Loading...
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) °