Loading...
LTC 581-2019 Procurement Reports MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139,www.miamibeachfl.gov LTC # 581-2019 LETTER TO COMMISSION To: Mayor Dan Gelber and Members the Cit Commission From: Jimmy L. Morales, City Manager Date: October 25, 2019 Subject: Procurement Reports As has been previously requested by the City Commission or as required by City regulations, the Procurement Department transmits monthly, via LTC, the following informational reports: • City contracts expiring within the next 180 days; • Open market purchases exceeding $50,000 during the preceding month; • Capital projects awarded pursuant to indefinite quantity contracts (IQC) or job order contracts (JOC); • Purchases of playground and related equipment pursuant to Resolution 2019-30777; • Emergency purchases approved by the City Manager during the preceding month; and • Any unauthorized purchase reported during the preceding month. In the past, these items have been transmitted to the City Commission as separate LTCs. However, in order to streamline and improve the reporting process, these informational items will now be combined into a single LTC issued monthly. In the future, when there is no data to report for the preceding month (e.g., see #4 below, purchases of parks & playground equipment), the item will be removed from the report. 1. CITY CONTRACTS EXPIRING OR ELIGIBLE FOR RENEWAL/EXTENSIONS IN THE NEXT 180 DAYS (See Attachment A). The contracts listed in Attachment A will expire or be eligible for renewal/extension, within the next 180 days. Additionally, the Administration, in addition to reporting on all existing City contracts, has included information relative to Miami-Dade County, State of Florida, U.S. Communities, and Federal GSA contracts that are approved for utilization by the City Manager, pursuant to Section 2-369 of the City Code. 2. OPEN MARKET PURCHASES EXCEEDING $50,000. Open market purchases are those purchases less than the amount established for formal bids. Section 2-395(4) of the City Code requires that open market purchases in excess of$50,000 be reported to the City Commission on a monthly basis. Below is a list of purchase orders for open market purchases for the preceding month. Purchase Department Description Total Date Vendor Order No. 20192589 Property New Doors for Fire $75,000.00 9/5/2019 B & B Rolling Door Management Station #4 Co., Inc. 20192641 Property Exterior Painting of $67,672.50 9/25/2019 Inclan Painting and Management City Hall Waterproofing, Corp. 20192644 Information Cybersecurity $96,800.00 9/26/2019 Technology Risk Technology Program Assessment Advisory, Inc. 2 3. CAPITAL OR INFRASTRUCTURE PROJECTS AWARDED PURSUANT TO THE SOURCEWELL (PREVIOUSLY NATIONAL JOINT POWERS ALLIANCE (NJPA)) COMPETITIVELY SOLICITED CONTRACT FOR CONSTRUCTION SERVICES. Section 255.20, Florida Statutes exempts construction projects under $300,000 from formal competitive solicitation requirements. Nonetheless, the Administration believes it is prudent to establish a process, which includes assuring that qualified contractors are performing the work and competitive pricing when awarding projects under the threshold established in Florida Statutes, while still expediting the award and completion of these projects. With these goals in mind, the Administration has pursued utilizing a process known as indefinite quantity contract (IQC) for construction services. The IQC process is used extensively by the local, state, and federal governmental agencies throughout the United States to expedite the delivery of small construction projects. The City Commission, at its April 23, 2014 meeting, approved a recommendation by the Administration to utilize the IQC process to expedite the delivery of construction projects under $250,000, or for emergency projects as approved by the City Manager. The City, as a governmental agency member, is authorized to utilize the IQC contract for construction services competitively awarded by Sourcewell. Additional information on the Sourcewell IQC contract is included in the attached Contract Award Memo, which provides guidelines for using the Sourcewell contract. Below is a list of projects awarded pursuant to the Sourcewell IQC contract for construction services for the preceding month. Project Title Department IQC No. Vendor Estimated Value Scott Rakow Youth Center Parks and Lee Construction Restroom Locker Room Recreation 2019-315 Group, Inc $239,823.35 Renovation (G.O. Bond Project) 4. PURCHASES FOR PARKS AND PLAYGROUND EQUIPMENT. Resolution No. 2019-30777 authorizes the City Manager, through standardization and waiver of competitive bidding requirements, to create a pool of preapproved manufacturers for all future purchases of playground equipment(aquatic and non-aquatic), park benches and outdoor furniture, outdoor fitness equipment, shade structures, recreational surfaces (safety surfaces, artificial turf and hardcourt surfaces), and lighting systems for all city parks facilities. Additionally, the Resolution also authorizes the City Manager to add any other manufacturers, within the approved categories, that would be necessary to expedite the completion of parks and playground facilities. Below is a list of approved purchases and manufacturers added for the preceding month. Approved Purchases Purchase Order Description Vendor Value No. Nothing to Report Manufacturers/Suppliers Added Manufacturer Category Nothing to Report 3 5. EMERGENCY PURCHASES. Section 2-396 of the City Code authorizes the City Manager to approve emergency purchases and requires that emergency purchases exceeding $50,000.00 be reported to the City Commission at its meeting following the emergency. The emergency purchase request process outlined in Code allows the City to respond expeditiously to unexpected needs. Below is a list of emergency purchases approved for the preceding month. Emer.enc Purchases Form No. Nature of Requestor Contractor Estimate Value Emergency Nothing to Report 6. UNAUTHORIZED PURCHASES (See Attachment B). Section 2-393(a) of the City Code prohibits the purchase of goods or services that are not in compliance with the requirements of the Procurement Code. Below is a list of unauthorized purchases exceeding the City Manager's authority for the preceding month. Unauthorized Purchases Form No. Nature of Unauthorized Requestor Contractor Value Purchase Concrete Panels and Piles 2019-398 for the Construction of a Public Works Shoreline $138,783.54` section of Seawall along Engineering Foundation, Inc. Indian Creek. *It is important to note that this payment is consistent with the settlement agreement that was presented to Commission regarding the Indian Creek seawall project. it JLM/MT/ D/ /AG/KB/TB F:\PURC\$ L\Reports\Procurement Commission Report 10-22-19.docx 180 REPORT ATTACHMENT Renewal Length of i Period Contract# Contract Description Vendor End Date Option the Renewal; Left Period in I Years October 2019 16-127-03 RENTAL EQUIPMENT FOR CONSTRUCTION AND RELATED MAIN UNITED RENTALS(NORTH AMERICAN)INC. 10/19/19 1 1 14-276-01 AUDITING SERVICES CROWE LLP 10/28/19 0 0 18-166-01 VALET PARKING SRV/THE FILLMORE/JACKIE GLEASON/MBCC FIRST CLASS PARKING SYSTEMS LLC 10/31/19 4 1 18-166-02 VALET PARKING SRV/THE FILLMORE/JACKIE GLEASON/MBCC PARK ONE OF FLORIDA,LLC 10/31/19 4 1 18-166-03 VALET PARKING SRV/THE FILLMORE/JACKIE GLEASON/MBCC COMMODORE PARKING CORP 10/31/19 4 0 November 2019 14-143-LR WEB BASED TRAINING SYSTEM MUNICIPAL EMERGENCY SERVICES, INC. 11/4/19 0 0 18-074-01 CONSULTING SERVICES REVIEW THE CITY'S REGULATIONS MATRIX CONSULTING GROUP LTD 11/5/19 1 1 18-218-01 EASTCOAST MULCH EAST COAST MULCH CORP 11/14/19 3 1 16-083-01 INTERACTIVE TRANSPARENCY PORTAL OPENGOV, INC. 11/19/19 0 0 41-11/12 REMOVAL AND DISPOSAL OF DERELICT VESSEL BLUE WATER MARINE SERVICES,INC. 11/23/19 0 0 17-290-01 CITY WIDE FRAUD RISK ASSESSMENT RSM US LLP 11/27/19 2 1 14-168-02 INSPEC/MAINT OF PARKING LOT LIGHTING R&D ELECTRIC, INC. 11/30/19 0 0 41-11/12-1 REMOVAL AND DISPOSAL OF DERELICT VESSEL DOCK AND MARINE CONSTRUCTION CORP 11/30/19 0 0 December 2019 41-11/12-2 REMOVAL AND DISPOSAL OF DERELICT VESSEL UNDERWATER ENGINEERING SERVICES INC 1 12/4/19 0 0 41-11/12-3 REMOVAL AND DISPOSAL OF DERELICT VESSEL BISCAYNE TOWING&SALVAGE, INC 12/4/19 0 0 17-119-01 SMART CITY LIGHTING SYSTEMS PHASE 1A JOHNSON CONTROLS, INC. ' 12/13/19 0 0 14-275-02 GROUNDS MAINTENANCE-ROW PARKING FACILITIES SUPERIOR LANDSCAPING&LAWN SERVICE, 1 12/21/19 0 0 14-275-01 GROUNDS MAINTENANCE-ROW PARKING FACILITIES SFM SERVICES, INC. 12/22/19 0 0 14-275-04 GROUNDS MAINTENANCE-ROW PARKING FACILITIES BRIGHTVIEW LANDSCAPE SERVICES, INC. 12/22/19 0 0 13-266-01 TITLED COMMERCIAL RECORDS MANAGEMENT GRM INFORMATION MANAGEMENT SERVICES 12/31/19 0 0 15-205-01 MNGMENT&OPERATION OF PUBLIC BEACHFRONT CONCES BOUCHER BROTHERS MIAMI BEACH 21 &46 12/31/19 1 1 17-139-01 FERTILIZERS PREQUALIFICATION DIAMOND R FERTILIZER CO INC 12/31/19 0 0 17-139-02 FERTILIZERS PREQUALIFICATION SITEONE LANDSCAPE SUPPLY 12/31/19 0 0 17-139-03 FERTILIZERS PREQUALIFICATION GREEN WAY TURF INC. 12/31/19 0 0 17-139-04 FERTILIZERS PREQUALIFICATION HOWARD FERTILIZER&CHEMICAL COMPANY, 12/31/19 0 0 17-139-05 FERTILIZERS PREQUALIFICATION HARRELL'S LLC 12/31/19 0 0 53-11/12 VARIOUS BANKING SERVICES SUNTRUST BANK 12/31/19 3 1 January 2020 14-346-16 A&E SERVICES ON AS-NEEDED-BASIS BENDER&ASSOCIATES ARCHITECTS PA 1/4/20 1 1 14-168-01 INSPECTION AND MAINTENANCE OF PARKING LOT LIGHTING ENTERPRISE ELECTRICAL CONTRACT 1/5/20 0 0 15-043-04 AUDIT SVCS FOR RESORT TAXES AND INTERNAL AUD BCA WATSON RICE LLP 1/10/20 1 1 15-160-01 CONSTRUCTABILITY COST&VALUE ENGINEERING SERVICES KEITH AND SCHNARS, P.A. 1/14/20 1 1 15-137-03 PLAYGROUND SURFACES AND BONDED AGGREGATE LEADEX CORPORATION 1/18/20 1 1 15-160-02 CONSTRUCTABILITY,COST AND ENGINEERING SERVICES ATANE ENGINEERS,ARCHITECTS&LAND 1/18/20 1 1 15-145-02 EMERGENCY BOARD-UP&SECURING SERVICES 911 RESTORATION INC. 1/19/20 2 1 17-065-01 G-TEC EQUIPMENT SERVICES G-TEC EQUIPMENT SERVICES,LLC 1/23/20 0 0 19-193-01 PUBLIC SAFETY VEHICAL ACCESSORIES PRE QUALIFIED PO DANA SAFETY SUPPLY, INC. 1/24/20 1 1 15-203-01 TELECOMMUNICATIONS WIRING SERVICES ASE TELECOM &DATA INC 1/27/20 1 1 14-302-01 CLAIMS ADM SVCS FOR WORKERS COMPENSATION CORVEL ENTERPRISE COMP,INC 1/31/20 0 0 17-053-01 SHI FOR OUR MICROSOFT ENTERPRISE LICENSING AGRMT SOFTWARE HOUSE INTERNATIONAL 1/31/20 0 0 February 2020 15-203-02 TELECOMMUNICATIONS WIRING SERVICES STRUCTURED CABLING SOLUTION INC 2/1/20 1 1 14-195-01 GROUNDS MAINTENANCE SERVICES BRIGHTVIEW LANDSCAPE SERVICES, INC. 2/2/20 0 0 14-195-02 GROUNDS MAINTENANCE SERVICES SUPERIOR LANDSCAPING&LAWN SERVICE, 2/2/20 0 0 Page: 1 of 4 10/22/2019 180 REPORT ATTACHMENT r- Renewal Length of Period Contract# Contract Description Vendor End Date Option the Renewal Left Period in Years February 2020 14-195-03 GROUNDS MAINTENANCE SERVICES EVERGLADES ENVIRONMENTAL 2/2/20 0 0 14-195-04 GROUNDS MAINTENANCE SERVICES ELAN LAWN&LANDSCAPE SERVICES 2/2/20 0 0 15-267-02 CONSTRUCTION OF SEAWALLS CITYWIDE PAC COMM, INC. 2/2/20 1 1 15-267-03 CONSTRUCTION OF SEAWALLS CITYWIDE SHORELINE FOUNDATION INC. 2/2/20 1 1 17-29709-1 ARTS EDUCATION PROGRAMS ARTS FOR LEARNING/MIAMI, INC. 2/6/20 0 0 15-267-01 CONSTRUCTION OF SEAWALLS CITYWIDE KEARNS CONSTRUCTION COMPANY 2/7/20 1 1 14-346-26 A&E SERVICES ON AS-NEEDED-BASIS THORNTON TOMASETTI INC 2/11/20 1 1 14-346-32 A&E SERVICES ON AS-NEEDED-BASIS AECOM TECHNICAL SERVICES, INC 2/11/20 1 1 15-097-01 POOL EQUIP.REPLACEMENT, MAINT.AND REPAIR COMMERCIAL ENERGY SPECIALISTS INC 2/11/20 1 1 15-160-03 CONSTRUCTABILITY COST&VALUE ENGINEERING SERVICES U.S.COST INCORPORATED 2/11/20 1 1 16-139-01 ACCESS CONTROL&SECURITY SYSTEMS CONSULTANTS BURNS&MCDONNELL ENGINEERING COMPANY 2/12/20 2 1 16-178-01 POLICE AND FIRE DEPARTMENT UNIFORMS&ACCESSORIES GLOBAL TRADING INC. 2/12/20 2 1 17-032-01 PAINTING&STRIPING OF DEDICATED BICYCLE LANES ATLANTIC PAVING CO, INC 2/12/20 2 1 13-215-01 FLOORING WITH RELATED EQUIPMENT AND SERVICES MILLIKEN DESIGN INC. 2/15/20 1 1 13-215-02 FLOORING MATERIAL TANDUS CENTIVA US LLC 2/15/20 1 1 • 14-127-00 MEDICAL SERVICES MOUNT SINAI MEDICAL CENTER OF FLORIDA, 2/15/20 0 0 19-219-01 TO PROVIDE LOW COST SPAY AND NEUTER SERVICES THE CAT NETWORK, INC. 2/20/20 2 1 13-373-01 PURCHASE OF WATER METER BOXES&COVERS FERGUSON ENTERPRISES INC. 2/23/20 0 0 14-002-01 FOR ARMORED CAR SERVICES TRANSVALUE, INC 2/23/20 0 0 14-346-29 A&E SERVICES ON AS-NEEDED-BASIS STANLEY CONSULTANTS, INC. 2/23/20 1 1 15-093-02 FOR MOVING SERVICES JASMOV, INC. 2/23/20 1 1 17-039-01 PLUMBING SERVICES PIPELINE PLUMBING SERVICES OF 2/23/20 2 1 17-039-02 PLUMBING SERVICES HABER&SON'S PLUMBING, INC 2/23/20 2 1 15-052-01 TEMPORARY STAFFING SERVICES INTEGRITY TRADE SERVICES LLC 2/25/20 0 0 15-093-03 FOR MOVING SERVICES MILLENNIUM RELOCATION SERVICES INC 2/28/20 1 1 17-29783 PURCHASE OF SULZER PUMP EQUIP,PART,SOFTW&SER HYDRA SERVICE(S)INC 2/29/20 0 0 17-29784 PURCHASE OF FLYGT/XYLEM PUMP EQUIP,PART,SOFTW&SVCS XYLEM WATER SOLUTIONS USA INC 2/29/20 0 0 March 2020 15-059-01 OFFICE FURNITURE AND FILES EMPIRE OFFICE INC 3/1/20 0 0 14-325-01 PROGRAM MNGMNT SVCS FOR BLDG CONT REHAB SVCS GECKO GROUP INC. 3/2/20 0 0 15-042-01 AGGREGATE TOP SOIL AND SAND ABC TRANSFER INC. 3/2/20 0 0 15-042-02 AGGREGATE TOP SOIL AND SAND FLORIDA SUPERIOR SAND, INC 3/2/20 0 0 15-052-02 TEMPORARY STAFFING SERVICES ATRIUM PERSONNEL INC 3/2/20 0 0 15-052-03 TEMPORARY STAFFING SERVICES CREATIVE STAFFING 3/2/20 0 0 15-052-04 TEMPORARY STAFFING SERVICES WORKSQUARE LLC 3/2/20 0 0 15-195-01 HEALTH CARE BENEFITS CONSULTANT SERVICES GALLAGHER BENEFITS SERVICES 3/10/20 1 1 17-038-01 MAINTENANCE OF STREET LIGHTS ON STATE ROAD IN CMB R&D ELECTRIC, INC. 3/13/20 2 1 17-29760-2 CITYWORKS SOFTWARE AZTECA SYSTEMS HOLDINGS LLC 3/13/20 0 0 17-016-01 BARRICADES&TRAFFIC EQUIPMENT RENTALS ROADSAFE TRAFFIC SYSTEMS, INC 3/15/20 2 1 17-208-01 HVAC PRODUCTS, INSTALLATION SERVICES&RELATED PRO TRANE US, INC 3/21/20 1 1 17-016-02 BARRICADES&TRAFFIC CONTROL EQUIPMENT RENTAL ALL AMERICAN BARRICADES CORP 3/23/20 2 1 17-016-03 BARRICADES&TRAFFIC CONTROL EQUIPMENT RENTALS BOB'S BARRICADES, INC. 3/23/20 2 1 Page:2 of 4 10/22/2019 180 REPORT i ' Lri dt� Renewal Length of Period Contract# Contract Description Vendor End Date Option the Renewal Left Period in Years March 2020 17-037-01 ROOFING CONSULTANT SERVICES IN AN AS NEEDED BASIS PROFESSIONAL SERVICE INDUSTRIES INC 3/23/20 2 1 17-038-02 MAINTENANCE OF STREET LIGHTS ON STATE ROADS IN CMB UNDER POWER CORPORATION 3/23/20 2 1 17-038-03 MAINTENANCE OF STREET LIGHTS ON STATE ROAD IN CMB HORSE POWER ELECTRIC INC 3/23/20 2 1 19-30686-1 THE ACT AND CULTURAL PROG PLANNING OF LUMMUS PARK THE PRISM MUSIC GROUP INC 3/28/20 3 3 15-013-02 SECURITY OFFICER SERVICES G4S SECURE SOLUTIONS(USA)INC 3/31/20 1 1 16-093-01 PARTS/SVCS FOR BUSES&SUP EQUIP-PREQUAL CUMMINS INC 3/31/20 0 0 17-241-01 MAINTENANCE OF STORMWATER&SANITARY SEWER FACILIT A&A DRAINAGE&VAC SERVICES INC 3/31/20 1 3 18-093-01 COMPUTER EQUIPMENT AND SERVICES DELL MARKETING L.P. 3/31/20 0 0 • Page: 3 of 4 10/22/2019 180 REPORT ATTACHMENT A Month to Month Period Contract# Contract Description Vendor 1-02-08/09 RED LIGHT VIOLATION CAMERA ENFORCEMENT CONDUENT STATE & LOCAL SOLUTIONS, INC. 1-33-10/11 FOR THE MBCC CONSULTING SERVICES JONES LANG LASALLE AMERICAS INC 107-99/00 CONSTRUCT OPERATE & MAINTAIN BUS SHELTER STRUCTURE CLEAR CHANNEL OUTDOOR INC 13-185-01 P25 MOBILE RADIO SYSTEM CONSULTING SVCS TUSA CONSULTING SERVICES II 03-25199 PUBLIC SAFETY RADIO SYSTEM MOTOROLA SOLUTIONS, INC. 13-113-01 ROUTINE AND EMERGENCY REPAIRS FOR WATER ENVIROWASTE SERVICES GROUP, INC. 13-113-02 ROUTINE AND EMERGENCY REPAIRS FOR WATER LANZO CONSTRUCTION CO., FLORIDA 13-113-04 ROUTINE AND EMERGENCY REPAIRS FOR WATER GIANNETTI CONTRACTING CORPORATION. 2 1-01-11/12 LEASING OF COPIERS SHARP COPIERS SHARP ELECTRONICS CORPORATION 15-073-01 PLANS REVIEW, INSP AND PERMIT CLERK SVCS C.A.P. GOVERNMENT, INC. t 13-095-01 TENNIS MANAGEMENT AND OPERATIONS MIAMI BEACH TENNIS MANAGEMENT LLC c 13-178-02 COMMERCIAL&RESIDENTIAL WASTE COLLECTION & DISPOSAL PROGRESSIVE WASTE SOLUTIONS OF FL, INC. 13-178-01 COMMERCIAL & RESIDENTIAL WASTE COLLECTION & DISPOS WASTE MANAGEMENT INC OF FLORIDA 14-191-01 CITYWIDE INTERIOR/EXTERIOR PAINTING /WATERPROOFING ROOF PAINTING BY HARTZELL, INC. 14-191-03 CITYWIDE PAINTING - INTERIOR/EXTERIOR INCLAN PAINTING AND WATERPROOFING, CORP. 14-116-01 TRAFFIC ENGINEERING CONSULTING SERVICES FLORIDA TRANSPORTATION ENGINEERING, INC 13-317-02 MGMT & OPER. OF STREET MARKETS NORMANDY THE MARKET COMPANY, INC. 13-317-03 MANAGEMENT AND OPERATION OF LINCOLN ROAD MARKET PRODUCTIONS SUD INC 13-317-05 MGMT &OPER. OF THE LINCOLN ROAD GREEN MARKET THE MARKET COMPANY, INC. Page: 4 of 4 10/22/2019 ATTACHMENT B Iv\ I AM I B EACH Approval of Unauthorized Purchase Form UAP No.: 2019-398-AG Purchase Information Date: Individual Responsible for Unauthorized Purchase: 09/18/2019 Former city engineer Vendor for Unauthorized Purchase: Requisition No.(s): Shoreline Foundation Amount of Order(s): Invoice No.(s): 138,783.54 2914-R2 Date Ordered: Date Received: 09/14/2017 08/15/2018 Goods or Services Received: Concrete Panels and Piles for the construction of a section of seawall along Indian Creek. 1.Why were procurement policies,including the requirement to obtain necessary approvals and purchase orders,not followed prior to issuance of order? On December 1,2017,while the original portion of the project's seawall was under construction,former City Engineer Bruce Mowry instructed the seawall contractor(Shoreline Foundation)to commence with the fabrication of piles and panels necessary to continue with future portions of the Indian Creek seawall project.While the intent of this action was to expedite the project,the City had not issued authorization approving the work nor encumbered the funds necessary to pay for the materials requested.However,based on the direction given by a senior staff member of the City,the City is liable for the materials ordered.The total amount of the cost for the ordered materials is$138,783.54.While these materials should not have been ordered without following the appropriate procedures,they can be used for the remaining section of seawall along Indian Creek.Attached please find all the backup documentation for this matter. 2.Why was this particular vendor utilized? The contractor was already contracted for previous sections of seawall along the Indian Creek project. 3.What steps will you take in the future to avoid further violations of Miami Beach Procurement Policies? No authorization to start work will be provided to any contractor/vendor without a previously executed work order,as required by the contract,and a purchase order to encumber the funds necessary for the project. City Code Sec.2.393(a).—Unauthorized Purchases: Purchases to be made only by procurement director.It shall be unlawful for any city officers or employees to order the purchase of any materials,supplies, equipment and certain contractual services,or make any contract within the purview of this article other than through the procurement director, and any purchase,order or contract made contrary to the provisions of this article shall not be approved and the city shall not be bound thereby. I hereby certify that I have inspected the merchandise or services listed above SIGNATURE OF INDIVIDUAL PLACING ORDER: and there is no exception as to quantity or quality;that I agree to be bound by This individual is no longer the rules and regulations of the City regarding the acquisition of goods and employed by the City. services;and that further violations may lead to disciplinary action. DATE: Approval to Pay Unauthorized Purchase Department Head Asst.City Manager City Manager SIGNATUR :/ , SIG • URE: i111� /r/If�ih� I1 R- I DATE: DA : DATE:i r Procurement Review SIGNATURE: COMMENTS: DATE: SHORELINE FOUNDATION, INC. INVOICE 2914.82 FED ID#59-2695595 2781 SW 56 AVENUE } ''., DATE: August 15,2018 WEST PARK,FL 33023 S " INVOICE#: 2914-R2 Phone 954.485.0460 Fax 954.485.0462 4 ,•'! CUSTOMER#: C1T375 www.shorellnefoundation,corn SFI#: CPM-15-528 Bill To: Ship To: CITY OF MIAMI BEACH Indian Creek 26th to 40th Street 1700 Convention Center Drive City Requested Additional Work Miami Beach,FL 33139 P.O.#Pending Receipt from COMB Attn: Giancarlo Pena,P.E. QTY. r DESCRIPTION.. _r UNIT PRICE -• AMOUNT`': ADDITIONAL REQUESTED WORK BY THE CITY OF MIAMI BEACH 1 BOND RYDER FOR ADDITIONAL 2300 LF(EXHIBIT"A"): $ 29,949.00 $ 29,949.00 FABRICATION OF 38 SEAWALL PANELS (PER ATTACHED TEXT FROM BRUCE MOWRY ON DECEMBER 01,2017 EXHIBIT"B") 1 REBAR(41,230 LBS-FOR 38 SEAWALL PANELS): $ 6,654.34 $ 6,654.34 1 CONCRETE(165 CY-FOR 38 PANELS FABRICATED): $ 21,816.51 $ 21,816.51 1 FABRICATION OF CONCRETE PILE(56 PIECES 14"x14"DELIVERY NOT INCLUDED): $ 27,754.22 $ 27,754.22 1 LABOR TO FORM&POUR(FOR 38 PANELS FABRICATED): $ 42,715.42 $ 42,715.42 1 MARKUP ON MATERIAL&LABOR ONLY $ 9,894.05 $ 9,894.05 $ - TOTAL $ 138,783,54 Make all checks payable to SHORELINE FOUNDATION,INC. THANK YOU FOR YOUR BUSINESSI