Res No 065-23-15998RESOLUTION NO.065-23-15998
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA, APPROVING THE
PROPOSAL AND PROJECT WORK/PURCHASE ORDER
WITH KIMLEY-HORN AND ASSOCIATES, INC. TO
PROVIDE ENGINEERING SERVICES FOR A
STRUCTURAL AND WATERPROOFING CONDITION
ASSESSMENT AND CONSTRUCTION DOCUMENTS FOR
THE MUNICIPAL PARKING GARAGE LOCATED AT 5829
SW 73" STREET; PROVIDING FOR AUTHORIZATION;
IMPLEMENTATION; CORRECTIONS; SEVERABILITY;
AND AN EFFECTIVE DATE.
WHEREAS, the City owns and operates a municipal parking garage structure located at
5829 SW 73`d Street that provides approximately 435 parking stalls, and restaurants and retail
spaces at ground level (the "Parking Garage"); and
WHEREAS, the Parking Garage is over sixteen (16) years old; and
WHEREAS, the Public Works and Engineering Departments have observed several loose
joints material, cracks and exposed rebars on the joints throughout the Parking Garage structure;
and
WHEREAS, regularly scheduled condition assessments in parking garages are critical to
maximize the structure's service life, minimize cost and operational impacts for repairs and
maximize patron safety; and
WHEREAS, the Public Works and Engineering Departments recommend performance of
a structural and waterproofing condition assessment for the Parking Garage; and
WHEREAS, Kimley-Horn and Associates, Inc. (the "Consultant"), was requested to
provide a proposal for engineering services to provide a structural and waterproofing condition
assessment and restoration construction documents for the Parking Garage ("Services"); and
WHEREAS, in accordance with Florida Statute 287.055, "Consultants Competitive
Negotiation Act ("CCNA")", Consultant is one of various firms selected by the City Commission
pursuant to RFQ No. PW2022-03, and approved in Resolution No. 056-22-15809, to provide
professional engineering services, as needed, and resulting in the City entering into a continuing
Professional Services Agreement with Consultant dated May 3, 2022 for such services; and
Page 1 of 5
Res. No. 065-23-15998
WHEREAS, a proposal was received from the Consultant in the amount of $48,205.50 for
the Services, attached hereto as Exhibit "A'; and
WHEREAS, the City Commission desires to approve the Consultant's Proposal for the
Services attached hereto as Exhibit "A" and authorize the City Manager to issue and execute a
Project Work/Purchase Order with the Consultant for the Services in substantially the form
attached hereto as Exhibit `B'; and
WHEREAS, the $48,205.50 expense for the Services will be charged to the Capital
Improvement Program Fund Account No. 301-1410-513-6430 which has a balance of $142,824
prior to this request; and
WHEREAS, the City Commission finds that this Resolution is in the best interest and
welfare of the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE
CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS:
Section 1. Recitals. The above -stated recitals are true and correct and are incorporated
herein by this reference.
Section 2. Approval and Authorization. The City Commission approves the
Consultant's Proposal attached hereto as Exhibit "A" and authorizes the City Manager to issue a
Project Work/Purchase Order to Kimley-Horn and Associates, Inc., for a Structural and
Waterproofing Condition Assessment and Restoration Construction Documents for the Parking
Garage, in substantially the form attached hereto as Exhibit "B", for a lump sum fee not to exceed
$48,205.50, payable from the Capital Improvement Program Fund Account No. 301-1410-513-
6430 which has a balance of $142,824 prior to this request.
Section 3. Implementation. The City Manager is hereby authorized to take any and
all action necessary to implement this Resolution.
Page 2 of 5
Res. No. 065-23-15998
Section 4. Corrections. Conforming language or technical scrivener -type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 5. Severability. If any section clause, sentence, or phrase of this Resolution
is for any reason held invalid or unconstitutional by a court of competent jurisdiction, the holding
shall not affect the validity of the remaining portions of this Resolution.
Section 6. Effective Date. This Resolution shall become effective immediately upon
adoption.
PASSED AND ADOPTED this 61h day of June, 2023.
ATTEST:
CITYtLERK
READ AND APPROVED AS TO FORM,
LANGUAGE, LEGALITY AND
EXECUTION THEREOF
CITY
• r •u
APPROVED:
AYOR
COMMISSION VOTE: 5-0
Mayor Fernandez:
Yea
Vice Mayor Bonich:
Yea
Commissioner Calle:
Yea
Commissioner Liebman:
Yea
Commissioner Corey:
Yea
Page 3 of 5
Res. No. 065-23-15998
EXHIBIT 'W'
(Consultant's Proposal)
Page 4 of 5
Res. No. 065-23-15998
EXHIBIT "B"
(Project Work/Purchase Order)
Page 5 of 5
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
KIMLEY-HORN AND ASSOCIATES, INC.
Project Name: City of South Miami Municipal Parking Garage — Structural and Waterproofing Condition
Assessment and Restoration Construction Documents
1 of I
Iof12
PROJECT WORK/PURCHASE ORDER
Between
CITY OF SOUTH MIAMI, FLORIDA
And
KIMLEY-HORN AND ASSOCIATES, INC.
Project Name: City of South Miami Municipal Parking Garage — Structural and Waterproofing Condition
Assessment and Restoration Construction Documents
Subject to the provisions contained in the "Professional Services Agreement for Professional
General Engineering and Architectural Services" (hereinafter referred to as the "Professional Services
Agreement") between the CITY OF SOUTH MIAMI, FLORIDA (hereinafter referred to as "City") and
KIMLEY-HORN AND ASSOCIATES, INC. (hereinafter referred to as "Consultant") dated May 3, 2022,
which Professional Services Agreement was competitively procured through Request For Qualifications
(RFQ) No. PW2022-03 in accordance with Section 287.955 Florida Statutes. This Project Work/Purchase
Order is made effective as of the I 6th Dav of June 2023, and authorizes the
Consultant to provide the services as set forth below:
SECTION 1. SCOPE OF SERVICES
1.1 Consultant shall provide professional engineering services, including Structural and
Waterproofing Condition Assessment and Restoration Construction Documents for the City of
South Miami Municipal Parking Garage located at 6829 SW 73fd Street, South Miami, Florida, and
complete the tasks that are identified and described in the project proposal, attached hereto as Exhibit "1"
for the City (the "Services").
1.2 The City may request changes that would increase, decrease, or otherwise modify the
scope of services outlined under the Project Proposal attached hereto as Exhibit•"1." Such changes must
be contained in a written change order executed by the parties in accordance with the provisions of the
Professional Services Agreement, prior to any deviation from the terms of this Project Work/Purchase
Order, including the initiation of any extra work.
SECTION 2. DELIVERABLES
2.1 As part of the scope of services and project schedule, the Consultant shall provide the City
with the Deliverables identified in the Project Proposal attached hereto as Exhibit "1."
SECTION 3. TERMITIME OF PERFORMANCE/DAMAGE
3.1 Term. This Project Work/Purchase Order shall commence on the date this instrument is
fully executed by all parties and shall continue in full force and effect until terminated pursuant to Section 6
or other applicable provisions of this Project Work/Purchase Order. The City Manager, in his sole discretion,
may extend the term of this Project Work/Purchase Order through written notification to the Consultant.
Such extension shall not exceed 90 days. No further extensions of this Agreement shall be effective unless
authorized by the City Manager.
1 of 4
2 of 12
3.2 Commencement. Services provided by the Consultant under this Project Work/Purchase
Order and the time frames applicable to this Project shall commence upon the date provided in a written
Notice to Proceed ("Commencement Date") provided to the Consultant by the City. The Consultant shall
not incur any expenses or obligations for payment to third parties prior to the issuance of the Notice to
Proceed. Consultant must receive written notice from the City Manager prior to the beginning the
performance of services.
3.3 Contract Time. Upon receipt of the Notice to Proceed, the Consultant shall provide
services to the City on the Commencement Date, and shall continuously perform services to the City,
without interruption, in accordance with the time frames set forth in the Project Proposal attached and
incorporated into this Agreement as Exhibit 1". The number of calendar days from the Commencement
Date, through the date set forth in the Project Schedule for completion of the Project or the date of actual
completion of the Project, whichever shall last occur, shall constitute the Contract Time.
3.4 All limitations of time set forth in this Agreement are of the essence.
SECTION 4. AMOUNT, BASIS AND METHOD OF COMPENSATION
4.1 Compensation. Consultant shall be compensated for the provision of the Services in
accordance with Exhibit "1" attached hereto. Consultant shall receive a total lump sum fee of $48,205.50
for this Project.
4.2 Reimbursable Expenses.
compensation listed in Section 4.1 above.
SECTION 5. BILLING AND PAYMENTS
5.1 Invoices
All reimbursable expenses are included in the total
5.1.1. _Compensation and Reimbursable Expenses. Consultant shall submit invoices
which are identified by the specific project number on a monthly basis in a timely manner.
These invoices shall identify the nature of the work performed, the phase of work, and the
estimated percent of work accomplished in accordance with the Payment Schedule attached
hereto as Exhibit "1", attached hereto and made part of this Agreement. Invoices for each
phase shall not exceed amounts allocated to said phase plus reimbursable expenses
accrued during each phase. The statement shall show a summary of fees with accrual of the
total and credits for portions paid previously.
5.1.2. Florida Prompt Payment Act. The City shall pay the Contractor in accordance with
the Florida Prompt Payment Act after approval and acceptance of the Services by the City
Manager.
5.2 Disputed Invoices. In the event that all or a portion of an invoice submitted to the City for
payment to the Consultant is disputed, or additional backup documentation is required, the City shall notify
the Consultant within fifteen (15) working days of receipt of the invoice of such objection, modification or
additional documentation request. The Consultant shall provide the City within five (5) working days of the
date of the City's notice. The City may request additional information, including but not limited to, all
invoices, time records, expense records, accounting records, and payment records of the Consultant. The
City, at its sole discretion, may pay to the Consultant the undisputed portion of the invoice. The parties
shall endeavor to resolve the dispute in a mutually agreeable fashion.
2 of 4
3 of 12
5.3 Suspension of Payment. In the event that the City becomes credibly informed that any
representations of the Consultant, provided pursuant to Subparagraph 5.1, are wholly or partially
inaccurate, or in the event that the Consultant is not in compliance with any term or condition of this Project
Agreement, the City may withhold payment of sums then or in the future otherwise due to the Consultant
until the inaccuracy, or other breach of Project Agreement, and the cause thereof, is corrected to the
Owner's reasonable satisfaction.
5.4 Retainage.
0
and Fespops,b*ll.t.op-r-,,-I.n.deF the PFejerat ment—. Intentionally Deleted.
5.5 Final Payment. Submission to the Consultant's invoice for final payment and
reimbursement shall constitute the Consultant's representation to the City that, upon receipt from the City
of the amount invoiced, all obligations of the Consultant to others, including its consultants, incurred in
connection with the Project, shall be paid in full. The Consultant shall deliver to the City all documents
requested by the City evidencing payments to any and all subcontractors, and all final specifications, plans,
or other documents as dictated in the Scope of Services and Deliverable. Acceptance of final payment
shall constitute a waiver of all claims against the City by the Consultant.
SECTION 6. TERMINATION/SUSPENSION
6.1 For Cause. This Project Work/Purchase Order may be terminated by either party upon
five (5) calendar days written notice to the other should such other party fail substantially to perform in
accordance with its material terms through no fault of the party initiating the termination and fails to cure
the failure to perform within such five (5) day period. In the event that Consultant abandons this Project
Work/Purchase Order or causes it to be terminated by the City, the Consultant shall indemnify the City
against any loss pertaining to this termination. In the event that the Consultant is terminated by the City for
cause and it is subsequently determined by a court by a court of competent jurisdiction that such termination
was without cause, such termination shall thereupon be deemed a termination for convenience under
Section 6.2 and the provision of Section 6.2 shall apply.
6.2 For Convenience. This Project Work/Purchase Order may be terminated by the City for
convenience upon fourteen (14) calendar days' written notice to the Consultant. In the event of such
termination a termination, the Consultant shall incur no further obligations in connections with the Project
and shall, to the extent possible terminate any outstanding subconsultant obligation. The Consultant shall
be compensated for all services performed to the satisfaction of the City and reimbursable expenses
incurred prior the date of termination. In such event, the Consultant shall promptly submit to the City its
invoice for final payment and reimbursement which invoice shall comply with the provisions of Section 5.1.
Under no circumstances shall the City make payment of profit to the Consultant for services which have
not been performed.
6.3 Assignment upon Termination. Upon termination of this Project Work/Purchase Order, a
copy of all work product of the Consultant shall become the property of the City and the Consultant shall
within ten (10) working days of receipt of written direction from the City, transfer to either the City or its
authorized designee, a copy of all work product in its possession, including but not limited to designs,
specifications, drawings, studies, reports and all other documents and data in the possession of the
Consultant pertaining to this Project Work/Purchase Order. Upon the City's request, the Consultant shall
additionally assign its rights, title and interest under any subcontractor's agreements to the City.
6.4 Suspension for Convenience. The City shall have the right at any time to direct the
Consultant to suspend its performance, or any designated part thereof, for any reason whatsoever, or
without reason, for a cumulative period of up to thirty (30) calendar days. If any such suspension is directed
3 of 4
4 of 12
by the City, the Consultant shall immediately comply with same. In the event the City directs a suspension
of performance as provided herein, through no fault of the Consultant, the City shall pay the Consultant as
full compensation for such suspension the Consultant's reasonable cost, actually incurred and paid, of
demobilization and remobilization.
Section 7. American Rescue Plan Act Contract Conditions.
7.1 The Consultant acknowledges that the Services authorized under this Project Agreement
may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to
the City pursuant to the American Rescue Plan Act ("ARPA'). Towards that end, the Consultant shall be
required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent
amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in
the ARPA Addendum.
If compliance with the ARPA Addendum is required, the City shall select this box: O.
[REMAINDER OF PAGE LEFT INTENTIONALLY BLANK.
SIGNATURE PAGE FOLLOWS.]
4 of 4
5 of 12
IN WITNESS WHEREOF, the parties hereto have caused this Project Work/Purchase Order
executed as of the day and year as first stated above.
ATTEST:
CITY WRK
APPROVED AS TO FORM AND LEGAL
SUFFICIENCY:
C � ATTORNE/
WITNESSES:
tint Name: Barton Fye, HE.
Print Name: Aaron Buchle,P.E.
CITY:
CITY OF SCUTH MIAMI, FLORIDA, a
Florida M icioal Coroorati
By: iti,15� w W v
enaro "Chip" Iglesias, City Manag
Date:
CONSULTANT:
KIMLEY-HORN AND ASSOCIATES, INC.
By:
Name: eonte 1. Almonte, P.E.
Title: Associate
Date: 06/13/2023
IofI
6 of 12
` }
J il+�"
EXHIBIT "'I"
PROJECT PROPOSAL
(SCOPE OF SERVICES AND SCHEDULE AND PAYMENT SCHEDULE)
7 of 12
Kim(epMorn
May 22, 2023
Mr. Aurelio J. Carmenates
Capital Improvement Program Project Manager - City of South Miami
Public Works Engineering & Construction Division
6130 Sunset Drive
Miami, FI 33143
Re: City of South Miami— Municipal Parking Garage
Structural and Waterproofing Condition Assessment and Restoration Construction
Documents
Dear Mr. Carmenates,
Page 1
Kimley-Horn and Associates, Inc. ("KH" "Kimley-Horn" or the "Consultant") is pleased to submit this
proposal to the City of South Miami (the "Client") to provide professional engineering services
associated with structural and waterproofing deficiencies observed in the existing Municipal Parking
Garage located at 5829 SW 73b St., South Miami (the "Project"). All work under this scope will be in
accordance with the terms and conditions of Professional General Engineering and Architectural
Services RFQ # PW2022-03.
Our project understanding, scope of services, and fee are as outlined below.
PROJECT UNDERSTANDING
The Client requested KH to provide a professional services proposal to perform a structural and
waterproofing condition assessment, and to develop restoration construction documents. Deficiencies
in double -tee flange joints were identified by the Client. Our understanding is that this is a five -level
standalone parking garage built in 2007 with approximately 435 parking stalls, and restaurants and
retail spaces at ground level. The structural framing system consist of precast, prestressed concrete
members, CMU walls, conventionally reinforced members, and a concrete slab on grade.
Parking garages are open structures typically exposed to more severe conditions than other enclosed
structures protected by a conditioned building envelope. Regularly scheduled condition assessments
in parking garages are critical to maximize the structure's service life, minimize cost and operational
impacts for repairs and maximize patron safety. A maintenance program and ongoing maintenance
also provides a safer, more inviting facility for the patrons and can provide better daily operations.
+101832#!KdlAM4 W1to]
TASK 1 — STRUCTURAL CONDITION ASSESSMENT
Kimley-Horn will request electronic copies of available Project construction documents (minimum of
striping plans and structural plans). Two (2) personnel from Kimley-Horn will conduct two (2) site visits
to visually observe Project existing conditions. Site observation will be limited to visual review only. No
destructive or non-destructive testing is included in the scope of services. The field visit will include a
review of structural and waterproofing areas in need of repair. Specific repair items that will be identified
8 of 12
KimlepMorn Page 2
include concrete Floor and overhead cracks, concrete floor and overhead spalls, areas of water
intrusion, expansion joints, sealants, water ponding, and above ground pipes for the garage drainage
system. The Client shall provide all pertinent plans, records, and documents to be used in connection
with this Structural Condition Assessment prior to scheduling the site visits.
Kimley-Horn will provide repair type recommendations for identified structural and waterproofing
items. Recommendations will be prioritized in phases based upon garage structure durability and client
budget. A planning level opinion of probable cost for the recommended and prioritized repairs will be
provided based upon site visit observations. Kimley-Horn has no control over the cost of labor,
materials, equipment, or over the Contractor's methods of determining prices or over competitive
bidding or market conditions. Opinions of probable costs provided herein are based on the information
known to Kimley-Horn at this time and represent only Kimley-Hom'sjudgment as a design professional
famillarwith the construction industry. Kimley-Horn cannot and does not guarantee that proposals, bids,
or actual construction costs will not vary from its opinions of probable costs.
Kimley-Horn will provide a draft memorandum (via electronic format) containing a summary of
observations, repair recommendations and priorilizations, opinion of probable cost, and representative
select photographs. Upon submittal of the draft memorandum, Kimley-Horn will participate in one (1)
meeting with the Client to review and discuss comments. Kimley-Horn will address up to two (2) rounds
of Client's comments and issue a final memorandum (via electronic format).
If the Client does not implement any repair recommended by Kimley-Horn, the Client agrees it will not
assert any claims in any way related to those conditions for which repair was recommended, and Client
will indemnify, defend, and hold harmless Kimley-Horn and its employees from any claim arising out of
those conditions. The Client acknowledges that Kimley-Horn may provide copies of any reports to
appropriate public officials.
TASK 2 — RESTORATION CONSTRUCTION DOCUMENTS
Upon completion of the Condition Assessment, Kimley-Horn will conduct up to two (2) site visits to
identify the locations and quantities of observed deficiencies on the Property to assist planning for repair
work for contractor's use. Site observation will be limited to visual review only. No destructive or non-
destructive testing is included in the Kimley-Horn scope of services. The field visit will include only
observation of prioritized deficiencies identified in the final memorandum prepared by Kimley-Horn.
Kimley-Horn will prepare repair plans that will consist of existing building floor plans depicting locations
of repairs, contractor notes, a planning level quantity table for the recommended repairs, and concrete
repair details based upon site visit observations. Kimley-Horn will provide technical specifications for
structural and waterproofing disciplines and coordinate front end specifications to be provided by the
Client.
Kimley-Horn will submit draft repair plans to the Client for review via electronic submission. Incorporate
one (1) round of Client comments, finalize repair plans, and submit to the Client (via electronic format).
Kimley-Horn will attend up to three (3) meetings or conference calls with the Client related to the scope
of work described above.
rr Coral Gables, FIL 33134r
9 of 12
Kimley>Morn Page
DELIVERABLES
• One (1) copy of the final memorandum in PDF format.
• Restoration Construction Documents in PDF format.
PROJECT ASSUMPTIONS
• The Client shall provide access to site.
• The Client shall provide all available data as discussed above associated with previous
assessment reports and previous restoration documents for use by the CONSULTANT.
• The Client shall provide existing electronic CAD files of architectural and structural plans, if
available.
SERVICES NOT INCLUDED
Any other services, including but not limited to the following, are not included in this Agreement:
• Independent Testing Lab Services
• Destructive Testing
• Boundary or Topographic Survey
• Geotechnical Services
• Exterior Evaluation using any type of Suspended Platforms
� � �iNl.Ial�9�;��1[•L�
If authorized In writing by the Client, as an amendment to this Task Order, the Consultant will perform,
or obtain, Additional Services of the types listed in the MASTER AGREEMENT. The Client, as indicated
in the MASTER AGREEMENT, will pay for these services. Additional services we can provide include,
but are not limited to, the following:
• Structural design of repairs and strengthening techniques
• Structural analysis or design related services for future phases
• Assistance with Bid and Permit phase
• Construction phase services
• Other design services including Architectural, Civil, Mechanical, Electrical, Plumbing, Fire
Protection, Elevators, etc
• Professional services not specifically included in the above scope of services
INFORMATION PROVIDED BY THE CLIENT
We shall be entitled to rely on the completeness and accuracy of all information provided by the Client
or the Client's consultants or representatives. The Client shall provide all information requested by
Kimley-Horn during the project, including but not limited to the following, if available:
• Original or As -Built Plans
• Maintenance and Repair Records for Structural and Waterproofing Components
• Any Available Construction Documents for the Project Site
SCHEDULE
We will provide our services in an expeditious and orderly manner to meet a mutually agreed upon
schedule for the various elements of the Project.
klmley-hom.00m 2 Alhambra Plaza, Suite 500, Coral Gables, FL 33134
r
Kimley)))Horn
METHOD OF COMPENSATION
Page 4
Kimley-Horn will perform the services in Task 1 and Task 2 for the total lump sum labor fee below.
Individual task amounts are informational only. All permitting, application, and similar project fees will
be paid directly by the Client. Refer to Exhibit A for an estimated Work Breakdown Fee Schedule.
Task 1
Structural Condition Assessment
$14,819.00
Task 2
Restoration Construction Documents
$33,444.50
Lump Sum Total
$48,205.50
Lump sum fees will be invoiced monthly based upon the overall percentage of services performed.
Payment will be due within 25 days of your receipt of the invoice and should include the invoice number
and Kimley-Horn project number. Direct expenses such as mileage, express delivery services and in-
house computer use are included in the lump sum fees. It is assumed that air travel and vehicular trips
beyond the Miami -Dade County will not be required.
If you concur in all the foregoing and wish to direct us to proceed with the services, please have
authorized persons execute the service order for this project. Fees and times stated in this
Agreement are valid for sixty (60) days after the date of this letter.
KIMLEY-HORN AND ASSOCIATES, INC.
f, monte, P.E.
By: Noel Ramirez, P.E.
Project Manager/Associate
2 Alharnbra Plaza, Suite 500, Coral Gables, FL 33134
KimlepOornEXHIBIT A: WORK BREAK DOWN FEE SCHEDULE
PROJECT: Municipal Paikint, Garage SHEET 1 or
CLIENT: Citv or South Nliami PROJECT NO.
ESTIMATO[t: Noel Ramirez P.E. DATE: 05122/23
DESCRIPTION: Structural Condition Assessment and Restoration Documents
Principal
Sr. Project
ylana�er
Project
Manager
Engineer
Sr. CADU
Technician
CAUU
Technician
Sr. Admin
Assistant
Line
Total
'('ask
Total
Task 1 -Structural Condition Assessment
Site Visits
20
20
$5,650.00
Develop Condition Assessment Report
2
10
30
Preparation of Opinion of Probable Cost
2
8
12
SS3,1 12.00
Meeting with the City of Soutli Miami
2
S338.00
$14.819.00
Task 2 - Restoration Construction Documents
Sit; Visits
20
20
$5.680.00
Develop Restoration Drawings and Specifications
10
30
90
15
tin
2
S24.021.50
Address Client Comments and Develop Final Set
5
10
8
$2.671.00
Mectinu with the Cns o1 South Miami
6
$1.014.00
S.3.3S6.50
TOTAL HOURS
0
1.1
101
182
15
68
4
LABOR RATE ($/HOUR)
210.00
190.00
169.00
115.00
97.50
84.50
84.50
SUBTOTAL
SOO)
S2,660.00
S17.069.00
S20.930.00
S1,462.50
S5,746.00
S338.00
PAGE TOTALI
S48,20550
I
I
I I
I
S48,205.50 I
S48,205.50
12 of 12