Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-99-0289
v �- J-99-374 4/19/99 RESOLUTION NO. 9 9 2 8 9 A RESOLUTION OF THE MIAMI CITY COMMISSION ACCEPTING THE BID OF D. E. GIDI & ASSOCIATES CORP., FOR THE PROJECT ENTITLED " CURTIS PARK SHORELINE IMPROVEMENTS, B-6287"; IN THE AMOUNT OF $182,360, ALLOCATING FUNDS THEREFOR FROM CONTRIBUTIONS FROM THE FLORIDA STATE DEPARTMENT OF ENVIRONMENTAL PROTECTION; CDBG; AND THE JAMES L. KNIGHT FOUNDATION, AS APPROPRIATED BY FISCAL YEAR 1998-1999 APPROPRIATIONS ORDINANCE NO. 11705, AS AMENDED, UNDER PROJECT NO. 331362, IN THE AMOUNT OF $182,360.00 THE CONTRACT COST, $11,000 ESTIMATED EXPENSES, TOTAL ESTIMATED PROJECT COST OF $193,360; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY. WHEREAS, sealed bids were received March 30, 1999, for the project entitled "Curtis Park Shoreline Improvements, B-6287; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from D. E. Gidi & Associates Corp. be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1998-1999 Appropriations Ordinance 11705, as amended, appropriated monies for the proposed amount of the contract, with contributions from The Florida State Department of Environmental Protection, Community Development CM Ct9M1msica 1'I2dG OF. APR 2 7 1999 R"Oludon No. 99- 2O9 It Block Grant, and The James L. Knight Foundation; 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 fully set forth in this Section. Section 2. The March 30, 1999, bid of D. E. Gidi Associates Corp., in the proposed total bid amount of $182,360 for the project entitled "Curtis Park Shoreline Improvements, B-6287, based on the sum of Base Bid, Alternates 1, 2, 3 and Additive Alternate Items A, B & % of C, is therefore hereby accepted at the prices stated therein. Section 3. The City Manager is hereby authorized to enter into a contractil in a form acceptable to the City Attorney, on behalf of the City of Miami, with D. E. Gidi & Associates Corp. for the project "Curtis Park Shoreline Improvements, B-6287, total bid of the proposal. Section. 4. This Resolution shall become effective l� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - 99- 289 1 immediately upon its adoption and signature of the Mayor.Z/ PASSED AND ADOPTED this 27th day of April , 1999. JOB CA.ROLLO, MAYOR in accordance with Miami Code Sec. 2-36, since the Mayor did not indicate approval of this legislation by signing it in the designated plane provided, said logl-I07c,n r,cer becomes effective with the elapse of ten (10) , r fro the p ' of Corrimissicn r regarding same, without the Mayor exercising a v ATTEST: City Cleric WALTER J. FOEMAN CITY CLERK RRECTNESS:t/ W3415:RCL 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. - 3 - 99- 289 K I 1 CITY OF MIAMI, FLORIDA 44 INTER -OFFICE MEMORANDUM t� 199� To : The Honorable Mayor and DATE : APR g � FILE Members of the City Commission SUEUECT : RESOLUTION Awarding Contract for Curtis Park Shoreline Improvements, B-6287 FROM : Donald H. Warshaw REFERENCES: City Manager ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of D. E. Gidi Associates Corp., a company located at 3372 Coral Way in the City of Miami, Florida, whose principal is Domingo E. Gidi, president, for "Curtis Park Shoreline Improvements, B-6287", received March 30, 1999, in the amount of $182,360.00 Total Bid, authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Work history with City of Miami City Hall Improvements, 1996 Coconut Grove Mini -Park Restrooms, 1997 Coconut Grove Mini -Park Shelter, 1998 Total Bid is the sum of Base Bid and Additive Alternate Items A, B and of C. Amount of Bid: $182,360.00 % of Cost Estimate: 93.5 Cost Estimate: $195,000.00 Source of Funds: As follows, as appropriated by Fiscal Year 1998-1999 Appropriations Ordinance 11705, as amended under Project No. 331362. 1. The Florida State Department of Environmental Protection 2. CDBG 3. The James L. Knight Foundation Minority Representation: 260 invitations mailed 11 contractors picked up plans and specs 4 Hispanic, 2 Black, 1 Female 7 contractors submitted bids 4 Hispanic, 2 Black, 0 Female Public Hearings/Notices: No Discussion: The Department of Public Works has evaluated the bids received on March 30, 1999 and determined that the lowest responsible and responsive bid, in the proposed amount of $182,360.00 is from D. E. Gidi & Associates Corp., a Hispanic -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising and reproduction costs: DHW/RM/JJK/mm �11- CUrtISParkShoreinMEMO.doc 9 J -- 289 D. C. Qlbl & h0juc, C ORF. 3372 Coral Way - Miami, Florida 33145 Phone: (305) 444-2910 April 42, 1999 Mr. James J. Kay, Director Department of Public Works City of Miami' 444 SW 2nd. Ave. Miami' FL 33430 RE: Kinloch Park Adult Development Center B-6270 [Bid No. 98-99-0493 Curtis Park Shoreline Improvements B-6287 (Bid No. 96-99-087) Dear Mr. Kay: We trust and are confident that we can perform re- ference works in the time of completion established in the respective contract documents. We acknowledge, agree and accept the General Condi- tions of the Specifications which establishes that the City may retain the amount set forth in the con- tract as liquidated damages if the work is not com- pleted within the time specified in the contract. We hope that the two contracts will be awarded to our corporation to permit us to demostrate to the Department of Public Works the capability, techni- cal and financial resources of our organization du- ring the performance of both jobs. Thank you in advance for the support you can provi- de our corporation. Very truly yours, Domingo E. Sidi 99- 289 ty* w • r D• L• VIIDII V (R JVt, WRIT • G1WU4M-1;':i' *,TOKJ - C1 QIH=J r 3372 Coral Way - Miami, Florida 33145 Phone: (305) 444-2910 PARTIAL LIST OF WO>R PERFOm D,EQ$ TiiE CTI'V OF NaAW DEPARTMENT OF PUBLIC WORKS .s Lumus Park Plaza Redevelopment, Phase I - B-2936 Curtis Park Redevelopment, Restroom Building No. 2 - B-29831 Fire Station No. 3 Modifications - B-3217A Japanese Gardens Renovation - B-3232 Lumus Park Redevelopment Site Work - B-6203 Coconut Grove Minipark - B-6238 City Hall Improvements - B-6281 99 - 289 —= L i Budgetary Impact Analysis 1. Department ' �V�'�✓ Division 2. Agenda Item # (if available) 3. Title and brief description of legislation or attach ordinance/resolution: 12�CL1)T1lJ�.� �i,�l�i&,'�,�6► �► f�i�i`�AC�f off. 4. Is this ite n related to revenue? NO: `J YES (If yes, skip.to item #7.) b. Are ther,� sufficient funds in Line Item? C 1 'P YES. t^/ Index Code Minor Obj. Code Amount $ NO: — Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Object/Project No. From $ To $ 7. Any additional comments? p roved b y: :8. DepardZent P' r/Designee Date FOR DEPARTMENT OF MANAGE NT AND UDGET USE ONLY Verified by: Verified by: �l• Department of Idanagement and Budget /Designee Budget Analyst Date i�� 9 Date 99 - 289 CC ti• r oRMAL BID CURTIS SHORELINE IMPROVEMENT Project Number: B-6287 CIP Number: 331362 Project Manager: VICTOR MARZO Dater/ 30 99 Person who received the bids: VICTOR MARZO Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate = 195,000.00 Time: 10:30 A.M. BIDDER ME GIDI & ASSOC. C.S. RANDOLPH. INC. RJR CONSTRUCTION, INC. VILA & ASSOC., INC. ADDRESS 3371 CORAL WAY W". FL 8990 NW 1ST ST. EL PORTALI, FL 7026 SW t9TH TERR MIAMI, FL 12097 NW 98TH AVE HIALEAH GARDENS, FL BID BOND AMOUNT B.B. VOUCHER B.B. VOUCHER B.B. 6% B.B. 5% IRREGULARITIES • MINORITY OWNED YES YES YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID TOTAL ITEMS 1 THRU 3 AND f182,380.00 f1991000.00 $210,000.00 1228,744.00 ITINS A,B & HALF ( 1/2 ) OF C 1 DEMOLITION & DISPOSAL f 23,302.00 $ 60,000.00 1 12,300.00 35,000.00 2 CONSTRUCTION OF DOCKS & PtLUNGS = 67,048.00 $ 80,000.00 $105,000.00 97,396.00 CONC. WALKS & MISCELLANEOUS 3 SPECIAL PROVISIONS f 81000.00 f 8,000.00 f 0,000.00 f 61000.00 ADD. 'A' LIGHTING & ELECTRICAL WORK f 59,091.00 $ 28,000.00 $ 44,000.00 i 44,900.00 ADD. -B• CONCRETE SEAT BOLLARDS f 10,389.00 f 15,000.00 f 11,000.00 $ 13,316.i. ADD. 'C" LANDSCAPE WORK $14,630.0044 $ 8,000.00 S 29,906.00 $ 30,133.00 •t BASED ON UNIT PRICES & AVAILABLE FUNDING + IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A — No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM D.E GIDI & ASSOC. B — No Affidavit as to Capital & Surplus of Bonding Company FOR THE TOTAL AMOUNT OF 1182,360.00 C — Corrected Addition of Bid Items D - Proposal Unsigned or improperly signed or no Corporate seal If the abo contractor is not the lowest bidder explain: E — Incomplete Extensions F—Ncn—responsive bid ----- — ---------------------------------------------------- G — Improper Bid Bond --- � ------------------------------------------------- H— No Copy of Ce"Loate of Competency, as Issued by Miaml—Dade County Q/J �!� I — No First Source Hiring Compliance Statement -------- — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — J — No Minority Compliance Statement — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — K — No Duplicate Bid Proposal ----------------._ ----------------------------------------------- L — No Bid 1 OF 2 FORMAL BID CURTIS SHORELINE IMPROVEMENT Project Number: B-6287 CIP Number: 331362 Project Manager: VICTOR MARZO Date: 03/30 /99 Person who received the bids: VICTOR MARZO Received at: _ CITY CLERK'S OFFICE. CITY HALL Construction Estimate = 19.5,900.00 Tima: 10:30 A.M. BIDDER VENECON INC. AUGUST CONSTRUCTION CO. CAZO CONSTRUCTION CO. ADDRESS 1800 SW 1 ST. / 212 MIAMI, FL 7341 NW 32 AVE. I:IA L FL 3461SR 8TH Sr. MIAMI, rL BID BOND AMOUNT B.B. VOUCHER B.B.6R H.H. 5% IRREGULARITIES • MINORITY OWNED YES YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASS BID TOTAL ITEMS i THRU 3 AND $264,600.00 *301,265.00 $344,479.00 ITEMS AB & HALF ( 1/2) OF C t DEMOLITION & DISPOSAL $ 29,500.00 $ 38,541.00 $ 46,931.00 2 CONSTRUCTION OF DOCKS & P►LIdNGS 1137,600.00 =174,684.00 1225,648.00 CONC. WALKS & MISCELLANEOUS 3 SPECIAL PROVISIONS $ 8,000.00 $ 6,000.00 $ 8,000.00 ADD. A' LIGHTING & ELECTRICAL WORK $ 49,000,00 S 29,9ae.o0 S 24,000.00 ADD, "B" CONCRETE SEAT BOLLARDS S 11,500.00 S 12,433.00 S 8.700.00 ADD. "C" LANDSCAPE WORK S 29,500.00 $ 39,500.00 $ 32.000.00 •• BASED ON UNIT PRICES & AVAIIr18IE FUNDING IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power-ol-Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM D.E GIDI & ASSOC. B - No Affidavit as to Capital & surplus of Bonding Company FOR THE TOTAL AMOUNT OF Ste2,380.00 C - Corrected Addition of Bid Items D - Proposal Unsigned or Improperly Signed or no Corporate Seal IY the above contractor is not the lowest bidder explain: E - Incomplete Extensions F - Non -responsive bid G - Improper Bid Bond---------`------`--------'----- H- No Copy of Certificate of Competency,--` - _-- -- ------ ----------------------------------- u Issued by Miami -Dade County -_-__ I - No First source Hiring Compliance Statement ---- ---- -� f�-------------------------------------------- 7 - No Minority Compliance Statement ---------------------------------------------------------------- - No Duplicate Bid Proposal _____ ------------------------------------------------------- No Bid 2 OF 2 a FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 4 JOB NUMBER: B 6287 PROJECT NAME: CURTIS PARK SHORELINE IMPROVEMENTS CIP NUMBER: 331362 LOCATION: 2300 NORTH RIVER DR. OTHER TYPE: PROJECT MANAGER / EXT. No.: Victor Marto / 416-1231 FEDERAL (C.D.B.G.): 0 ASSOCIATED DEPARTMENT: Parks and Recreation Department S.N.P.B. ASSESSABLE: 0 EMERGENCY: Q COMMISSIONER DISTRICT: 1 BID REQUEST: FORMAL Q INFORMAL 0 RESOLUTION No.: DESCRIPTION: This project consists of the fumishing of all labor, materials and equipment for the construction of the River Walk Including lighting, landscaping and a water retention area with control structure and out fall system. In addition, the reconstruction of a wooden pier, fender system, and a new concrete walk. (IF NECE6SAW, CONTINUE ON THE BAC►Q SCOPE OF SERVICES. PUBLIC WORKS OUTSIDE COST COST (% OF CONST. COST) ADVERTISING $ 1000.00 (A) OUTSIDE DESIGN $ TESTINGS / SURVEY / PLAT $ 11000 (E) $ (E� P.W. DESIGN & BID DOCUMENTS $ 0 % CONSTRUCTION $ 182,350 (BID) CONSTRUCTION ADMINISTRATION $ 9,000 5 % OTHER: $ (E) $ (E) (A) - ACTUAL AMT. 5 % (E) - ESTIMATE TOTAL $ 193,360 (TOTAL ENG. FEE) ESTIMATED CONST. COST $ 195,000 CONTRACTOR'S INFORMATION: CLASS: O © F7S NON - MINORITY O TYPE OF WORK: GENERAL CONTRACTOR MINORITY YEARS OF ESTABLISHMENT: 14 years LICENSE CGC 011262 NAME: D.E.GIDI & ASSOC., CORP. TELEPHONE: (305) 4"-291 O ADDRESS: 3372 CORAL WAY CITY, STATE, ZIP: Miami, Florida 33145 CLASS: J = JOINT P = PRIME S = SUB CONTACT PERSON: DOMINGO E. GIDI MINORMY: B = BLACK H - HISPANIC F - FEMALE SUB -CONTRACTORS: NAMES: JD PARKING LOT INC. ! Business Organization LIcense No., Issued BUNNELL FOUNDATIONS INC. by the State of Florida _ _-, .-.-- __ V 1. wr,MM, Wm DJ- 289 n CITY OF MIAA'II OF THE CITY CLERK BID SECURITY LIST BID ITEM: CURTIS PARK SHORELINE IMPROVEMENTS, B-6287 BID NO:yo--yy—Utz/ DATE BID(S) OPENED: MARCH 30, 1999 TIME 10: 30 a. BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK D.E. GIDI & ASSOCIATES, CORP. $ 196,860.00 B.B. VOUCHER G.S. RANDOLPH INC, 199,000.00 B.B. VOUCHER R.J.R. CONSTRUCTION, INC. 210,296.50 B.B. 5% M. VIL & ASSOCIATES, INC. 228,744.00 B.B. 5% VENECON INC. 264,500.00 B.B. VOUCHER AUGUST CONSTRUCTION CO. INC. 301,265.00 B.B. 5% CAZO CONTRUCTION, CORP. ! 344,479.00 B.B. 55% -Ulfers from the venc.ors 110ed harcin are received t-m(-Iy as of itse 013:�n'r^? t .e Only 'r;.tn ;�� fizz offork. - t' other offers 27.zam. ".eel in r•,~ )arxe to t - n Person receiving bid(s) received ( ) envelops on behalf of .-PUBLIC WORKS Z9 0 (City Department) (Date) SIGNED: !s u� epury City Cle k T- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Walter J. Foeman March 16, 1999 B-6287 TO : City Clerk DATE FILE CURTIS PARK SHORELINE ��----`" SUBJECT IMPROVEMENTS A� Tony PVt - FROM Departof Public Works REFERENCES ENCLOSURES: I Please be advised, the receiving date of the bids for project "Curtis Park Shoreline Improvements, B-6287" has been change to Tuesday, March 301h, 1999 at 10:30 AM. Should you have any questions or require additional information regarding this matter, please do not hesitate to call me at 416-2131. TPltp c: Contract File B-6287 Project Manager ZZ t,� 1 e:ae. IMPORTANT ADDENDUM CITY OF MIAMI, FLORIDA DEPARTMENT OF PUBLIC WORKS ADDENDUM NO. 2 MARCH 16, 1999 BIDDING AND CONTRACT DOCUMENTS FOR CURTIS PARK SHORELINE IMPROVEMENTS B-6287 ALL BIDDERS ARE HEREBY NOTIFIED AS FOLLOWS: This addendum is issued to modify the previously issued bidding and contractual documents, dated February 26, 1999 and is hereby made part of the contract documents, to be taken into account in preparing your bid on the referenced project. All requirements of the documents not modified herein shall remain in full force and effect, as originally set forth. Please attach this addendum to the specifications in your possession and acknowledge receipt thereof in the space provided on the bid form. Amend the contract documents as follows: CHANGE OF DATE FOR RECEIPT OF BIDS 1. The bidders are hereby notified that the date for receipt of sealed bids for the "Curtis Park Shoreline Improvements, B-6287" project is to be extended from 18 March 1999 to 10:30 AM on 30 March 1999 at the City Clerk's Office. Z -1 0 it CLARIFICATIONS 2. This project has been designated as a Set -Aside for Black, Female and Hispanic Business/Sole proprietors. This requirement applies primarily to the general contractor doing the upland work who shall be the proposer. The subcontractor for the replacement pilings and wood dock shall be a licensed qualified marine contractor with at least five (5) years of marine construction experience and is not required to be a minority contractor unless the marine contractor is a licensed general contractor bidding as the prime contractor. 3. All grass sod indicated in the plans shall be "Argentine Bahia" sod. Delete all references "Floratam" sod. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTS AND SHALL BE MADE A PART THEREOF. 67- James J. y, D' ector Director of Public Works r, I CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Walter J. Foeman DATE February 16, 1999 FILE B-6287 City Clerk SUBJECT "CURTIS PARK SHORELINE IMPROVEMENTS" FROM l L REFERENCES i Tony Pr Departme t of Public Works ENCLOSURES 1 Please note that contractors will submit bids for the following project: "CURTIS PARK SHORELINE IMPROVEMENTS, B-6287", on Thursday, March 18, 1999, 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, Victor Marzo, Architect I1 is 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. If you have any questions, please contact me at 416-2131 /TP Encl. c: John Jackson Merilynn Renshaw Project Manager File BID NO.98.99-087 ADVERTISEMENT FOR BIDS Sealed bids for "CURTIS PARK SHORELINE IMPROVEMENTS, B-6287" will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the March 18, 1999, 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 consist on the furnishing of all labor, materials and equipment for the construction of a new river walk including lighting, landscaping and a dry retention area, with control structure and out fall system. In addition, the construction of a wooden pier piles, fender system and a new concrete walk at boat ramp bulkhead. City regulations will allow bidder to furnish bid bonds in accordance with Resolutions No. 86-983 and No. 87-915. For clarification of technical issues as presented in the documents and specifications, please contact Mr. Victor Marzo, Project Manager at (305) 416-1231. 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 the State Contractor's Certificate of Registration as issued by Miami -Dade County Code, which authorizes the Bidder to perform the proposed work. 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. Contract documents and plans may be obtained from the Office of the Director of Public Works, 444 S.W. 2nd Avenue, 81" Floor, Miami, Florida 33130, on or after February 26, 1999. If bidders wish, a set of contract documents 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 14 working days after the opening of the bids. Bidders are alerted to the provisions of Ordinance 10062 and 10538 regarding allocation of contracts to minority vendors, contractors, and subcontractors. This project has been designated as a Set -Aside for Black, Female and Hispanic Business/Sale proprietors. All bidders must also submit an affirmative action plan with their bids. (Ordinances are contained in bid specifications.) FAILURE TO MEET THE ABOVE SET -ASIDE REQUIREMENTS MAY DEEM YOUR BID NOW RESPONSIVE. 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-6287, Req.05428). Donald H. Warshaw City Manager 11