Loading...
HomeMy WebLinkAboutR-00-0811J-00-826 9/21/00 0 RESOLUTION NO. • A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF LARRY & ASSOCIATES, INC., FOR THE PROCUREMENT OF TWO (2) TOWNSEND T-51AE PRINTING HEADS, FOR THE DEPARTMENT OF GENERAL SERVICES ADMINISTRATION, GRAPHIC REPRODUCTION DIVISION, IN AN AMOUNT NOT TO EXCEED $16,700; ALLOCATING FUNDS THEREFOR FROM THE GENERAL SERVICES ADMINISTRATION GRAPHIC REPRODUCTION DIVISION OPERATING BUDGET, ACCOUNT CODE NO. 505000.420501.6.840. WHEREAS, the Department of General Services Administration, Graphics Reproduction Division, requires the procurement of two (2) Townsend T-51AE. Printing Heads to meet the demands for two- color printing of flyers, brochures, letterhead, envelopes, business cards, newsletters and related requests; and WHEREAS, the procurement this equipment, in combination with multi -offset duplicators, will allow the Graphics Reproduction Division to produce accurate, cost effective two-color printing in a timely manner; and WHEREAS, pursuant to public notice, Invitation for Bids No. 99-00-235 was mailed to five (5) potential bidders; and WHEREAS, four (4) bids were received on August 16, 2000; and CITY COMMISSION S E P 2 8 2000 A -so tion Ao. • WHEREAS, the City Manager and the Director of General Services Administration Graphics Reproduction Division recommend that the bid received from Larry & Associates, Inc, be accepted as the lowest responsive and responsible bid; and WHEREAS, funds are available from the General Services Administration Graphics Reproduction Division Operating Budget, Account Code No. 505000.420501.6.840; 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 and incorporated as if fully set forth in this Section. Section 2. The bid received on. August 16, 2000, from Larry & Associates, Inc. for the procurement of two (2) Townsend T-51AE Printing Heads, for. the Department Of General Services Administration, Graphic Reproduction Division, in an amount not to exceed $16,700, is hereby accepted, with funds therefor hereby allocated from the General Services Administration Graphic Reproduction Division Operating Budget, Account Code No. 505000.420501.6..840. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.'/ �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 this Resolution, it shall become effective immediately upon override of the veto by the City Commission. Page 2 of 3 00— 81 1 . .. r, -� 0 PASSED AND ADOPTED this 28th day of September , 2000. JOE CAROLLO, MAYOR In accordance with Miami Code Sec. 2.36, since the Magor did not indicate approval of this legislation by signing it in the designated pla . provided, said iecgi�sla sr -i rf„ �j bcct.;rxrt�s effective with the elapse of ten (i Q) day m the da ft Comm' e� r_cticn regarding same, without the Mayor exerr n a ATTEST: WALTER J. FOEMAN CITY CLERK_ M' ANDRO"O VI LAiPELLO ITY ATTORNEY W4705:LB:BSS TNESS:V Page 3 of 3 00- 811 CITY OF MIAMI, FLORIDA CAM INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Commission FROM: e City Manager RECOMMENDATION: DATE: SEP ! 2 2000 FILE: SUBJECT: Resolution Authorizing Award of Bid No. 99-00-235 - Townsend T-51AE Printing Heads REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Larry & Associates, Inc., a Dade/Non-Minority vendor, located at 7741 N.W. 56th Street, Miami, Florida 33166 for the procurement of two (2) Townsend T-51AE Printing Heads for the Department of General Services Administration/Graphics Reproduction Division, in an amount not to exceed $16,700. Funds are available in the FY'99-00 Budget of the Graphics Reproductions Division, Account Code No. 505000.420501.6.840. BACKGROUND: The Department of General Services Administration has analyzed the bids received pursuant to Bid No. 99-00-235. Five (5) Invitations for Bids were mailed and four (4) responses were received. AB Dick Co., a Non-Local/Non-Minority vendor, was determined to be non-responsive because the model bid "Townsend T-51" did not meet the specifications: i.e., Plate Positioning on the Fly — vertical and horizontal micro plate adjustments while the press is printing and trail edge twist (skew) plat adjustment without stopping the press; all of which were mandatory requirements. Larry & Associates, Inc., submitted the lowest bid price of $16,700 and has been deemed to be . the lowest responsible and responsive bidder meeting all requirements of the bid. Therefore, it is respectfully recommended that Bid No. 99-00-235 be awarded to Larry & Associates, Inc. The Graphics Reproductions.Division receives frequent requests for two color printing of flyers, brochures, letterhead, envelopes, business cards, newsletters, etc. We currently outsource most of these requests due to the excessive setup time and waste involved in registering the second color. This acquisition of the T -Head, in conjunction with our Multi offset duplicators, will allow the Graphics Reproduction Division to produce accurate cost effective two color printing in a timely manner. �k CAG/FKR/ 1 00- 811 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Judy Carter, Director DATE : August3 1, 2000 FILE Purchasing Department SUBJECT: Bid Recommendation < Townsend T-51 AE Bid No. 99-00-235 FROM: ilton Mizell, Superintendent REFERENCES G.S.A./Graphic Reproductions Division ENCLOSURES: The Department of General Services Administration/Graphic Reproductions Division has evaluated the four (4) bids received for (2) two Townsend T-51 AE printing heads. AB Dick a non-local/non-minority vendor was determined to be non-responsive because the model bid "Townsend T-51" did not meet the specifications: i.e., Plate Positioning on the Fly — vertical and horizontal micro plate adjustments while the press is printing and trail edge twist (skew) plate adjustment without stopping the press; all of which were mandatory requirements. I spoke to Bill Reighard the marketing manager for Townsend and he confirmed that the Townsend T-51 does not have these features, which are standard on the Townsend T-51 AE. Larry & Associates, Inc., a local, non -minority firm located at 7741 N.W. 56th Street, Miami, Florida 33166, submitted the lowest bid price of $16,700.00 and has been determined to be the lowest responsible and responsive bidder meeting all requirements of the bid. I contacted three (3) references listed on their bid -sheet; Tiger Business Forms, Gold Star Printers, Lightning Printing and confirmed that Larry & Associates, Inc. has a proven track record in Installing and maintaining printing equipment. It is therefore respectfully recommended that Bid No. 99-00-235 be awarded to Larry & Associates, Inc. as the lowest responsible and responsive bidder meeting all requirements. The total cost for these Townsend T-51AE printing heads including installation, shipping and training is $16,700.00. Funds for this purchase are available in the FY`99-00 Budget of the Graphic Reproductions Division account code 420501-840. Should you have any questions, please contact me at 575-5154. Thank you in advance for your assistance. MWMIM " :q Wd I - d35 0001 — - IWV1W C) }.110 &AWARD RECOMMENDATION AM BID NUMBER: 99-00-235 COMMODITY/SERVICE: PRINTING HEADS DEPARTMENT/ DIVISION: GSA/GRAPHIC REPRODUCTION TERM OF CONTRACT: SINGLE PURCHASE NUMBER OF BIDS DISTRIBUTED: 5 NUMBER OF BIDS RECEIVED: 4 METHOD OF AWARD: RECOMMENDED VENDOR(S): LOWEST RESPONSIVE AND RESPONSIBLE BIDDER MEETING SPECIFICATIONS Larry & Associates,,Inc. STATUS: LOCAL/NON-MINORITY CONTRACT VALUE: $16,700 TOTAL: $16.,:Z Q Q THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: The Graphics Reproductions Division receives frequent requests for two color printing of flyers, brochures, letterhead, envelopes, business cards, newsletters, etc. We currently outsource most of these requests due to the excessive setup time and wste involved in registering the secohd color. This acquisition 6f the T -Head, in conjunction with our Multi offset duplicators, will allow the Graphics Reproduction Division to produce accurate cost effective two color printing in a timely manner. City at u"2ml Management & Budg2t— ACCOUNT CODE(S): 505000.420501.6.840 $16,700 DEPARTMENT APPROVPL,' Departm Di CtX Designee BUDGET REVIEW APPROVAL: h Linda M. Haskins Director OTHER FUNDING APPROVALS, IF APPLICABLE: PAGE 2 OF 2 Amoudall 20.v6 ?S _TITLE: VENDORS: ITEM DESCRIPTION EST. QTY. 1 New Townsend T-51 AE Printing Heads, or 2 EA equal, as per Bid Specifications Manufacturer/Model No. 2 Handling, Transportation, delivery, Installation and Training TOTAL - Items 1 & 2 Options A. Extended Warranty Beyond Standard Warranty 0 Prepared by Ramon Berges, 8/23/2000 BID NO. 99-00-235 PRINTING HEADS Bid Tabulation AB Dick Co 7400 Caldwell Niles 1160714 Non-Local/Non-Minority EXTENDED PRICE PRICE $ 7,500.00 $15,000.00 Townsend T-51 $ 1,150.00 tyr $800.00 $ 15,600.00 Shreve Press Service & Sales 9 Larry's Assoc lates 131 Candace Drive =r` 7741 NW 56th Street Maitland, Florida 32751Miami, Florida 33166 Non-Local/Non-Minority '' Dade/Non-Mlnority EXTENDED °W!v PRICE PRICE <f PRICE $ 8,000.00 $16,000.00 $ 8,000.00 A5 Townsend/1218EIAE (S/P) r Townsendfr-51 AE 1 q3 $ 4,500.00 a k� $ 20,500.00, s N/A N/A EXTENDED PRICE $16,000.00 $ 700 00 P� G= $ 16,700.00 g �� .. .� ��/ D-.. (: • r� C*OF MIAMI OF THE CITY CLIEE BID SECURITY LIST BID ITEM PRINTING HEADS BID NO: 99-00-235 DATE BIDS) OPENED: AUGUST 16, 2000 TIME BIDDER TOTAL BID BID BOND (ER) AMOUNT CASHIER'S CHECK SHREVE PRESS SERVICE & SALE INC. See attache c 'd ABDICK CO. If if c LARRY AND ASSOCIATES, INC. �`* ►x��ir� GRAPHIC SYSTEMS SERVICES MtZ We received.only one copy thp bid wh*lch was to r -sent NO BID GRAPHICS ,� Utkr RA C O received ( _) envelops on behalf of Person receiving bid(s) PURCHASING DEPARTMENT on (City D eat) SIG Deputy City C erk (Date) — - ,ocuremer BID ITEM: ` C101 OF MIAMI OF THE CITN' CLERK._, ` PRINTING HEADS ' 90-00-235 BID NO: DATE BID(S) OPENED: AUGUST 16, 2000 lFXDNE BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK SHREVE PRESS SERVICE & SALE INC. See attacheJ bid ABDICK CO. LARRY AND ASSOCIATES, INC. GRAPHIC SYSTEMS, SERVICES We received the hid which only one copy o was Sent to. NO BID GRAPHICS RACO "Offers from the wn-,lors. Yls!ed 1hr—'I 0-11T received timely as- of Me cubove 6-5en7fig other offers subm itled in respoxiso to this C-1 "I I e ant uIC r. solicitation, if t. any, are hereby rejected as late." received envelops on behalf of on receiving bid(s)PURCHASING DEPARTMENT ---on (City Depa ent) (Date) SIG` ^ City C���� �--------- � / , `OCUrem8D1 CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FL 33133 for the following: BID NO. 99-00=235 PRINTING,HEADS OPENING DATE: 11:00 A.M. WEDNESDAY, AUGUST 16, 2000 (Deadline for Request of additional information/clarification: AUGUST 9.2000) Detailed specifications for this bid are available upon request at the. City of Miami, Purchasing Department, 444`SW 2nd Avenue, Sixth Floor, Miami, FL 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). Carlos A. Gimenez CITY OF MIAMI City Manager LOGO AD NO. 8706 low- City of Miami I 06 This number must REQUISITION FOR ADVERTISEMENT adPean ent. CI'i�r OF MIAMI OF THE CITY CLERK0 BID SECURITY LIST r BID ITEM: BID NO: DATE BID(S) OPENED: JULY 19, 2000 A/C MAINTENANCE SERVICE AT COCONUT GROVE CONVENTION TIME 10:00 a.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK WEATHERTROL See attache bid AERO COOLING SUSTEMS, INC. EAGLE A/C MIAMI, INC. TEMPTROL A/C INC. NO BID AVATAR INC. SEFORD INDUSTRIES, INC. CARRIER CORPORATION AIR COND. PLUS A.G. MECHANICAL INC. SOLO AIR CONDITIONING ,q X "'Gil -Wig 1FOM the recelvSLI tiYY!.lt Mfr sjoI ljebo=? Qn::c r T 1c e Crt7.•'.l, Fr2e. t. ai jcd . in rti,577, 3 t.Se to � .� are hiieby $0itC.Ct` d cs lato., O LCi4:?'Ic31, 3 Xr.j', �. VIC received envelops on behalf of •. Pnrcnn rnroh.;.... L.:.il..� on 17_ �_ - 0 (Date) r l (f CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FL 33133 for the following: BID NO. 99-00-193R A/C MAINTENANCE SERVICE AT COCONUT GROVE CONVENTION CENTER OPENING DATE: 10:00 A.M. WEDNESDAY, JULY 19, 2000 (Deadline for Request of additional information/clarification: July 12„ 2000) A MANDATORY pre-bid conference will be held at Coconut Grove Convention Center, located at 2700 So. Bayshore Drive (meet in lobby), Miami. Florida on July 6, 2000, at 10:00 a.m. The purpose of this conference is to allow potential Proposers an opportunity to present questions to staff and obtain clarification of the requirements of the Bid documents. If is mandatory that a representative (s) of the bidder attend in order to qualify to bid. Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 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). AD NO. 7608 Carlos A. Giminez CITY OF MIAMI City Manager LOGO =i r . C* 71 C ,r W U r,,`. ti✓ tir /<5' sC.:e•+ s '>`,n 3+ .'a*,.`^.'V 7 L '�Lyti, ✓✓'h ,,�"t 076 'S -.. {�; :. 'w yr�v e nr� `�aM^r• - tr S^'' + r ,y ,-.m( fV.R,,,w..! { ..-•4t. el ` City of:° Miami y' y t ; This number must `! EQ:.UISITIOIV' FOR: A®VERYISEMENT ``� 9 ,o appear in thea advertisement. INSTRUCTIONS.:Piease e'and attach a. co : of'the adverbs m nt with thi r ' `'i ition:. 1 c E s ;.ivision`2 D'Departmert c I EBLIC;FACILITc vr.. cam, cavE MIC T c rrE�t ' 3.-Account.: .. R Code num.b, , ,": = . 4. 'Is,_this a, confirmation:; 5. Pre aced b 415000; 3,50241.'06 034,0 Yes 0 No . GRIIr30RY: W 'TIGHT 6 Size of advertisement ` ` 7. Starting `date :1 8. Telephone number ?. t 7.%Dij... :.(305). 579 33`1Q Exta. 16 9' 'Number o'f ttmes:`this advertisement 'is to'.tie 10.• Type of advertisement: h ublished:;: ..ONCE .i ' , ,'. ®' Le al . Classified bis I'ay 11 Remarks;, ADVEt2TIS FOR A/C. "SERVICE' AST FOR •Tim COCCNUT. GROVE CCNVEN'PIC t BID 'NO 99 00 fi93R.` t 12 'Publication Date f t (s) ° Invoice No.Amount.: r. o Advertisement• r MIAMI TIMES ' . r . i 1KIAMI REVIEW'. f - r _ „ : • •DIARIO IFAS 'AMERICAS J , s i , r y. h.. . y a` W'.. , r 'tM Approved , ❑ Disapproved, tr, 6 LIr.. I. Department Direc71 tor,/Designee. Date Approved, for Payment pate " C . GS/PC '503 Rev' 12/89 Routing .Forward White and'-.Canary':to G S.A (Procurement'Managementj' and retain .Pink copy. >., h DISTRIBUTION:. White GS.k' Canary.. • Department''. , CITY OF MIAMI OF THE CITY CLERK BID SECURITY LIST BIDITEM: AIR CONDITIONING MAINTENANCE AND REPAIR AT COCONUT GROVE CONVENTION CENTER BID NO: 99-00-039 DATE BID(S) OPENED: M A Y 3, 2 0 0 0 0' ^'Y TIME 10700 a'.m. BIDDER TOTAL BID AMOUNT BID BOND (ER) I CASHIER'S CHECK AERO COOLING See attached bid AEATHERT.ROL MAINT. CORP. " EAGLE A/C MIAMI, INC. TEMPTROL A/C INC. " NO BID CHEM AQUR VARSITY CONTRACTORS INC. CASA BONITA APTS. YORK INTERNATIONAL, CORP. PYKE MECHANICAL, TNC. CITY AIR CINC. AIR CONDITIONING PLUS, INC. C LEADEX CORPORATION // .271..anrl " f- 7'• 1`1. a ars hereby reje. ..R ; • F a&6w,,rireceived �) envelops on behalf of Person receiving bid(s) 61-1 PURCHASING DEPARTMENT on (City Department) SIGNEi(_� Deputy City Clerk (Date) Oil Ile, CITY OF MIAMI !� ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, FL 33133 for the following: BID NO. 99-00-039 AIR CONDITIONING MAINTENANCE AND REPAIR AT COCONUT GROVE CONVENTION CENTER OPENING DATE: 10:00 A.M. WEDNESDAY, MAY 3, 2000 (Deadline for Request of additional information/clarification: April 24, 20001 A MANDATORY pre-bid conference will be held at the Coconut Grove Convention Center, located at 2700 South Bayshore Drive, 2nd Floor Conference Room Miami Florida on April 20, 2000, at 9:30 a.m. The purpose of this conference is to allow potential Proposers an opportunity to present questions to staff and obtain clarification of the requirements of the Bid documents. It is mandatory that a representative (s) of the bidder attend in order to qualify to bid. Detailed specifications for this bid are available upon request at the City of Miami, Purchasing Department, 444 SW 2nd Avenue, Sixth Floor, Miami, FL 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. 7605 CITY OF MIAMI OFFICE OF THE CIAXWERK urn crg-irurry r re•r BIDITEM: COCONUT GROVE CONVENTION CENTER A/C REPLACEMENT ^ PROJECT, B-6309 BID NO.: 98-99-030 / DATE BID(S) OPENED: NOVEMBER 19 , 1998 TIME 10:00 a. m. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK AERO COOLING SYSTEMS, INC. $ 246,170.00 BB 5% TO'T'AL AIR SERVICES, INC. 264,658.00 CK #1699550 $ 4,000.0 CK #1699847 10,000. WEATHERTROL MAINTENANCE CORP. 289,990.00 BB 5% Otters from tne veri6org 1151ed received timely as of the above nerell]. "It, fliv WAY oren­.ng date an efiem tpr'P. other otters submitteR in res7onsA are hereby rejected as 16te," o this so:rc= CASH 0 CHECKS - TOTAL d'T�,, DATE /% / Q CITY OF MIAMI DEPARTMENT OF FINANCE CASH RECEIPTS FORM , RECEIVED FROM: Departme VDivision Page--/ of % Prepared by:12dilz�� jefonn.xls/ SUBSIDIARY # ACCOUNT CODE AMOUNT($) IN���111 1111111111111111 � 1 111 X111111111 ■ 111��0�� ����111 111 ❑ 1111111 111111���1111111 � 1��1��111111111� � t �111111111���1111�1� jefonn.xls/ ansEank official Check No. 1699847 MationsftnW Official Check No. 1699550 40 f AtOfficial Check 4 N A 0 . � 0. ............... 7 I . v a fife w: AM.1 E E N D ALLAKES go Pby Twfl[ie: Order Of *.*CITYOF s w; S T EN MnUSAND AND 001-100 Dollars N 0 T VTALID IF OVER N;i[imisRank (UTA! A ]:!-,: SERVI-CES . i N C- %�miqvr (Purchased B�) )t -j -27�o - Authorized SiLmature 169949611' is 1 11,0000 191: 164 100 198 III@ 3 "HE ()RIGENAL DO(,1j.MENT HAS REFLECTIVE WATER.%,MRKON THE BACK THE ORIGINAL DOCUNTENT HAS REFLECTIVE WATEMMARK ON THE BACK 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Walter J. Foeman City Clerk FROM : Tony Pra Department of Public Works DATE : October 21, 1998 FILE: B-6309 SUBJECT: "COCONUT GROVE CONVENTION CENTER A/C REPLACEMENT PROJECT" REFERENCES: ENCLOSURES: I Please note that contractors will submit bids for the following project: N "COCONUT GROVE CONVENTION CENTER A/C REPLACEMENT PROJECT, B-6309", on Thursday, November 19`" , 1998, at 10:00 A.M. Any bid submitted after the time listed above, will not be accepted. Please make necessary provisions for this bid opening. The Project Manager, Andre Bryan a representative overseeing the project, is going to be present at the time of opening. Should there be cancellation or postponement, we will notify you in writing, prior to the opening date of the bids. c: John Jackson Merilynn Renshaw Project Manager File le If you have any questions, please contact me at 416-2131. < >r i M t ; -i t'rl C'7 /TP :� X _,`D -*J Encl. `- c: John Jackson Merilynn Renshaw Project Manager File le BID NO: 98-99-030 ® ADVERTISEMENT FOR BID Sealed bids for "COCONUT GROVE CONVENTION CENTER A/C REPLACEMENT PROJECT, B-6309" will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 19th day of November, 1998, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly opened and read. Any bid submitted after the above appointed time will not be accepted by the City Clerk. The project consists primarily of the furnishing of all labor, materials and equipment for the replacement and repair of the condensing units and package units located on the roof of the Main Exhibition Hall, the West Courtyard, the Convention Center Office and the Restaurant at the Coconut Grove Convention Center. The Coconut Grove Convention Center is located at 2700 South Bayshore Drive, Miami, Florida. Bidders shall furnish a bid bond in accordance with Resolutions No. 86-893 and No. 87-915. For further clarification :of .technical issues as presented in the documents and specifications, please contact Mr. AndYe Bryan,ccM (3,05) 416- 1211. Prospective bidders must have a current certified Contractor's License from the State of Florida Construction Industry License Board for the class of work to be'performed",�or the appropriate Certificate of Competency, or State Contractor's Certificate-. of kegistration as issued by Miami -Dade County, in accordance with Chapter 10 of then Miarrii-1Dade'jCounty Code, which authorizes the Bidder to perform the proposed work. -v Bidders are alerted that a pre-bid meeting will be held on Tuesday, Octbber�_6, 1998, at 10:00 am at the Coconut Grove Convention Center. All bids shall be submitted in accordance with the Instructions to Bidders and Specifications. New City regulations will require each bidder to submit proposals in duplicate originals. Specifications and plans may be obtained from the Office of the Director of Public Works, 444 S.W. 2nd Avenue, 8th Floor, Miami, Florida 33130, on or after November 5, 1998. If bidders wish, a set of specifications and plans will be mailed to them by writing to the Department of Public Works and including a separate check for $8.00. There will be a $20.00 deposit required for the first set of specifications and plans. Additional sets may be purchased for a fee of $20.00 per set and this is not refundable. Deposits will be refunded only upon their return of one set of specifications and plans to the Department of Public Works, unmarked and in good condition within two (2) weeks after the opening of the bids. Bidders are alerted to the provisions of Ordinance 10062, as amended, regarding allocation of contracts to minority vendors. The City requires prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instruction to Bidders. The City of Miami has adopted Ordinance No. 10032, which implements the "First Source Hiring Agreements." The object of this ordinance is to provide employment opportunities to City of Miami residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for wage reimbursement under this program. For further information contact the Department of Public Works, City of Miami, at (305) 416-1200. Proposal includes the time of performance, and specifications contain provisions for liquidated damages for failure to complete the work on time. The City Commission reserves the right to waive any informality in any bid, and the City Manager may reject any of all bids, and re - advertise. (B-6309, Req. 05411) Donald H. Warshaw City Manager