HomeMy WebLinkAboutR-98-0334J-98-407
4/6/98
RESOLUTION NO. 9 `' 334
A RESOLUTION ACCEPTING THE BIDS OF A & B HARDWARE
& LUMBER, AND ACE HARDWARE SHELL LUMBER
COMPANY, FOR THE PROVISION OF LUMBER AND
PLYWOOD ON A SPOT MARKET BASIS FOR VARIOUS CITY
DEPARTMENTS, ON AN AS -NEEDED, WHEN -NEEDED
CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO
EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS,
AT A TOTAL PROPOSED ANNUAL AMOUNT OF $26,000.00;
ALLOCATING FUNDS THEREFOR FROM THE VARIOUS USING
CITY DEPARTMENTS FY '97-98 OPERATING BUDGETS;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE
ORDERS FOR SAID ACQUISITIONS.
WHEREAS, pursuant to public notice, sealed bids were received February 17, 1998,
for the provision of lumber and plywood on a spot market basis for various City
departments, on an as -needed, when -needed contract basis fcr cnc 'I,' yearr with the
option to extend for two (2) additional one (1) year periods; and
WHEREAS, invitations for Bid No. 97-98-053R were mailed to nine (9) potential
bidders and two (2) bids were received; and
WHEREAS, funds for said purchases are available from the various using City
departments FY '97-98 Operating Budgets; and
WHEREAS, the City Manager and the Director of Purchasing recommend that the
bids received from A & B Hardware & Lumber and Ace Hardware Shell Lumber Company
be accepted as the lowest most responsible and responsive bids;
APR 14 WS
RespkOm UQk
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 bids submitted on February 17, 1998, by A & B Hardware &
Lumber and Ace Hardware Shell Lumber Company for the provision of lumber and
plywood on a spot market basis for various City departments, on an as -needed,
when -needed contract basis for one (1) year with the option to extend for two (2)
additional one (1) periods, at a total proposed annual amount of $26,000.00, are hereby
accepted, with funds therefor hereby allocated from the various using City departments FY
'97-98 Operating Budgets.
Section 3. The City Manager is hereby authorized to instruct the Chief Procurement
Officer to issue purchase. orders for said acquisitions.
Section 4. This Resolution shall become effective immediately upon its adoption.
PASSED AND ADOPTED thisl4th day of April , 1998.
ATTEST:
WALTER J. FOEMAN
CITY CLERK
JOE CAROLLO, MAYOR
2 98- 334
APPROVED AS TO FORM AND CORRECTNESS:
JO L EDWARD MA ELL
IN ERIM CITY ATTORNEY
W2446:CSK
In accordance with Miami Code Sec. 2.36, since the Mayor did not indicate approval of
n the designated place provided, said legislation nov1
this legislation by signing it i
becomes effective with the elapse of ten (10) daysV11-AY)
rom the date of Corrtrnissi action
regarding same, without the Mayor exercising � /1„' —
j. Fo n pity Clerk
98- 334
CITY OF MIAMI, FLORIDA CAm7
INTER -OFFICE MEMORANDUM
Honorable Mayor and
TO Members of the City DATE: April 14, 1998 FILE:
Commission
SUBJECT
FROM: Jose Garcia -Pedrosa REFERENCES:
City Manager
ENCLOSURES:
RECOMMENDATION
Authorizing the furnishing of
Lumber and Plywood Citywide
Bid No. 97-98-053R
It is respectfully recommended that the City Commission adopt the attached Resolution accepting
the bids of A 8t B Hardware 8t Lumber (Maria B. Llerena, owner), a Hispanic/Local vendor,
located at 2851 NW 27th Avenue, Miami, Florida 33142, and Ace Hardware Shell Lumber
Company (Paul and Steve Naron, owners), a Non-Minority/Local vendor, located at 2733 SW
27th Avenue, Miami, Florida 33133 for the provision of lumber and plywood on a spot market
basis for various City departments, on an as -needed, when needed contract basis for one (1) year
with the option to extend `or two (2) additional one (1) year periods, at a total proposed annual
amount of $26,000.00. Funds for these purchases are available from the FY '97-98 operating
budgets of the various user departments.
BACKGROUND
The Department of Purchasing has analyzed the bids received pursuant to Bid No. 97-98-053R for
the provision of lumber and plywood on a spot market basis. Nine (9) invitations for bids were
mailed and two (2) responses were received. The bids submitted by A 8t B Hardware at
Lumber and Ace Hardware Shell Lumber Company were deemed as the lowest most
responsible and responsive bidders, and are therefore recommended for award.
]GP/CC//]SC/AW:cyb
c: The Honorable Joe Carollo, Mayor
Judy S. Carter, Director of Purchasing
MemoLumberPWd97-98-053 R
98- 334
BID NUMBER: 97-98-053R
COMMODITY / SERVICE: Lumber and Plywood on a spot market basis
DEPARTMENT/CONTACT PERSON: Citywide
DIRECTIONS TO COMPLETE BID AWARD RECOMMENDATION FORM ON THE REVERSE SIDE:
The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the
Department of Purchasing. The user department (s) is required to complete all remaining sections of
this form, including the funding source(s), contract value (if applicable), and all other required approvals
prior to forwarding to Purchasing.
Within 10 days, FAX this completed form along with approved and signed Bid Tabulation Form and the
resolution memo to Purchasing, ATTN: Bid/Contract Section, at 416-1925. These forms will be utilized
by the Department of Purchasing to prepare the Resolution for submission to the Agenda Office for
Commission approval.
Should the department not concur with the recommendation for award, FAX separate justification memo to
Purchasing immediately. Emergency procurements are exempt.
IN ADDITION TO THE ABOVE DOCUMENTS, PLEASE RETURN A COMPLETED "CONTRACT
REVIEW AND ANALYSIS FORM" ALONG WITH THE SCI SCREEN "ACCOUNT SUMMARY"
FOR SAID COMMODITY/SERVICE IN PREPARATION FOR THE PRESENTATION AND APPROVAL
OF THE BID/CONTRACT BEFORE THE OVERSIGHT BOARD.
Contact Maritza Fresno of the Bid/Contract Section atXMV88 or 416-1907 should you have
any questions.
APPROVAL TO FORWARD
TO DEPARTMENT/OFFICE:
S. Carter
'Director of Purchasing
DATE: �O
DIDRECOM.DOC 8/8/97
PAO$ 1 OF 2
98- 334
BID AWARD RECOMMENDATION FORM
31D NUMBER: 97-98-053R COMMODITY/SERVICE: Lumber and Plywood on a spot
market basis
DEPARTMENT / DIVISION: Citywide
TERM OF CONTRACT: One (1) year with option to extend for two (2) additional one (1) year
periods
NUMBER OF BIDS DISTRIBUTED: Nine (9) NUMBER OF BIDS RECEIVED: two (2 )
METHOD OF AWARD: Two lowest most responsible and responsive bidders who will be
invited to participate in spot'-- market purchases on a tri-annual
RECOMMENDED VENDOR(S): basis. STATUS: CONTRACT VALUE:
A&B Hardware & Lumber
Ace Hardware Shell Lumber
Hispanic/Local
Non-Minority/Local
THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT:
JUSTIFICATION:
ACCOUNT CODE(Sh
DEPARTMENT APPROVAL:
�epartAVnt Director/
jesignee
BUDGET REVIEW APPROVAL:
Dipak M. Parekh
Director
TOTAL: $ 26000.00
PURCHASING APPROVAL:
OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE:
.'Zh2a
Judy . Carter
Director
PAGE 2 OF 2
9R- RR4
TABULATION OF BIDS
LUMP" AND PLYWOOD
ON A SPOT MARKET BASIS: BID NO.
9' ^a-053R
A & B HARDWARE & LUMBER
ACE HARDWARE SHELL LUMBER
2851 NW 27 AVENUE
2733 SW 27 AVENUE
MIAMI FL 33142
MIAMI
FL 33133
HISPANIC/LOCAL
NON-MINORITY/LOCAL
PRICE PER THOUSAND B/M DELIVERED
1)
CONSTRUCTION GRADE HEMLOCK
UNIT PRICE
UNIT PRICE
(HEMFIR) 75% - 25%)
A.
2" X 4" X B' THRU 16'
$ 535.00
$
650.00
B.
2" X 6" X B' THRU 16'
$ 545.00
$
640.00
C.
2" X 8" X 8' THRU 16'
$ 570.00
$
654.00
D.
2" X 10" X 8' THRU 16'
$ 575.00
$
795.00
E.
2" X 12" X 8' THRU 16'
$ 635.00
$
795.00
F.
4" X 4" X 8' THRU 16' P.T.P.
$ 595.00
$
875.00
2)
SPRUCE #3
(GRADE STAMPED & KILN DRIED)
A.
1" X 2" X 8'
$ 595.00
$
650.00
B.
1" X 4" X 8' THRU 16'
$ 830.00
$
570.00
C.
1" X 6" X 8' THRU 16'
$ 845.00
$
640.00
D.
1" X 8" X 8' THRU 16'
$ 845.00
$
650.00
E.
1" X 10" X 8' THRU 16'
$ 940.00
$
650.00
F.
1" X 12" X 8' THRU 16'
$ 990.00
$
800.00
3)
CLEAR FIR #1
(GRADE STAMPED & KILN DRIED)
A.
1" X 4" X 8' THRU 16'
$ 1.850.00
$
2,000.00
B.
1"X 6" X 8' THRU 16'
$ 1,980.00
$
2,550.00
C.
1" X 8" X 8' THRU 16'
$ 2.100.00
-$
2,550.00
D.
1" X 10" X 8' THRU 16'
$ 2,275.00
$
2,230.00
E.
1" X 12" X 8' THRU 16'
$ 3,150.00
$
2,740.00
F.
2" X 6" X 8' AND 10'
$ 1,850.00
$
2,200.00
4)
PRESSURE TREATED #2 PINES S4S
(.25 RETENTION)
A.
Small Bundles (10 or 12 piece bundle)
1" X 2" X 8'
$ 7.90
$
366.00
B.
1" X 4" X 8'
$ 520.00
$
548.00
C.
1" X 4" X 10' THRU 16'
$ 600.00
$
675.00
D.
1" X 6" X 8' THRU 16'
$ 660.00
$
900.00
E.
1" X 8" X 8' THRU 16'
$ 670.00
$
940.00
F.
2" X 4" X 8'
$ 545.00
$
560.00
G.
2" X 4" X 10' THRU 20'
$ 625.00
$
656.00
H.
2" X 6" X 8' THRU 20'
$ 625.00
$
640.00
I.
2" X 8" X 8' THRU 20'
$ 640.00
$
675.00
J.
2" X 10" X 8' THRU 16'
$ 680.00
S
780.00
K.
2" X 12" X 8' THRU 16'
$ 735.00
$
750.00
PRICE PER SHEET DELIVERED
5)
PLYWOOD FIR ACX (G.I.S.) (A.P.A.)
(STAMPED) (GROUP 1)
A.
4' X 8' X 1/4" ACX. (FIR) (G.I.S.)
$ 15.50
$
18.45
B.
4' X 8' X 3/8" ACX. (FIR) (G.I.S.)
$ 17.95
$
20.50
C.
4' X 8' X 1/2" ACX. (FIR) (G.I.S.)
$ 21.95
$
24.25
D.
4' X 8' X 5/8" ACX. (FIR) (G.I.S.)
$ 26.50
$
28.80
E.
4' X 8' X 3/4" ACX. (FIR) (G.I.S.)
$ 28.95
$
29.85
6)
COX - PLYWOOD (A.P.A.) (INTERIOR)
(STAMPED) (EXT. GLUE)
A.
4' X 8' X 1/2" CDX. (FIR) 3 PLY
$ 11.95
$
13.75
B.
4' X B' X 5/8" CDX. (FIR)
$ 14.95
$
16.60
C.
4' X 8' X 3/4" COX. (FIR)
$ 18.95
$
20.00
7)
PLYFORM (PINE) B.B.O.E.S.) (A.P.A.)
(STAMPED) (CLASSI)
A.
4' X 8' X 3/4" PLYFORM PINE B.B.O.E.S.
$ 26.95
$
27.45
8)
VIROLA PLYWOOD
A.
4' X 8' X 1 /4"
$ 13.95
$
14.85
S.
4' X 8' X 1 /2"
$ 23.95
$
23.25
C.
4" X 8' X 3/4"
$ 33.95
S
33.00
9)
BIRCH PLYWOOD (A-Z)
A.
4' X 8' X 1/4"
$ 25.90
$
25.75
B.
4' X 8' X 1/2"
$ 38.95
$
35.60
C.
4' X 8' X 3/4"
$ 44.95
$
42.80
TOTAL
$ 28,378.20
$ 30,503.90 !
Prepared by Maritza Fresno
Approval:
2/23198
Page 1 of 1
Department Direct
Designee
98-
334
Frank Rollason, Director
TO GSA Department
Judy S. ' rt
Ronr Chief Pro re. nt Office,
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
October 8, 1997
DATE . FILE
SU9.JECT Lumber and Plywood Citywide
REFERENCES.
ENCLOSURES
Please be advised that the current contract for Lumber and Plywood Citywide will expire on
December 20, 1997. The Department of Purchasing will be recommending the use of the new
contract for Lumber and Plywood Citywide.
If your Department intends to purchase this commodity during this fiscal year, please advise this
office of the estimated dollar amount allocated and the appropriate account code number.
This memcrandum must be returned to this office no later than Monday, October 20, 1997.
Should you have any questions regarding the said matter, please immediately contact Gladys
Bermudez at 416-1904.
02
ANTICIPATED ANNUAL EXPENDITURE, $ 2Q
ACCOUNT CODE
BUDGET DEPARTMENT'S APPROVALr V.
cc: Bid File
Fred Hcoscr..
98- 334
5bY—IOC—`J'-/ IO`J'='L4 tKLtM-M1AM1 C:V1VVt1V"11VN I:IIiVihK IU•3IOb:3_/d9WIt:f'
NLIt:• 98-81 07:21 FitUl4tXlf\Mi t;:( WTION CEKTUk I0-36yP4'r�':�';i
QTY -OF 4AOA , FLQWpJI
. rNTt�-O�C�• MDtil�
wAuwT t Lumber or4 PtfvfW
Prva�nenv��t O�ioAK` rnc,aw�s ,
YHC:1r 1/�
rgGE S/s
Pbm be advWd *0 the ceuft =*** for t w6w and PV*vW C'.tywide wM.
940NOar 2M tNW. The Depwftwt of Pmhaft wit tic'mmmno ft the we am IWW
We ect for Lm *w Amd Plywood Qi[ywids.
IfY&N n:l).fAnertt to pa ohm ttt mmm* dift l& year, Pi am' a! wi '
o1Boe adwt iedtneberd dolorno a ant ailo*Md wW the t^voptlab s000L tt code numW .
this mamoran - mn awt be cett�cned to odli0a tiq WK tmwwnssd 8 bar
aT. show you ?m a my *odloro 1 loaco 10 0* sm moolz ptessekmomw
ir*$ WMU*c ai 416-1904.
AmnoiPATm At4NuAL, ExPEHDiTuRE;
ACCOUW CO :.pry 3 3 �IOa►� . y ' q 8 .
BUDGET DEPARTMENTS APPROVAL: 9/ g I g 4
RAW do M TClteavow Gap*
CIO
r
c -
CD
• ... .\. •. ' r • '
'1�pY.�vi'•YIl:!V'._.' +._.. _ .{•...v!'f!Mit7YI'�3+aty'.r+S.4.'V.'w+.+'w.4'ia•.t.. w.. ten.•: ►..�,v
CITY OF MIAM1, FLC HIDA
7o
Albert ruder, Director
Pe & Reoftetion GepsrtmeM
+ y S. Cassr +
/o *
hief Procurement Olfiicelf�
INFER -OFFICE MEMORANDUM
care �
Auquat 21. 1997
SUILSC7
Lumber. and Plywood Citywide
Pleads be advised that the current contract for Lumber and Plywood Citywide, will expiry on
December 20, 1997, The DepaRmeNt of Purehaeittq will be recommending the use of the new
contmct for Lu►ttlw and Plywood cityvjWe.
If your bepa>Irtment intends to puroheed this commodity during thin Cis w year, please advise this
office of the e=timsted dollar amount allocated and the alppropdatte aocount code nunuw.
This memotandum must be returned to this offioe no later ftnWedrnesday, Sapfttnber iQ,
1907. Should you have any questions regarding We said matter, please immediately contact
Gladys Bermudst at 4 1$-1 W4.
ANTICIPATED ANNUAL. EXPENDITURE: $ t cP%:P o �
,ACCOMCODE: oc-�iacay. SL+a�crz.s..-tcscm
BUDGET OF-PARTMENT`S APPROVAL:
FV
cc: Bid He
-Marls Perez
0
98- 334
CITY" OF, VAW, FLORIDA
INTER-OFFIt; R IEQRAI�ldll;�illi
.
TO 7 1�ATE� 1 i J F;LE
Donald H. Warshaw, Chief August 21, 1997
Police Department SUBJECT
Lumber and Plywood Citywide
17.�
FROM / u '" ! `RErERENCES
LJ y S. Carter
hief Procurement Office rs--1 ENCLOSURES
V
Please be advised that the current contract for Lumber and Plywood Citywide will expire on
December 20, 1997. The Department of Purchasing will be recommending the use of the new
contract for Lumber and Plywood Citywide.
If your Departmert intends to purchase this commodity during this fiscal year, please advise this
office of the estimated dollar amount allocated and the appropriate account code number.
This memorandum must be returned to this office no later than Wednesday, September 10,
1997. Should you have any questions regarding the said matter, please immediately contact
Gladys Bermudez at 416-1904.
ANTICIPATED ANNUAL EXPENDITURE: $ 2,000.00
ACCOUNT CODE: 001000.290201.6.722
BUDGET DEPARTMENT'S APPROVAL:
cc: Bid File
Lourdes Rodriguez
AUG 7. 5 1997
:!;wINESS MMIMt MENT SECTION
98- 334
8 r4
TO . C. A. Gimenez, Chief
Fire -Rescue Department
i
FRU
J S. Carter
v' Chi f Procurement Officer
CITY OF VAW FLORIDA
INTER -OFFICE MEMORANDUM
DATE . August 21, 1997 FILE
SUBJECT :Lumber and Plywood Citywide
REFERENCES:
ENCLOSURES:
Please be advised that the current contract for Lumber and Plywood Citywide will expire on
December 20, 1997. The Department of Purchasing will be recommending the use of the new
contract for Lumber and Plywood Citywide.
If your Department intends to purchase this commodity during this fiscal year, please advise this
office of the estimated dollar amount allocated and the appropriate account code number.
This memorandum must be returned to this office no later than Wednesday, September 10,
1997. Should you have any questions regarding the said matter, please immediately contact
Gladys Bermudez at 416-1904.
ANTICIPATED ANNUAL EXPENDITURE: $ 2000•00
ACCOUNT CODE:001000. 280601.6. 706
BUDGET DEPARTMENT'S APPROVAL:
cc: Bid File
Chief M. Kemp
9$- 334
City of Miami, Florida Bid No. 97-98-53R
6.5 VENDOR BACKGROUND INFORMATION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None', or "Not Applicable", as appropriate. Please print.
COMPANY NAME: 0#9
COMPANY OFFICERS:
President ��'�� ASecretary 2
L
COMPANY OWNERSHIP:
Vice President l-'9_
Treasurer
/OD %ofownership.
of ownership
- --- _
-- -- - --' ' -- -- -- - .. - % of ownership -� -
- % of ownership A _may
- � .-��1t_'� � -.r♦ _ 1. " a ���.�r .:.t � �/'t�»V-�
1. County or Municipal Occupational License No.-
( anniiJ_ -,bi, >i 1-t_!"._-
Occupational License Clsisification -h / - b — -
2. /J 7-O/ -
3. Ocwipatianal License Expiration Date: — _-
4. Metro -Dade County Certificate of Competency No.
(attached copy if requested in Bid or RFP)
5. Social Security or Federal I.D. No.
EXPERIENCE:
6. Number of Years your organization has been in business: •3/
7. Number of Years experience BIDDER/PROPOSER (parson, Princinal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP: oZ
8. Number of Years experience BIDDER/PROPOSER (fum, corporation, proprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: 59 c3�-
98- 334
City of Miami, Florida
Bid No. 97-98-53R
Vendor Background Information form (page 2)
9. Experience Record: List references who may be contacted to ascertain information on past and/or present
contracts, work, jobs, that BMDER/PROPOSER has performed of a type similar to that required by
specifications of the City's Bid or RFP:
FIRM NAMEIADDRESS DATE OF JOB
DESCRIPTION OF JOB
GA . .Pat .P 3
CONTACT PERSON: `iOd.CEi�iI�S�.ti
PHONE NO.:'i�
FIRM NAME/ADDRESS — - — DAZE OFJOB -
-- DESCRIPTION OF JOB -- --
el z7f
CONTACT PERSON:_. ��7:C�rE�s/zoa; --
- PHONE NO.: 9 7-f 5,;-4% —
AJ
FIRM NANWADDRESS ---- — DAZE OF JOB
DESCRIPTION OF JOB � f
Aso /YE alAoliF - -
-
CONTACT PERSON: /�'�k'-S/�
PHONE NO.: 995- / 3 79
FIRM NAME/ADDRESS DATE OF JOB
DESCRIPTION OF JOB
, ✓�3�
Ay.A- - -�p
CONTACT PERSON: wR����'CJGf
PHONE NO.:'a - 9567
FAILURE TO FULLY COMPLETE, AND RETURN THIS FORM MAY DISQUALIFY YOUR BM.
38- 334
City of Miami, Florida Bid No. 97-98-53R
6.5 VENDOR BACKGROUND INFORMATION
INSTRUCTIONS:
This questionnaire is to be included with your bid. Do not leave any questions unanswered. When the question
does not apply, write the word(s) "None", or "Not Applicable", as appropriate. Please print.
COMPANY NAME:
COMPANY OFFICERS:
President 4kw N (AV on
Secretary N JA
COMPANY OWNERSHIP:
V_ Naf Do
LICENSES:
�616 WCLI e. Ski l WIM b e�
Vice President N I
Treasurer
9q" % of ownership
S �� % of ownership
% of ownership
"/o of ownership
1. County or Municipal Occupational License No.0�1 Z 1 � _Ooot 1 UA1 ZC1 I - W0_Z , Uhl7 LCI 1-003
(attach copy with bid)
A�,.
2. Occupational License Classification MeY� b 4 U 1i
3. Occupational License Expiration Date:
4. Metro -Dade County Certificate of Competency No. I
(attached copy if requested in Bid or RFP) r, , l
5. Social Security or Federal I.D. No. 5c) - 00 p Dy
EXPERIENCE:
6. Number of Years your organization has been in business:
Number of Years experience BIDDERIPROPOSER (person, principal of firm, owner) has had in operation
of the type required by the specifications of the Bid or RFP:
Number of Years experience BIDDER/PROPOSER (firm, corporation, roprietorship) has had in
operation of the type required by the specifications of the Bid or RFP: (p�j
98- 334
CITY OF MIAMI OFFICE OF THE CIT1 . JERK
BID SECURITY LIST
BID ITEM:
LUMBER & PLYWOOD
BID NO.: .97-98-053R
DATE BID(S) OPENED: -FEBRUARY 17, 1998
t"
TIME 10:00 AM
BIDDER
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
A & B HARDWARE
SHELL LUMBER CO.
tM1,111 011 17MIM"T LU7t,kl Hurt-M Tria
received t-,-7!v r-s ofr, 7
lillu VIVY 02-1-W5
and time. M
F,77 "I"T c- ci I r- r c �7 -i 7-3 1 s
are h3rejjy az;
-4� al c, It c-,. 11 C zi, it an
Person Eeceivine �bid( 1
T)TTP('T4AqTT,JC DEPARTMENT
(City Department)
lent
SIGNED:
Deputy City qVk
received envelopes on behalf of
on 2 — I -?—
(Date)
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, FI. 33133 for the following:
BID NO.97-98-053R Purchase lumber and plywood on a spot market basis for a period of
one year on an as needed when needed basis.
OPENING DATE: 10:00 A.M. FEBRUARY 17, 1998
Detailed specifications for this bid are available upon request at the City of Miami, Purchasing
Department, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416-1904.
Jose Garcia -Pedrosa CITY OF MIAMI
City Manager LOGO
AD NO. 4452
Q
r
o(°
\��.,,,�,✓✓✓�`,/0pf
City of Miami
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS: Please type
and attach a copy of the advert' m nt with this r i i i n.
1. Department:
2. Division:
3. Account Code number:
4. Is this a confirmation:
❑ Yes ❑ No
5. Prepared by:
6. Size of advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
published:
10. Type of advertisement:
❑ Legal ❑ Classified ❑
Display
11. Remarks:
12.
Publication
Date(s) of
Advertisement
Invoice No.
Amount
13.
❑ Approved
❑ Disapproved
Department Director/Designee Date
Approved for Payment
Date
C IGS/PC 503 Rev. 12/89
1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
u15I HUSUTwN: wrote - U.S.A.; Canary - Department