HomeMy WebLinkAboutR-00-0335J-00-324
4/7/00 0 =5
RESOLUTION NO.
A RESOLUTION OF THE MIAMI CITY COMMISSION
ACCEPTING THE BID OF VISION BUILDING
SOLUTIONS, L.L.C., PURSUANT TO INVITATION FOR
BIDS NO. 99-00-047, FOR THE PURCHASE OF AN
OFFICE TRAILER, IN AN AMOUNT NOT TO EXCEED
$18,398; ALLOCATING FUNDS THEREFOR FROM THE
DEPARTMENT OF POLICE GENERAL OPERATING BUDGET
ACCOUNT CODE NO. 001000.290201.6.840.
WHEREAS, the Department of Police seeks to purchase an
office trailer for its Fleet Liaison Detail which must move from.
its current office location; and
WHEREAS, the trailer will provide a site location close to
the fleet operating facility; and
WHEREAS, pursuant to public notice, Invitation for Bids
No. 99-00-047 were mailed to thirteen (13) potential bidders; and
WHEREAS, two (2) responsive bids were received on
February 9, 2000; and
WHEREAS, the City Manager and the Chief of Police recommend
that the bid of Vision Building Solutions, L.L.C., be accepted as
the lowest responsive and responsible bid; and
CITY COMMISSION
MEETING OF
APR 2 7 2000
Resolution No.
d^y e
a��
WHEREAS, funds are available from the Department of Police
General Operating Budget, Account Code No. 001000.290201.6.840;
NOW THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY
OF MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the
Preamble to this Resolution are hereby adopted by reference
thereto and incorporated herein as if fully set forth in this
Section.
Section 2. The bid received on February 9, 2000, from
Vision Building Solutions, L.L.C., pursuant to Invitation for
Bids No. 99-00-047, for the purchase of an office trailer, for
the Department of Police, in an amount not to exceed $18,398, is
hereby accepted, with funds therefor hereby allocated from the
Department of Police, General Operating Budget, Account Code
No. 001000.290201.6.840.
Page 2 of 3'
•
•
Section 3. This Resolution shall become effective
immediately upon its adoption and signature of the Mayorl/.
PASSED AND ADOPTED this 27th day of April , 2000.
JOE CAROLLO, MAYOR
ATTEST: in accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of
this legislation by signing it in the designated place provided, said le '^l -?.ion 1-10AN
becomes effective with the elapse of ten (10) daye om t date of is€icn
regarding same, without the Mayo xerc in to.
Foema.n, City Clerk
WALTER J. FOEMAN'
CITY CLERK
APPROVE , S �O FO AND CORRECTNESS:
LLO
I TY TTORNEY
W4095:RCL
�i If the Mayor does not sign this Resolution, it shall become effective at
the end of ten calendar days from the date it was passed and adopted.
If the Mayor vetoes the Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
Page 3 of 3
TO
0 CITY OF MIAMI, FLORIDA CA=5
INTER -OFFICE MEMORANDUM
The Honorable Mayor and Members DATE : APR 1 7 2000 FILE
of the City Commission
FROM: nald H. Warshaw
City Manager
RECOMMENDATION
SUBJECT: proposed Resolution
REFERENCES: Office Trailer
ENCLOSURES: Bid No. 99-00-047
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bid of Vision Building Solutions, L.L.C., a Non-Local/Non-Minority vendor, located at 2455
Hollywood Boulevard, Suite 310, Hollywood, FL 33020, for the purchase of an office trailer for
the Police Department's Fleet Liaison Detail, in an amount not to exceed $18,398.
Funding is available from the Police General Operating Budget, Account Code No.
001000.290201.6.840.
BACKGROUND
The Department of Police has analyzed the bids received pursuant to Bid No. 99-00-047. Thirteen
(13) Invitations for Bids were mailed and two (2) responses were received. Vision Building
Solutions, L.L.C., submitted the lowest responsive and responsible bid and is, therefore,
recommended for the award.
The Police Department's Fleet Liaison Detail has been directed to move from its current office
location. It is necessary that the Fleet Liaison Detail be located in close proximity to the General
Services Administration (GSA) which services the Police Department's vehicles, as well as,
maintain a spare fleet of vehicles located near the Sanitation Department. This trailer will serve as
the office for the Fleet Liaison Detail and provide for a site location close to the fleet operating
facility.
DHW:WEO: CMM: Ir
�v d,
�' Q, r 1
BID ITEM:
0 •
CITY OF MIAMI OF THE CITY CLERIC
BID SECURITY LIST
OFFICE TRAILER
BID NO: 99-00-047 1
DATE BID(S) OPENED: MARCH 6, 2000 TIME 11:00 a . m .
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
ADVANCED MODULAR SYSTEMS, INC.
See attach
0 0
'd magi
VISION BUILDING SOLUTIONS, L.L.C.
"Offers the mr.%ars':-:,4,eherein
ra the only
offers
received timely' as ' f tj G c-7�,;;,e o --en°-;
are hereby rejected cs le+e. " V
-date and t=
e. A71
CD
C
received { ) envelops on behalf of
Person receiving bid(s)
PURCHASING DEPARTMENT on �.
(City Department) (Date)
SIGNED Vg" Ciry
130AWARD RECOMMENDATION AM
BID NUMBER: 99-00-047 COMMODITY/SERVICE: Office Trailer
DEPARTMENT/ DIVISION: Police
TERM OF CONTRACT: Single Purchase
NUMBER OF BIDS DISTRIBUTED: 13 NUMBER OF BIDS RECEIVED: �.
METHOD OF AWARD: Lowest responsible and responsive bidder
RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE:
Vision Building solutions, L:L.C. Non-Local/Non-Minority $18,398.00
TOTAL: $18,398.00
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION: The Police Department's Fleet Liaison Detail has been directed to
move from its current office location. It is necessary that the Fleet
Liaison Detail be located in close proximity to the General Services
Administration (GSA) which services the Police Department's vehicles,
as well as, maintain a spare fleet of vehicles located near the
Sanitation Department. This trailer will serve as the office for the
Fleet Liaison Detail and provide for a site location close to the
fleet operating facility.
=0 n
N rn
_
VV
N �
l05/ ®0 is r
ACCOUNT CODE(Sh 001000.290201.6.840 avaft IPWI 11i1 maber:
/000 l -20.6, 640
• Mid br. W614AWJRE
DEPARTMENT APPROVAL: BUDGET REVIEW APPROVAL: PURCHASING APPROVAL:
Department Director/ ���-� LUie Brennan J S. Ca
Designee U Interim Director Dirt for
OTHER FUNDING APPROVALS, IF APPLICABLE:
PAGE 2 OF 2
TITLE:
•
TABULATION OF BIDS
OFFICE TRAILER
BID NO. 99-00-047
Item
No. Description
1 New customized office trailer
Manufacturer/Model No.:
Manufacturer Standard Warranty
Options:
A. Cost of pre -wiring for theft and fire alarm
B. Extended Warranty:
I
1) 2 year extended warranty
2) 5 year extended warranty
Prepared by Maritza Suarez, 3/9/00
Advanced Modular Systems, Inc.
Vision Building Solutions, L.L.C.
1911 NW 15th Street
I
2455 Hollywood Blvd., #310
Pompano Beach, FL 33069
Hollywood FL 33020
Non-Minority/Non-Local
Non-Minority/Non-Local
Cost
$ 24,404.00 /trailer
1256
1 year
$ 1,400.00 /trailer
Cost
$ 17,919.00 /trailer
Std. Stock 12'X56'
Innovative Modular
1 year
$ 479.00 /trailer
$ 200.00 /yr no bid /yr
$ 300.00 /yr no bid /yr
Approval:
Page 1 Departent Director si n
BID ITEM:
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
OFFICE TRAILER
R� Y
BID NO: 99-•00-047
DATE BID(S) OPENED: MARCH 6, 2000 TIME 11 :00 a.m.-
BIDDER
.m.
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
ADVANCED MODULAR SYSTEMS, INC.
See attached
bid
VISION BUILDING SOLUTIONS, L.L.C.
"
"Offers from the ycra�lors l>sted herein
are tl�e onl'
offers
received timely as of the r1);;*e oen.7ncf
are hereby rejected as la!e, •
drr.in and time.
All
I
Person receiving 6id(s)
PURCHASING DEPARTMENT on
(City Department)
SIGNED
Deputy City C
envelops on behalf of
3--�-zo 1D
(Date)
i
CITY OF MIAMI r
ADVERTISEMENT FOR BID J -
Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500
Pan American Drive, Miami, FI. 33133 for the following:
BID NO. 99-00-047 OFFICE TRAILER
OPENING DATE: 10:00 A.M. Wednesday, February 9, 2000
(Deadline for Request of additional information/clarification:
February2, 20001
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2nd Avenue, Sixth Floor, Miami, Florida 33130, Telephone No. 416-1906.
THIS BID SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH MIAMI-DADE
COUNTY ORDINANCES 98-106 AND 99-1. (PLEASE PRINT THIS SECTION IN BOLD
PRINT).
Donald H. Warshaw CITY OF MIAMI
City Manager LOGO
AD NO. 3494
__
..�
F,
i �
C_n,
Ink
GS/PC - 503 Rev. 12/89. Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink' copy.
DISTRIBUTION: White - G.S.A.; Canary Department
City of.M.iami
This number must
REQUISITION.. FOR ADVERTISEMENT appear in the
advertisement.
INSTRUCTIONS: Please type and -attach a copy of the advertisement with thia r6duisition.
1.. Department:.
2. Division:
POLICE
ADMINISTRATION
3, Account Code. number:
4. Is this. a confirmation:
5. Prepared by:
001000.250201.6.287--
0 Yes El No
Lourdes Rodriguez
6. Size of advertisement:
7. Starting.clate:
8. Telephone number:
1/24/9Q305-579-6413
9. Number of times this advertisement is. to be
16.. Type of advertisement:
CE
publi . shed: ONCE
YE Legal E1 Classified:' El—Display
11. Remarks:
Purchase and installation of office trailer'for the Police Department's
.Fleed Liaison Detail.
BID NO. :99-00-047'
12.
Date(s) of
Publication
Advertisement
Invoice No..
'Amount
MAMI TIMES
MIAMI REVIEW
MARIO' LAS 'AMERICAS
77
7
(A
cn
13.
U App v
E Di sapp ved
Department Director/ Designee Date
Approved for -Payment Date
GS/PC - 503 Rev. 12/89. Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink' copy.
DISTRIBUTION: White - G.S.A.; Canary Department
GE Capital
Modular Space
General Electric Capital Corporation
5000 NW 72nd Avenue, Miami, FL 33166
A GE Capital Services Company
n:.
LOP
v(i
' GE Capital
Space
Modular Sp
,
Juan A. Broche
'
Sales Representative
1
General Heclnr. Capital Corpuiation
F
>_
5000 NW 72nd Avenue Miami, FL 33166,
305 592-7998, hjx. 305477-0,02
2600 E EB
Voice Mail: 800444-0950#2728 �
f 16j
24 Hulas Sales & Service Center. 800 523-79 18
A GL Capital SeiVli;eS Company
_.------- - _
ci r`ti�
F.
BID No. 99-00-047
t
t# of iau*
YOFy
JUDY S. CARTER F = DONALD H. WARSHAW
"����� All ' Cit Manager
Director c „ Hom Y
4
ADDENDUM NO. 1
VIA FAX & REGULAR MAIL
BID NO.99-00-047 FEBRUARY 3, 2000
OFFICE TRAILER
The opening date for the above mentioned Invitation for Bid (IFB) has been changed to Wednesday,
February 16, 2000 at 10:00 a.m.
In addition, Section 3.4 of the Special Conditions (page 1 of 4) should be change to read as follows:
3.4. BIDDER QUALIFICATIONS
Bids will be considered only from firms or bidders (person, principal of firm,
owner) that have been regularly engaged in the business of providing the goods
as described in this bid for at least two (2) years; and that have sufficient
financial support, equipment and organization to insure that they can satisfactory
execute the services if awarded a contract under the terms and conditions herein
stated. Subsequently, the Bidder will:
c> > a
A second addendum will soon follow with additional changes and clarifications to this IF.R. -n
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. try t
SIN RELY, "M
n
DY S. CARTER
v CHIEF PROCUREMENT OFFICER
:M
THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF
OF RECEIPT WITH THE SUBXHSSION OF BID RESPONSES.
SIGNATURE:
DATE:
NAME OF FIRM:
DEPARTMENT OF PURCHASING/444 S.W. 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 416-1900/Fax: (305)416-1925
E -Mail Address: purchase0ci.miami.fl.us/ Website Address: httpV/ci.miami.fl.us/
Mailing Address: P.O. Box 330708 Miami, FL 33233-0708
2- G- 0 ;12 : 21PM ; PROCURDENT "G""' -' ""v",....
�ti�� �r:�rrr ur �ianli CITY OF MARI
PU CHASINC DEPARTMENT
444 SW 2'"" AVENUE, 6Tu FLOOR
MIAMI. FLOP -IDA 33130
PHONE. (305) 416.1900
FAX; (303) 416-t935
EMAIL ADDRESS: purchase 0 ci.miaml.fl.us/
WEBSITE ADDRESS: http://ci.mi;lmi.fl.us/
loll
FACSIMILE TRANSMITTAL SHIFT
TO, �''. FROM
COMP DAT14
FAX "X& OF PAGES INdLUDING PAX COVER:
RE:
t
1 T
SENT BY ;CITY OF MIAMI 2-16- 0 :10:061M PROCUREMENT MG119T. i
..
0 -
AP
�
UTtJorf 'ffiiaml
Jl,1UY S.C.AMtILK
Dircaol'
d �
ADDENDUM NO.2
V1 _FAX
BID NO. 99-00-047 FEBRUARY 16, 2000
OMCE TRAILER
93058581610;# 2/ 2
DONALD 11. WARSHAW
i,lty Manage:[
Please be advised the opening date for the above mentioned Invitation for Rid (fPR) ha.; heen postponed
until further notice. If you have already nuhmitted a bid response, it will be returned for your re-
submission by the new opening date and time.
An addendum will soon folluw whit mlditiunal changes and clarifications to this Ih13;and notification of
the new opening date and time.
ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME.
SINCERELY,
TI Ir)Y S. CARTER
CPIEF PROCUREMENT OF1710ER
THIS ADDENDUM 1S TO BE STONED AND DATED BY BIDDERS AND SUBMITTED AS PROOF
OF RECEIFT WITH THE SUBMISSION OF BID RESPONSES.
SIGNATURE -
DATE:
NAME OF FIRM:
DEPARTM[NI Or VURCI 1ASiNG/41145.w, 2nd iwerxia, hth FI60r1M�iil111, hlnntla 3:17 aW(;q5; 416-19001Fax: Citl5i41 G 1921
r-tAA0 Adrleacr purr;}iaccQYeimimn,.fl.utjlM�h;ilrAddre..: httpJ/i'�•rninmi.fl.u;/
k&iling Atklmw: P.U. Box .33R70d Miami, FL 33233.07M
SENT BY : C 1 TY OF M 1 Ali 1 2-16- 0 ;10:06,101 ; PROCUREMENT MGMT. -; 03058581610;# 1/ 2
CITY OF MlAiNi
mw
PURCHASING DEPARTMENT
dos 91V 2"' AVENUE, 6""' FLOOR
MIAMI, FLORIDA 33130
PHONE. (305) 416-1900
PAX. (305) 516-1925
COMPANY:
FACSIMILE TRANSMITTAL SHEET
f FROM:
Y1�'Gul�l C.rti._ l
DA'T'E:
FAX NUM ER: OF PAGES INCLUDING F co c•:
RE:
s LIU &qil 7
MOTU/cQ>p1m
r
r r
SENT BY:CITY OF MIAMI 2-17- 0 ;11:39AM PROCUREMENT MGMT.-
V �xx
JUDY S. (:AR'rr.R r.
Director + lolls um
n
h
ADDENDUM NO.3
VIA FAX
BID NO. QMO 447 FEDRUARY 17, 2000
OFFICE TRAILER
93058581610; 2/ 2
DONAI 1) H WARSHAW
City Manager
The fallnwing information is submitted regarding questivus ruc;eived pursuant to the above-cited Invitation for Bids (1FB):
1. 'Cho vendor shall be responsible for obtaining any necessary construction and installation permits and inspection
fees and &hall comply with all IuVal codes and ordinances, as may be required for this project, without
additional cast to the City. I?amages, penalties, and/or tines imposed on the City for the Bidder for failure to
obtain required liw m,, pannits or tlnes shall be boma by the bidder.
2. The City of Miami's Public Works Department will provide the surrey and site plan to the sucenecfirl bidder
aflot c;vulrect award.
3. The City will be responsihie for all electrical and plumbing hook-ups.
4y The electrical installation drawing will be provided bythe City, after the successful bidder submits a drawing of
'die trailer indicating the location of the circuit board.
S. Attached is a floor plan lay -out of the requested trailer.
in addition, based on the number orquestiom raWA by various vendors regarding this bid, div City has determined
in its best interest to hold a voluntary pre -hid conference. 'rhe voluntary prc-bid conrumnce is scheduled far
February 24 2000 at 9:30 a.m. at the City of Miami Police Department, 400 NW 2"d Avenue, Miami, Florida.
The purpose of this pre-bid conference is to allow potential bidders an opputlunity to present questions to Staff and
obtain further clarification of the requirements of the bid documents. Bm;ause the City considers the confercoce to
be signiFrcant to underctattding the bid requirements, attendance rs highly encouraged.
THE NF.W OPENING DATE AND TIME FOR TH13 IFB iS MARCH 6, UW AT 11.00 A.M.
A it other terms and conditions remain the milt.
Sincerely,
t, of Procurement Officer
THIS ADDENDUM IS TO BE SIGNED AND DATED BY BIDDERS AND SUBMITTED AS PROOF OF
RECEIPT W1T)lI THE SU$MISSION OF BID RESPONSES.
SIGNATURE.:
DATE:
NAME OF FIRM:
DEPARTMENT OF PURCHASIN(J444 S.W. 2nd Avenue, fth d wr/Mivrii, I Iwida 331100305) 416.74(>(yFax: {:1c15y416-1925
E -Mui) Addro,,, wehsite Address: h(4)Vj i.miami,II.u51
MailinN Addraea v r.,. Boy :cimo81Aimti,i, rl. 33233.0710
2-17- 0 ;11:39AM PROCUREMENT MGMT.i 930585g161u; s�
SENT BY � G 1 TY OF l!i 1 AM 1 CI ,-�„ Y, OF
M i A I
PUR(�HASING DEPARTMENT
O URGE
>Cyt
444 SVS 2"" NVENUS, 011 FLOOR
MIAMI, FLORIDA 33130
PHONE: (305) 416-1900
FARC: (305) 416.1925
8 -MAIL ADDRESS: purchase 0 ci.milmi.il-us/
WEBSITE AnDRESS: http://ci.ruiam'i.fi.us/
4
FACSIMILE TRANSMITTAL SHEET
w °� '7- •• r IJt
FAX CQV JL -
SENT BY:CITY OF MIAMI ; 2-18- 0 ;10:.08AM ; PROCUREMENT MGMT.- 03058581610;# 1/ 2
CITY OF MIA*l
PURCHASING DEPARTMENT
444 SW 2"" AVEN11F. 6711 FLOOR
MIAMI. FLOP.IDA 3J 1 3 0
PHONE.- (305) 416.1900
FAX: (30S) 416-1925
E-MAIL ADDRESS- purchase C cj,rnjarnj.fj.Uq/
WERSITE ADDRESS: http.-/Jci.miarni.fl.u3/
FACSIMILE TRANSMITTAL SHEET
-
COMPbLil' t 'o �n 'Ll
n..
.6 01e -a
PAX bRAWM(.,
OtIRGINT
DAT—
OF- L�
PAGES
..- 0 -
RL:
PAX
RL -
PAX COVERt
f
ES
>
w
z
CA
Citg of Miami, Florida FLOOR PLAN (Addencum No. 3, pg,�e 2) Bid No. 99-00-047
I
ALUM. SIDING, VCP, VINYl TILE
FLOORS, DEFUSED LIGHTS,
STANDARD
WINDOWS, STANDARD ,An
DOORS,( ?) J BC S
SENT BY:CITY OF MIAMI2-28- L ; 9:44ANI ;
of4H
PROCUREMENT MGMT,
40
to F
I�
JUDY S. CARTER r4
Diractur
r �
A]DIDENnUM NO.41
DID NO.49-00-047 l EBRUARY 28, 2000
OiFFIOE TRAILER
W585816104 2 3
VLA;, FAX
W)NALD i -t, WARSHAW
City A13nuhUr
Pursuant to tete voluntary pre-bid conference held on Thursday, February 24, 2000, the fullowing changes
were made to the Invitation fnr Bids issued for the purchase of au Office Trailer for ttbe Police
Department:
Please add the following to the Specifications:
1. Handicap ramps and steps of pressure treated wood.
2. Wiremash skirting
3. Tow hitch shall be removed,
4. Tires shall he removed and stored under trailer.
The City will waive any permit fees pertaining to this project, The successful bidder; however, shall be
responsible for obtaining any and all construction and installation permits and shall comply with all local
codes and ordinances, as may be required for this project.
In addition, an option has been added to the Price Sheet for the cost of pre -wiring the trailer for theft and
fire alarm. Attached is a revised Price Sheet. This rvvised Price Sheet shall replace the price sheet
originally included with yout bid pu:kagc.
All otitur terms and conditions remain the Raine.
SinpFleely,
C �?
fi1dyS. C•artur Procurement Officer
THIS ADDENDUM IS TO BE SICNF.i7 AND DATED BY BIDDERS AND SUBMITI`ED A5 PROOF
OF RECEIPT WITH THR SUBMISSION OF DID RE, SPONSESi.
SIGNATURE, NAME OF FIRM:
DATE:
DEVAKIMLNT OF PW K MASINC /444 SM. 2nd Mitmaul, 6111 F1�x,nrMilmi, Florida 3:117JfluSl air r<Irnf'Fnx:0014011 1112;
l: WH address: Website Address: hltpJ/CiWi wifl.W.
nM;olinS ,k.1 ,v9; r.b. r4ra 330700 Mlami, FI, JJZ3A-07U8
SENT U U TY OF M I AM 1 2-28- tl ; 0 : 4Wf ; PROCURDIENT NGNT. a Wuatsoo! a 1 u : r
City of Miami, Florida � Addendum No, 4 � Rid No_ 99-00-047
6.4. PRICE SHEET (Rovised 2)2RIQn)
Unit of Unit Extended
Item 1st. Utv. Measure , Prices Price
1. New Customized Office Trailer I ea k -_ _lea $
as per Bid Specifications
Manufactwer/Modcl No,
Manufacturer Standard Warranty:
Options:
A. Cost of pre -wiring for theft and (ire alarm: $� -'trailer
B. Extended) Warranty;
Bidder shall give p icing for extended warranty for the period after the Manufacturer's str n.dard
warraaity expires:
1). 2 year extended warranty: $,r -Iyr
2), 5 year extended warranty: $ - - /yr
Bidder: Authorized Signature:
FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM SHALL DISQUALIFY TIJIS 131D
• 2-2g- Q ; 9:44AM PROCUREMENT MGMT.- boubd6oloiu3* s
sENT BY:CITY OF MIAMI
l k l, t► i
PUAHASING DEPik
444 Svc x" AVENUE, 6'1111 FLOOR
t1 IAM1.-FLORIDA 33134
PHONE: (303) 416-3900
FAX: (30S) 416,1925
R -MAIL ADDRESS; purchase a ci.miami.f0.us/
WESSITE ADDRESS: http://ci.t4i2Mi.fl.US/
FACSDialLB TRANSMITTAL SHEET
FROM;
COAC4WY; DATE -.4
FAXNUMNMJ OF Pjr IIdCLlUD]NO PAX COVEL
.r
44 v
At=W PLEASE COMIGM• ;
Old,% ",o erl i ni