops Pointed Picket Tops Pointed Picket Tops
as
11331 S.W. 49 Street
Miami, Florida 33165
305-979-9651
PROPOSAL SUBMITTED TO: J j � �
PHONE: OE-7 1,
[jj
+DATE: 42— 2 —2O
STREET:
s
JOB NAME:
�c (0P kt &
CITY, STATE and ZIP CODE
J0B LOCATION
ARCHITECT \/u JC„ L1 tO
DATES
LF P N
JOB PHONE
Payment to b
6
hereby to furnish labor and material and labor— complete In accordance with the above specifications, for the sum of:
Rd//4-ei�
dollar
All material, Is guaranteed to be as specified. All work to be completed In a workmanlike
manner according to standard practices, Any alteration or deviation from above apecificatlons
Involving extra costs, will be executed only upon written orders, and will become arxtra
charge over and above the estimate. All agreements contingent upon strikes, accl s
) or delays beyond our control. Owner to carry'fire, tomado and other necessary insurance,
0ur workers are fully covered by Workman's Compensation Insurance,
fail Mf ri pu$2xi - The above prices, specifications
and conditions are satisfactory and hereby accepted. You are authorized
to do the work as specified, Payment will be made as outlined above,
Authorized
Signature:
Note: This proposal may be
/‹...withdrawnby us If not accepted within days.
Signature•
• tiara of Arrantanra
Slnnniurnt
Sun State Builders Of S. Fla, Inc
301- 189th Street. Sunny Isles, Fl 33160
Licensed & Insured # CRCO 18793
Ph : (786) 232-1459
Off: (305) 936-0708
Fax: (305) 466-1054
E-Mail: steven@sunstatebuilder.com
Web: www.sunstatebuilder.com
CONTRACT
CLIENT: CITY OF MIAMI COMMUNITY REDEVELOPMENT AGENCY
49 N.W. 5" Street. Suite #100
Miami, FL 33128.
Ph: (305) 679 6816
Fax: (305) 679 6835
JOB: 9ST. PEDESTRIAN MALL
DATE: 08/13/10
We hereby plan to supply and install the following:
Scope of Work:
1. Supply and Install 80 LN.FT. by 6Ft High Galvanize Fence Painted Black.
Also Two 11FT. Gates, Total LN.FT 102'.
"Additional to Change to Sliding door need concrete footer and Tracks"
$1,.500.00
All Labor and Materials Included.
TOTAL AMOUNT OF CONTRACT $5,395.00
Agreed and Accepted By
Date
Respectfully Submitted;
Steven Ortiz
President.
Page 1
Comments:
All work shall be performed in accordance to the Florida Building Code.
The customer shall pay the SSB (Sun State Builders) in current I.TS funds for the it's
performance of the Contract in accordance with the following schedule of unit prices andlor
time and materials rates which include a markup of (20)percent.
Based upon Applications for Payment submitted to the Customer by the SSB, the Customer
shall make progress payments on account of the Contract sum to SSB as follows:
Payments shall be due five (5) business days from date of submission of each Application for
payment to Customer. SSB may suspend performance upon Customer's failure to pay
progress payments when clue.
Payments due and unpaid under Con tiact shall bear interest from the date payment is due at
the legal rate prevailing from time to time at the place where the Project is located.
Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by
the Customer to the SSB when the work has been substantially completed.
SSB will not be responsible for the failure of subcontractors or material suppliers to meet
commitments or for other reasons beyond Contractor's control.
SSB will have the option to substitute any subcontractor or supplier that fails to perform in a
timely manner, does not proved acceptable work or materials and/or is in breach of his
contract,
If the project is suspended by the Customer for more than two months or abandoned in whole
or in part, the SSB will be paid a compensation for services performed to date and any
outstanding balances of cost of the project plus SSB's fixed fee prior to the receipt of written
notice from the Customer of such suspension or abandonment, together with reimbursable
expenses then due.
Any executed agreement between the SSB and the Customer may be teintinated upon written
notice should there be substantial nonperformance by a party to the agreement. In the event of
termination due to fault of the Customer , SSB will be paid for any outstanding balances or
cost of the project plus SSB's fixed fee to the date of termination.
Any demand for settlement of a controversy or claim will be made within a reasonable time
not to exceed (90) calendar days. With the Construction Industry's Arbitration Rule of
American Arbitration Association of Florida currently in effect unless the parties mutually
agree otherwise and subject to an initial presentation of claim or dispute. The award rendered
by the arbitrator or arbitrators shall be final and judgment may be entered in any court having
jurisdiction thereof
If any new or modified Plans are required to be submitted to any Governmental body for
Permit purposes, it shall be the Customer's obligation to cause such Plans or modifications
thereof to be prepared by duly qualified and licensed architect and/or engineers at Customer's
expense (and such cost, and any additional Permit fees, shall be in addition to, and are not
included in, the Contract sum.)
All materials guaranteed to be as specified. All work to be. completed in a timely manner to
standard practices. Any alteration or deviation from above specifications involving extra cost,
will be executed only upon written and signed order, and will become an extra charge over
and above the estimate. All agreements contingent upon strikes, accidents, weather,
unforeseen bureaucratic delays, unavailable materials, act of God nature or any other delays
beyond our control. Page 2
GOMEZ & SON FENCE COMPANY
10805 N.W. 22 STREET. MIAMI, FLORIDA 33172
TEL. (305) 471-8922 • FAX (305) 471-8925
PROPOSAL
DATE:
Gomez Fence Company proposes to furnish and install a fence at your size and quantities, The Customer must remove all obstruc-
tions that may interfere .and give the right measurements and properly comers.
NAME City of Miami
ADDRESS 49 NW 5th Street Suite 100 JOB ADDRESS 9 street NW 2nd Ave
CITY Miami
TEL, (305) 338-8893
CITY Miami
FAX ATTENTION Reynaldo Diaz
Any change on the.below specification the con fiC will be entinvly new.
111== SPECIAL INSTRUCTION /JOB SKETCH
Black iron
picket fence
OVERALL OVERAU
LENGT.H HEIGH1
01'
6'
TE
DRIVE
GATE
0
1
CHAIN LINK
WIRE
AUG
KNUCKLE -
UP
•
UP Ci
/
SPECIFICATION
Permit fee not
Included.
City cost + $150.00.
Ironwork
Installation of 100linear feet of 6' high black iron(galvanized)
picket fence.
Included 1-Rolling gate 22' open by 6' high. blk picket
Removal of 100' LJF of 8' high chain link fence.
See shop drawing for details.
Insurance available upon request.
Any questions please call 305-807-3180. Chris
FENCE TO FOLLOW
CONTOUR OF GROUND
El1
NOTICE PRICE Purchased By
salesman Christopher
2
FENCE TO BE LEVEL 3 TOTAL PRICE
Acdtrrilo Oman SON FENCE COMPANY
$6,845.00
material is to be as specified. All work to be completed in a work like manner according to standard practices. Any alteration or
oeviation from the above specifications involving extra costs •will be executed only upon written orders, and will become an extra charge
over and above the estimate. Our workers are fully covered by Workmen's Compensation and Public Liability insurance.
uaizp/zUJ.0 15:49 FAX
riJ
001
RIC IARD P,.DUNN 11
gourd Choir
�AMI
In II
edev op
60UMILWASIIRT6SUPAFI.Kwgir I EMI
WORK ORDER NO.: 22/2010
RFS NO.: N/A
RESO NO.:
PIETER.SOCKW RG
F„4ee;uklvy Direci,r
Consultant/Vendor: BCLS Landscaping (.Group, ape. Att: ''crry Jonec
1:S28 NW 43 Street
Miami, FL 33142
305-305-3244
Request Date: 8/19/2010
Requestor: Mark Sp anivll, P.
Purpose:
Provide labor to install and water landscaping provided by
Jeny Sod Service under WO# 102010
SCOPE OF SERVIGES
Fee Not to Exceed: 53,400.00 (1 quote attached — eomponi,►in with WO#I.612010)
Approximate Schedule: Within the next 10-days
Approvals:
502c.".111 . ..
undin8 Sour
Accepted by;
Signatu
Print Name: y
SOUTHEAST OVERTOWN/PARK WEST, QMNI REDEVELOPMEhrr OISTrlC'r, AND MIDTOWN
COMMUNITY REOEVEI,CTPMENT AGENCIES
49 N.W. 5T" Street, Ste. 100 / Miami, Ft, 331281 Te(aphono: ('stu) 479-88001 FogGilt Ike (3a5) VT6.Oe36
Email; S iti:n18ITmi.fl.us. / Website: www.miaml,pre.arg
FAX
C.W31.41
[211)02
HItrd.( IcrE
BCLS LANDSCAPING GROUP INC.
MAKING SOUTH FLORIDA A BEAUTIFUL PLACE
1528 NW 43° Street
MIMI, FL 33142
Phone: (305) 905-3244
Bill Tot
Southegist Overtown/Park West
Omni and !Midtown
Community Redevelopment Agencies
49 NW 5th Street Suite 100
kilaml, FL 3129
DATE: August 19, 2010
Proposal#: 9400701Revlsed)
For: Planting
e 6)96 S
ii•Aik LA -
Landscape Shape of Work: Install listed plant materials. Water Plants fcir 9 months. Plants will
be hand dug, will also mulch all trees.
1. Labor:
DESCRIPITION
TOTAL: $3,400.00
If you have any questions concerning this invoice please con
(305) 305-3244 or email bc 0
OrCe
$3,400.00
Terry Jones @
--LA) °