Loading...
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