Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-98-0981
J-98-1031 10/2/98 RESOLUTION NO. 9 8 - 1 A RESOLUTION ACCEPTING THE BID OF JESSLA CONSTRUCTION CORP., IN THE PROPOSED AMOUNT OF $384,995.00, FOR THE PROJECT ENTITLED "EATON DAYCARE CENTER (SECOND BIDDING) PROJECT, B-6271"; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 331361, AS APPROPRIATED BY THE FISCAL YEAR 1997-1998 CAPITAL IMPROVEMENT ORDINANCE NO. 11623, AS AMENDED, IN THE AMOUNT OF $384,995.00 TO COVER THE CONTRACT COST AND $7,739.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $392,734.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received June 18, 1998, for "Eaton Daycare Center ( Second Bidding ) Project, B-627111; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Jessla Construction Corp., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1997-1998 Capital Improvement Ordinance 11623, as amended, appropriated monies for the proposed amount of the contract, project expenses, and incidentals under Project No. 331361; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY =T CODS MEET= OF, Prr 1 3 1M Resolution Na 98- 981 OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble of this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The June 18, 1998 bid of Jessla Construction Corp., in the proposed amount of $384,995.00, for the project entitled "Eaton Daycare Center (Second Bidding) Project, B-627111, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated project cost of $392,734.00 is hereby allocated from Project No. 331361 as appropriated by the Fiscal Year 1997-1998 Capital Improvement Ordinance 11623, as amended. Said total project cost consists of $384,995 for contract cost and $7,739.00 for estimated expenses incurred by the City. Section 4. The City Manager is hereby authorizedll to enter into a contract, in a form acceptable to the City Attorney, on behalf of the City of Miami, with Jessla Construction Corp., for "Eaton Daycare Center (Second Bidding) project, B-627111. Section 5. This Resolution shall become effective 1� 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 - 98- 981 immediately upon its adoption and signature of the Mayor.Z/ PASSED AND ADOPTED this 13th day of October , 1998. JOE CAROLLO, MAYOR In aac©rdarrme with Miami Cade Sec. 2-36, since the Makor did not indicate approval of this legislation by signing it in the designated place provided, becomes etiiec&e with the elapse often (10) days from the date of action ATTEST: regarding Sam, without the M8,0906wercising weto. Waiter CXA m , City Clerk WALTER J. FOEMAN CITY CLERK APPROVED -AS TO CM ATTORNEY W2969:CSK:kc AND CORRECTNESS:t 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 - 98- 981 CITY OF MIAMI, FLORIDA CA=5 INTER-OFFICE MEMORANDUM TO : Honorable Mayor and Members DATE OCT - 6 1998 FILE of the City Commission SUBJECT : Resolution Awarding Contract for Eaton Daycare Center ( Second Bidding ), B- 6271 FROM : / REFERENCES: Donald H. Warshaw ENCLOSURES: City Manager RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Jessla Construction Corp., a company located in Miami -Dade County and not within the City of Miami, whose principal is Felix Lima, President, for "Eaton Daycare Center, (Second Bidding) Project No. B-6271, received on June 18, 1998, in the amount of $384,995.00 total bid, authorizing the City Manager to enter into a contract on behalf of the City. WORK HISTORY: Virrick Gym, H-1013, 1997-98 BACKGROUND Amount of Bid: $384,995.00 % of Cost Estimate: 96% Cost Estimate: $400,000.00 Source of Funds: Fiscal Year 1997-1998, CIP Ordinance 11623,Project 331361 Minority Representation: 185 Invitations mailed 13 Contractors picked up plans and specs ( 5 Hispanic, 1 Black, 1 Female) 9 Contractors submitted bids ( 5 Hispanic, 1 Black, 1 Female) Public Hearings/Notices: Bid Notice published. Assessable Proiect: No Discussion: The Department of Public Works has evaluated the bids received on June 18, 1998, and determined that the lowest responsible and responsive bid, in the amount of $384,995.00 is from Jessla Construction Corp., a Hispanic minority controlled corporation. Funds are available to cover the contract cost and for such incid n��l items as postage, blueprinting, advertising and reproduction costs. DHW %JJK' C� TO: Donald h. Warshaw City Manager FROM James J. Kay, Direct Public Works Department CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: September 14, 1998 FILE : SUaIECT :Resolution Awarding Contract Eaton Daycare Center (Second Bidding) B-6271 REFERENCES: ENCLOSURES: The Public Works Department has verified with the Office of Budget and Management Analysis that funds are available for the award of a contract in the amount of $392,734.00 for subject project, from CIP Ordinance 11623, as amended under project No. 331361. BUDGETARY REVIEW AUIPM97Parekh, Director Office of Budget and Management Analysis JJK/RM/mm ADDITIONAL APPROVALS c: Raul Martinez, Assistant City Manager 98- 981 FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 9/14/98 Job Nu B-6271 PROJECT NAME: EATON DAYCARE BUILDING SECOND BIDDING CIP No.: 331361 LOCATION: 6015 N.E.4th COURT, MIAMI FLORIDA PROJECT MANAGER: Antonio E. Perez/Roberto Silva OTHER TYPE: FEDERAL PARTICIPATION: ASSOCIATED DEPARTMENT: Parks & Recreation Department ASSESSABLE: EMERGENCY: 0 RESOLUTION No.: BID REQUEST: FORMAL INFORMAL DESCRIPTION: The project consists of the furnishing of all labor, materials and equipment for the construction of anew daycare building for forty five (45) kids. Including but not limited to, the construction of anew parking lot for staff and drop-off area. (IF NECESSARY, CONTINUE ON THE BACK) SCOPE OF SERVICES: PUBLIC WORKS COST OUTSIDE COST (% OF CONST. COST) SURVEY / PLAT $ $ 1,421.00 TESTINGS $ (E) $ (E) 96 DESIGN & BID DOCUMENTS $ 2,476.00 $ 0.6 % ADVERTISING $ 1,600.00 (E) $ (E) CONSTRUCTION $ $ 384,995.00 (BID) CONST. INSP & MANAGEMENT $ $ 96 OTHER: $ (E) $ 2,242.00 (E) SUBTOTAL 392,734.00 0.6 % (P.W. ENG. FEE) (EC) - EST. CONST. COST $400,000.00 TOTAL 392,734.00 (E) - ESTIMATE CONTRACTOR'S INFORMATION: CLASS: O EE F7S NON - MINORITY TYPE OF WORK: CERTIFIED REGISTERED CONTRACTOR MINORITY © El ❑F YEARS OF ESTABLISHMENT: 15 years LICENSE C.G.C. 058088 NAM Jessla Construction Corp. TELEPHONE: (305)223-8285 ADD 8360 West Flagler St. # 200, Miami Florida 33144 CONTACT PERSON: Felix Lima and Alan L. Lima CLASS, J = JOINT P = PRIME S = SUB MINORITY: B = BLACK H = HISPANIC F = FEMALE SUB -CONTRACTORS: NAME Tower Plumbing West Dade A/C,Inc. ( Mechanical ) Group 11 of Miami, Inc. ( Roofing ) Megatran, Inc. ( Electrical ) C:%Mv Doeum WDMEL\a6271 FACT SHEE ALS RETURN TO PUBLIC WORKS AFTER SIGNED --.----•-•• ••••,�•••..., .......�.__, Vl�=, 41r MANAGER REV. 8/97 98- 981 I FORMAL BID EATON DAYCARE CENTER ( SECOND BIDDING ) Project Number: B-6271 CIP Number: 331361 Project Manager: ROBERTO SILVA Date: 06/ 18 / 98 Person who received the bids: ANTONIO E. PEREZ Received at: CITY CLERK'S OFFICE, CITY HALL Construction Estimate = $ 400,000.00 Time: 10:00 A.M. BIDDER SANTA FE CONSTRUCTION DM CONSTRUCTION JESSIA CONSTRUCTION REGOSA ENGINEERING ADDRESS 10925 N.W. 27 ST. # 101 16701 SW 72 AVE. 8360 W.FLAGER #200 46 N.W. 36th STREET MIAMI, FL 33172 MIAMI. FL 33157 MIAMI. FL 331" MIAMI, FL 33127 BID BOND AMOUNT B.B. 5R H.H. 5R B.B. 5X B.B.5R IRREGULARITIES * F F, G F MINORITY OWNED YES NO YES NO ITEM No. DESCRIPTION UNIT TOTAL UNITNIT TOTAL PRICE TOTAL PRICE TOTAL PRICE PRICE BASE HID , ITEMS 1 THRU 14 + ADD. ALT. No. 1 $391,530.00 S409,910.00 $409.995.00 $425,216.00 1 I GENERAL REQUIREMENTS = 4.000.00 $ 58,850.00 $121.956.00 $48.000.00 2 SITE WORK $7%000.00 = 77,040.00 $ 26,000.00 $64.900.00 3 CONCRETE $73,000.00 S 39,800.00 8 17.264.60 $29,623.00 4 MASONRY $ 8,000.00 $ 6,420.00 S 13.833.00 S18,898.00 5 METALS $10,000.00 = 30,000.00 S 25,462.00 S 9,317.00 6 ROOD & PLASTIC $21,000.00 $ 20,300.00 8 15,000.00 $22,495.00 7 THERMAL & MOISTURE PROTECTION $32,000.00 $ 2,700.00 ; 15.000.00 $25,388.00 8 DOORS & WINDOWS $10,000.00 S 22,800.00 $ 23,763.00 133,275.00 9 FINISHES $36,000.00 1 46,400.00 S 23,812.00 $46.200.00 10 SPECIALTIES $ 8.000.00 S 7,900.00 t 2,500.00 = 2.420.00 1t MECHANICAL $35,000.00 $ 31,000.00 $ 18,000.00 $34.100.00 12 ELECTRICAL $34,000.00 = 20,500.00 = 51,406.00 ;41,800.00 PARKING LOT = —0— $ 10,000.00 $ 7,000.00 $ 4.800.00 U SPECIAL PROVISIONS $25,000.00 $ 25,000.00 = 25,000.00 $25,000.00 ADDITIVE ALT. ITEM No.1 825.530.00 $ 11,200.00 = 25.000.00 =19,000.00 * 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 JESSLA B — No Affidavit an to Capital & Surplus of Bonding Company CONSTRUCTION CORP. FOR THE TOTAL AMOUNT OF $ 384,995.00 C — Corrected Addition of Bid Items D — Proposal Unsigned or improperly Signed or no Corporate Seal If the above contractor is not the lowest bidder explain: E — Incomplete Extensions THE LOWEST BID FROM SANTA—FE CONSTRUCTION IS A NON —RESPONSIVE BID BECAUSE F — Non —responsive bid — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — G — Improper Bid Bond THE PRICE SUBMITTED FOR ITEM # 13 WAS ZERO DOLLARS,R_ES_ULTING IN AN UNBALANCED _UNIT_ H— No Copy of Certificate of Competency, as issued by Miami —Dade CountgBID. THE SECOND LOWEST BID FROM DM CONSTRUCTION IS ALSO NON —RESPONSIVE I — No First Source Hiring Compliance Statement — ------------------------------------------------------------- J — No Minority Compliance Statement DUE —TO AN —IRREGULARITY IN THE —BID —BOND - ------------------------------------------------------------ K — No Duplicate Bid Proposal ---------------------------------------------------------------- L - No Bid 1 OF 3 FORMAL BID EATON DAYCARE CENTER ( SECOND BIDDING ) Project Number: B-6271 CIP Number: 331361 Project Manager: ROBERTO SILVA Date: 0618 98 Person who received the bids: ANTONIO E. PEREZ Received at: CITY CLERK'S OFFICE. ' CITY HALL Construction Estimate = $ 400,000.00 Time: 10:00 A.M. BIDDER AUGUST CONST. CO. INC. VENECON INC. MEF CONSTRUCTION AARYA CONSTRUCTION ADDRESS 7341 NW 32 AVE. MIAMI, FL 33147 1800 S.W. let STREET / 212 MIAMI, FL 33135 5040 N.R. 7th STREET 0410 MIAMI. FL. 33126 7657 N.W. 50th STREET MIAMI FL. 33166 BID BOND AMOUNT B.B. 5x B.B. 5% B.B. 5% B.B. S% IRREGULARITIES F MINORITY OWNED YES YES YES NOT MARKED ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL BASE BID , ITEMS 1 THRU 14 + ADD. ALT. No. 1 $429,691.00 $457.500.00 $465,000.00 $467,200.00 I GENERAL REQUIREMENTS 542,000.00 $10,000.00 $35,000.00 $ 60,400.00 2 SITE WORK $42,000.00 875,000.00 $44,000.00 $46,800.00 3 CONCRETE 33,523.00 $95.000.00 $25,000.00 $92.000.00 4 MASONRY 16,000.00 810,000.00 $21,000.00 = 9,500.00 5 METALS i20,000.00 $25,000.00 $21.000.00 S11,000.00 6 HOOD & PLASTIC =18,000.00 = 4,000.00 $24,000.00 $ 9,300.00 7 THERMAL & MOISTURE PROTECTION $20.700.00 $25,000.00 $28,000.00 $24,300.00 8 DOORS & WINDOWS $27,033.00 $24,000.00 $27.000.00 $20.000.00 9 FINISHES $44,815.00 155.000.00 $27,000.00 $39,000.00 10 SPECIALTIES $ 8.643.00 $ 4,500.00 $40,000.00 $11,800.00 it MECHANICAL $34.877.00 $35.000.00 $38,000.00 $22,000.00 12 ELECTRICAL $44,100.00 $45,000.00 $30,000.00 $50,000.00 13 PARKING LOT $20.000.00 $ — 0 — $42,000.00 $20,000.00 14 SPECIAL PROVISIONS $25,000.00 $25,000.00 $25,000.00 125,000.00 15 ADDITIVE ALT. ITEM No.l $33,000.00 $25.000.06 $38.000.00 $26,100.00 — * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM JESSI.A B — No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION CORP. FOR THE TOTAL AMOUNT OF # 384,995.00 C — Corrected Addition of Bid Items D - Proposal Unsigned or improperly Signed or no Corporate Seal If the above contractor is not the lowest bidder explain: E — Incomplete Extensions THE LOWEST BID FROM SANTA—FE CONSTRUCTION IS A NON —RESPONSIVE BID BECAUSE F — Non —responsive bid — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — G — Improper Bid Bond THE _UNIT PRICE _SUBMITTED _ FOR _ITEM 1_3_WAS ZERO DOLLARS, RESULTING_ IN AN UNBALANCED H— No Copy of Certificate of Competency, as issued by Miami —Dade CountyBLD. THE SECOND LOWEST BID FROM DM CONSTRUCTION I$ ALSO NON —RESPONSIVE I — No First Source Hiring Compliance Statement — ------------------------------------------------------------- J — No Minority Compliance Statement DUE —TO AN —IRREGULARITY IN THE —BID —BOND - ------------------------------------------------------------ K — No Duplicate Bid Proposal --------------------------------------------------- L — No Bid d , 2 OF 3 0 FORMAL BID EATON DAYCARE CENTER ( SECOND BIDDING ) Project Number: B-6271 CIP Number:331361 Project Manager: ROBERT SILVA Date: 06 /18 /98 Person who received the bids: ANTONIO E. PEREZ Received at: CITY CLERK'S OFFICE: CITY HALL Construction Estimate = $ 400,000.00 Time: 10:00 A.M. BIDDER D.E. GIDI & ASSOC: , CORP ADDRESS 3372 CORAL WAY MIAMI. FL. 33145 BID BOND AMOUNT B.H.5R IRREGULARITIES MINORITY OWNED Y.Us ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL TOTAL PRICE TOTAL PRICE BASE BID , ITEMS 1 THRU 14 + ADD. ALT. No. 1 $471,914.00 1 GENERAL REQUIREMENTS 168,600.00 2 SITE WORK $39,700.00 3 CONCRETE $53,100.00 4 MASONRY $20,000.00 5 METALS $22.000.00 8 HOOD & PLASTIC $21,700.00 7 THERMAL & MOISTURE PROTECTION $25,700.00 8 DOORS & WINDOWS $26,000.00 9 FINISHES $38,e00.00 10 SPECIALTIES $12,000.00 11 MECHANICAL J $34,000.00 12 ELECTRICAL $40,000.00 13 PARKING LOT $20.514.00 14 SPECIAL PROVISIONS i25,000.00 15 ADDITIVE ALT. ITEM No.l 125,000.00 ' 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 JESSLA B — No Affidavit as to Capital & Surplus of Bonding Company CONSTRUCTION CORP. FOR THE TOTAL AMOUNT OF = 384,995.00 C - Corrected Addition of Bid Items D - Proposal Unsigned or improperly Signed or no Corporate Seal If the above contractor is not the lowest bidder explain: E Incomplete - Extensions THE _ LOWEST BID FROM SANTA-FE IS NON-RESPONSIVE BID F - Non -responsive bid BECAUSE _CON_STRUCTION_ _ _A__ _ G - Improper Bid Bond THE UNIT PRICE SUBMITTED FOR ITEM 13 WAS ZERO DOLLARS_ RESULTING IN AN UNBALANCED - -- - - -- -- --- - -- -- - No Copy of Certificate of Competency, ne issued by Miami -Dade County BID. THE SECOND LOWEST BID FROM DM CONSTRUCTION IS ALSO NON -RESPONSIVE I - No First Source Hiring Compliance Statement---------------------------------------------------------------- J - No Minority Compliance Statement DUE TO AN IRREGULARITY IN THE -BID BOND. --------------------------------------------------------------- K - No Duplicate Bid Proposal -------------------------------- L- No Hid -------------------------------- 3OF3 CITY OF MIAMI OFFICE OF THE C11 LERK BID SECURITY LIST BID ITEM: EATON DAYCARE CENTER (Second bidding), B-6271 BID NO.: 97-98-125 DATE BID(S) OPENED: JUNE 18, 1998 TIME 10 :00 a.m. L/ BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK SANTA FE CONSTRUCTION, CORP. $ 391,530.00 B.B. 5% D.M. CONSTRUCTION OF SOUTH FLA. INC. 409,910.00 B.B. 5% JESSLA CONSTRUCTION CORP. 409,995.00 B.B. 5% REGOSA ENGE14EERING INC. 425,216.00 B.B. 5% AUGUST CONSTRUCTION CO. INC. 429,691.00 B.B. 5% VENECON INC. 457,500.00 B.B. 5% MEF CONSTRUCTION, INC. 465,000.00 B.B. 5% AARYA CONSTRUCTION INC. 467,200.00 B.B. 5% D.E. GIDI & ASSOC. CORP. 471,914.00 B.B. 5% received eJy (13 cf tho C')OV:) only, off ' a _.r oiro s su7rna ,e to r,^rgx),,jse to r'� � are hereby reicacted as late." ��*'ac eif a y, f K� ��'/'b V2 received (_) P son receiving bid(s) PUBLIC WORKS DEPARTMENT on (City Department) SIGNED: eputy City Clerk envelopes on behalf of CITY OF MIAMI. FLORIDA INTER -OFFICE MEMORANDUM RE 77', " TO : Walter J. Foeman p May 27, 1998 FILE: B-6271 1 City Clerk �9 �1P,Y 28 P 2 SUBJECT: "EATON DAYCARE CENTER .y (SECOND BIDDING), B-6271" T Y �( FROM : Tony Pr REFERENCES: Department of Public Works ENCLOSURES: Please note that contractors will submit bids for the following project: "EATON DAYCARE CENTER (SECOND BIDDING), B-6271 ", on Thursday, June 18' 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, Roberto Silva 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. If you have any questions, please contact me at 416-2131. /TP Encl. c: John Jackson Merilynn Renshaw Project Manager BID NO.97-98-125 ADVERTISEMENT FOR BIDS Sealed bids for "EATON PARK DAYCARE CENTER, (SECOND BIDDING) B-6271" will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the 18th day of June, 1998, at the Office of the City Clerk, Miami City Hall, First Floor, 3500 Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and place the bids 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 of the furnishing of all labor, equipment and materials for the construction of a new daycare center building. 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 Roberto Silva, Project Manager, at (305) 416-1254. 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 Registration as issued by Miami -Dade County in accordance with Chapter 10 of the 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. Specifications and plans may be obtained at the Director of Public Works, 444 S.W. 2nd Avenue, gth Floor, Miami, Florida 33130, on or after June 4th, 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 14 working days after the opening of the bids. Bidders are alerted. to the provisions of Ordinance 10062, as amended, regarding allocation of contracts to minority vendors, contractors, and subcontractors. Details are contained in bid specifications. All bidders must also submit an affirmative action plan with their bids. (Ordinances are contained in bid specifications.) 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-6271, Req.04940). Jose Garcia -Pedrosa City Manager