Loading...
HomeMy WebLinkAboutR-96-0144N, _ J-96-149 2/7/96 9 6 ~ 14 4 RESOLUTION N0. A RESOLUTION ACCEPTING THE BID OF VENECON, INC., IN THE PROPOSED AMOUNT OF $200,000.00, TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED: "GIBSON PARK RECREATIONAL BUILDING RENOVATION, B-622811; ALLOCATING FUNDS THEREFOR FROM CAPITAL IMPROVEMENT PROJECT NO. 331384, IN THE AMOUNT OF $120,000.00 AND CAPITAL IMPROVEMENT PROJECT NO. 331341, IN THE AMOUNT OF $120,660.00, AS APPROPRIATED BY 1995-1996 CAPITAL IMPROVEMENT ORDINANCE NO. 11337, TO COVER THE CONTRACT COST OF $200,000.00 AND OF $40,660.00 TO COVER THE ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $240,660.00; AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received on August 17, 1995, for the project entitled "GIBSON PARK RECREATIONAL BUILDING RENOVATION, B-622811; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Venecon, Inc. be accepted as the lowest responsible and responsive bid; and WHEREAS, funds in the amount of $120,000.00 and $120,660.00 are available from Project Nos. 331384 and 331341, respectively, as appropriated by Fiscal Year 1995-1996 Capital Improvement Ordinance No. 11337, adopted January 25, 1996, for the proposed amount of the contract, project expense and incidentals; Cfii"!C COM USSI011 MEETING OF FEB 2 9 1996 Resolution No. 96- 144 )1� 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 August 17, 1995 bid of Venecon, Inc., in the proposed amount of $200,000.00, for the project entitled "GIBSON PARK RECREATIONAL BUILDING RENOVATION, B-622811, for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. Section 3. The total estimated nrniont- r+nat of $240,660.00 is hereby allocated from Project .Nos. 331384 ($120,000.00) and 331341 ($120,660.00), as appropriated by Fiscal Year 1995-1996 Capital Improvement Ordinance No. 11337. Said total project costs consist of the $200,000.00 contract cost and $40,660.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorized-/ to enter into a contract on behalf of the City of Miami with Venecon, Inc., for the project entitled "GIBSON PARK RECREATIONAL BUILDING RENOVATION, B-622811, for the total bid of the proposal. i� 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 - 96- 144 Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 29th day of February , 1996. ST PHEN P. CLA K, MAYOR ATTEST: WALTER j.(Ep8mAN, CITY CLERK CAPITAL PROJECT REVIEW: G SHE HAN, COORDINATOR, CIP SUBMITTED BY: WALDEMAR E. LEE, DIRECTOR DEPARTMENT OF PUBLIC WORKS LEGAL REVIEW BY: I �4� G. MIRIAWMAEM CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: W600:BSS 3 - 96- 144 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 93 Honorable Mayor and Members DATE : FEB 12 1996 FILEB-6228 of the City Commission SUBJECT : Gibson Park, Recreational Building Renovation FROM : Cesa l0 REFERENCES: City er ENCLOSURES: Resolution (Amended) RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of VENECON,.INC., a company located within Dade County and within the City of Miami, -for the "Gibson Park Recreational Building Renovation Project B-622811, received August 17, 1995 in the amount $200,000.00, Total Bid; authorizing the City Manager to enter into a contract -on behalf c_f the City. BACKGROUND Amount of Bid: Cost Estimate: $200,000.00 $209,000.00 % of cost Estimate: 96 Source of Funds: Fiscal Year 1994-1995 C.I.P. Ordinance No. 11205 Minority Representation: 240 invitations mailed 15 contractors picked up plans & specs (3 Hispanic, 2 Black, 0 Female) 3 contractors submitted bids (2 Hispanic, 0 Black, 0 Female) Public Hearinqs/Notices: No public hearing/Bid Notice published. Assessable Project: No. Discussion: The Department of Public Works has evaluated the bids received on August 17, .1995, and determined that the lowest responsible and responsive bid, in the amount of $200,000.00 is from VENECON, INC., a Hispanic -minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising, and reproduction costs. Attachment: Proposed Resolution 9 6- 144 1 PONNIAL illl) REV. THEODORE R. G113SON RE{'REATIONA1, BUILDING RENOVA'NONS. Pi'ojeet Number- B-6228 _ t:11' Nurnbcr:— __. Project Manager: — CARMEN GARC_IAt7_/ 95 Person who receives! the bids, T,, PEREZ. •••__• Received nt CITY_CLERK'$ OFFICE. CITY HALL Construction Estimate = $,_200,OQ0�4 Titne_IgpO A.M. BIDDER VIINECON, 1NC l80LI S NI, I ST 5212 - � a e�--•--- RCC COHST CO INC. MET CONSMUCrION, INC. - - _ ADDRESS -- 4061MIAS FL7t AVE, ---• 1, R 5 : T YES - 408MIAMNFL64 ST I3ID BOND AMOUNT — -- B.B.itS,oao.00 IRREGULARITIES MINORITY OWNED YCR NO ITEM No, DESCRIPTION UNIT PRICE --- -- TOTAL I t .4,000 0U- t2U.00000 12U0.00D.Op PRICE - ---� --- ---- TOTAL UNIT PRICE TOTAL UNrr PRICE TOTAL A RASE BID TOTAL OF IiT.14S 1 711RU 2 y28.VUO.00 1E35,0D0 00 — R ADDI M tTEM5 I THRU 9 - 120,200.0C $249, too.00 -_ -_ 129.615,00 --- `�-- •IDTAL A + B 1284.615.00 - — FOR FORNISIIINC ALL [MDR, MATERIALS AND _- �_ _ BQUIPMENr FOR 114E REPAIR AND RENOV. 11H4.000.00 $2111,90O.t0 1245,000.00 - _ 2 SPECIAL. PROVL910NS — E10,000 O0 - -_-- — $10,000.00 110,000.00 - ADD. L REn1R8tSHW9NT OF NOMI PARIONG LOT 10.5110011 S.1.00000 12,550.00 - $1.113.00 ADD. 2 NEw 4 Fr. HIGH CONC. BLOCK *ALL 14.00000 fq,470-00 ADD. 3 4- ZONC. TOPPING OVER SIDEVADK #4.500 0.D 12,R0(1.00 15.595,00 ADD. 4 mEw 4 Fr. wing StDriwx Esoum PARKING L071 - - 12,000 90 - 23.000 00 11.7 GO 00 III L50000 I<1,000 n0 :C.00000 — —�� _ - ---.._-- 12..^,00 00 i43,025.06 ADD. i REFURBISHMENT OF SOUTH PARKING LOT 12,350 OD 12,g7g,pp T-- ADD. 6 PRESSURE CLEANING OF CONCRETE PAVING EAb7 $500.011 13,500.00 ADD. T RBPL.ACttNEW OF TRANSrORMKR ROOM n0OR - -- -11,409U0 12,000 00 - -- V 62,760.00 ADD. B INSTALL EXHAUST FAN AT CERAMICS ROCN 01.050.00 ----- ADD 9 PAINT IN MAIN IsXHIEITi0N AREA - i2,501 13,li0700 - • IRREGULARITIES LIrGEND IT HAS' (SEEN DI:TEERMINl D BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -or -Attorney TIIE: LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM VHNCCON, INC. _ B - No Affidavit as to Capital k Surplus of Bonding Compeny P'OR THE TOTAL AMOUNT __. OF E240.0 0 00 C - Corrected Extensions _............ .. _ D - Proposal Unsigned or Improperly Signed Or no Corpnrntr Srnl If Hir, tibove cont clor ,s lirnt, Hie lowent bidder explain E - Incomplete Extensions F - Non -responsive bid �/� _ _ -- - ••- •0 - Improper Did Bond I6X - -----•----------_- d•J "µme ? H - Corrected Did /..:.y� -- --- __...__._.._...----•-• 1 - No First Source Hiring Compliance Sta emenl �f �� /� '�. •� x- S 7 No Minority Compliance Statement K - IMPROPER Bid Pro osnl `IFE'r -_.--------_-_^-----•__-------_..__._ P .IIEI'r 1 OI t 1, - I'Eo Bid _ _. __. _..---•.--------------.-..._.._ w SENT BY 2-21-96 ; 9: 26kM ; PUBLIC WORKS/ ADM I N. CITY BLANAGER ' S OFF. ; # 3/ 3 FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 6 / 07 / 1995 JOB 0: B-6228 i PROJECT NAME: GIBSON PARK RECREATIONAL BUILDING RENOVATIONS cIP m 331341 & 331384 LOCATIoN9: 401 NN 13 ST., MIAMI. FL TYPE: cdbg PROJECT MANAGM FEDERAL PARTICIPATION: ® ASSOMTEO OEPARTWNT: PARKS AND RECREAMN DEPARTMENT AS>SERSA9LE: [� EMERGENCY, Q RESOLUTION +M: 810 REQUEST: FCPJAAL ® INFOPMAL riEsC.RIP TIOv: This pTLect consists.of enera/ work to both exterior and /nts0or of rocrea anal building, Exterior scope of work shall include geneml paintfng, Lifeirof entrances with new security gates, additional ll htin , Intedorscope of work shall include general painting newADA complying restrooms, new coiling and general repair work throe pout. 5COPF.OF SERVIC''E5: GITti' OUTSIDE AMOUNT (% OF ('O_�,ST. COS`I'y SURVEY IPLAT SITE INVESTIGATION O PLANNING AND STUDY $ 4,181.00 2 % OF EC DESIGN 0 s 17,769.29 8.6 °A OF EC SPECS AND BID PROCESS $ 3,135.75 1.5 °% OF EC BLUEPRINTING AND ADVERTISING ® O $ 4,191.00 (E) CONSTRUCTION s 200,000.00 (8/0) CONST. INSP. 6 MANAGEWNT $ 8,600•00 4 96 OF BID OTHER - - t sUeTOTAL i 237,267.00 INDIRECTCOSTS - (1.43% s 3,393.00 (ENG. FEED CONTINGENCIES i a ,%fAi -a CC-N",T C Or, 1. S 209,050.00 TOTAL s 240,660.00 COIF UCTOR'S IYF PMATION: GLASS: J ® [=3 ] TYPE OF WORK Gtner(rl COnSftc&on MINORITY EE YEARS Of ESTABILISHMENT: 3 yro. ucemE CGC 045393 NAME VlEN1ECON, INC. TELEPHONE( 3as )$414=0 ADON958: 1800 SW 1 ST. 0212. Warni, FI 33135 CONTACT PERSON: Oscar Busrtamante Stni-00'%irRACT0R$ D & L PLUMBING WIREMASTERS, INC. '.LASS. J- JOINT P■ PAWL' 5a SUB MAOMTV.• a -BLACK H+HISPANIC F+F5MAL6 Wrlco; A14*&01 Am I LnKtti 1 VKa., 44.71 APUN.T,I.a, mr, wr IIUV{I%vcm, rywyvfwlGY Yrr•I., Hlr cmnfW%%v Q" 5 %��- 144 21D SECORITT LIST ID ITEls: REV. THEODORE R. GIBSON RECREATIONAL BUILDING RENOVATION -------------------------------------------------- a---------------------_—-----_—e._..-_.� BID WO. i 94-95-192 --- SATZ BIDS) OPSNEDt AUGUST 17, 1995 10:00 a.m. �OTaL 'ID DOND�er,� 21DDC1k PID AMOVWT CASHIRR:t—CRICK—� VENECON, INC. $ — 174,000.00 — — — — — — — — — — - 6 B.B. 5% _---M-------i_._�►--N—.► R.C.C. CONST. CO. INC. $ w-�..----------------_------------ 228,900.00 B Z . 5% I-=-----------------�---- MET CONSTRUCTION, INC. $ 255,000.00 B.B. $ 15,000.00 NO BID - MODULAR CONTRACTORS, INC. _.^o..�Lw-----•----------------------- —�—�—♦{--/_y—��n—�r—��----I------N_ •. ppl -ull�rA \11e�— •Ci �ViA—r1.Yiw—•---------.e received timely Cis of the ccbo e opan ng datO other offers submitted i:1 ----------- -------- ------------------ - ------------------------------------------------------- - - - - - - - - - - - - --------------------- - I t - - - - - - - - - - - - - - - - - L - - - - - - - - - - - - - - — - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - ---------------------- - - ------------------- -------------- -,� Z-! = 6 ---- ------------------------------ ----- I -- - - - --- -------------_ ------------- — -- _s__-. = �. ..._--- -------------------------- ,1 ---------t-------------------------------------- - -------------- t--------------- ----------------------- - --------------------- - - ------------ — — — — — — — — - - - - - - - - - - - - - - - - - - - - - - - - - - - - _'- -------------- ---------------------- AvAc C._'V 2 _------secei•ed eavelopes on behalf of (!arson recei�ia� -i s) Pubi sic Worf�� _ - as - (titP Depa--------------------- ----v-�-1----=�--__--- � 1 CNHD a wvz-t-y_C tP click) R E (T i\ '95 A111-1 17 A10:00 WA.LTER .1. FOEMAN C11 Y Cl, FRK CITY f,:!- : :;. "I- F 1. A CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Walter Foeman City Clerk A;tib a*4�DAV_�4 FROM : erta A. Davis Department of Public Works DATE : August 11, 1995 FILE SUBJECT: Rev. Theodore R . Gibson Recreational Building Renovation REFERENCES: ENCLOSURES: Please be advised that the receiving date for Bid No. 94-95-192 on Rev. Theodore R. Gibson Recreational Building Renovation - B6228, has been moved from Tuesday, August 15, 1995 to August 17th, 1995 at 10:00 AM. Attached please find a copy of the addendum that has been submitted to All bidders, who have picked up the package. If you have any questions, please contact me at 579-6865. /BAD cc: Mirriam Parra, Office of the City Clerk Maria Abijalil, Department of Procurement & Management Merilynn Renshaw, Public Works Anita Moore, Public Works encl. ZE --� D U > ` «, BID NO. 94-95-192 ADVERTISEMENT FOR BIDS Sealed bids for "REV. THEODORE R. GIBSON RECREATIONAL BUILDING RENOVATION B-6228" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 17th day of August, 1995, 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 of the furnishing of all labor, materials and equipment for the renovation to the Recreational building including exterior and interior repairs. Bidders will furnish performance and bid bonds in accordance with Resolutions NO. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact Carmen Garcia -Velez at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, 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. Plans and specifications may be obtained from the office of the Director of Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on or after August 1, 1995. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of _$20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications 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 No. 10062 as amended regarding allocation of contract to minority vendors, contractors, and subcontractors. All bidders must 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 Agreement." 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) 579-6856. 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 or all bids, and readvertise (B-6228, Req.0578). Cesar H. Odio City Manager 0 Public Works Memorandum '. IFU:M-04WIWIFFIN DATE: August 11, 1995 TO: All Bidders FROM: Carmen Garcia -Velez RE: B-6228 - Gibson Park Recreational Building Renovation, Addendum No. 1 CC: File The following items have been issued for clarification. 1.) Sheet A-3: Existing acoustical ceiling tile system at Weight Room, Rm. # A-204a, shall remain. Contractor shall provide new 24" X 48" suspended acoustical ceiling tile & grid system at +12'-6" A.F.F. New ceiling tile & grid shall match existing type at West Lobby. 2.) Sheet A-8: At Daycare (Rm. #A-212), Corridor (Rin. #A-217), and West Office (Rm. #A-202), contractor may install new vinyl composition tile, V.C.T., over existing V.C.T. Assure existing V.C.T. to remain is properly secured and installed. New V.C.T. installation shall be as per manufacturer's specifications. 3.) Sheet A-3: At northwest corner demolition, the following note: "Contractor shall remove existing exterior sloped concrete wall as shown. typical", as be typical of (4) four, as indicated on plans (N.E., N.W., S.E., & S.W. corners.) 4.) Contractor shall water -pressure clean, and/or sandblast, as required for proper installation of new stucco over existing surfaces. Typical throughout exterior. 5.) Contractor shall properly clean and relam all existing light fixtures to remain and to be relocated. 6.) Any existing 3" x 24" wood member to be removed, may be re -used in areas of renovation, if wood member is in good physical condition. 7.) For door's to be removed, door type "R", see door symbols on sheet A-4. Typical. ADD-LDOC 08/10/95 4:25 PM 8.) Additive Item #1 and Additive Item #5: Contractor shall patch and repair any existing damaged areas of asphalt/paving. Contractor shall provide new sealer to entire parking lot, and re -stripe all parking stalls to include but not be limited to all handicapped stalls and loading areas, permiter around parking lot, and perimeter around any concrete curbs. Provide new handicapped signs as indicated on plans, and provide new directional, entry/exit, arrows as shown. Contractor shall replace any broken and/or damaged concrete stops/bumpers, and shall properly secure new and existing conc. stops to paving. 9.) Date for Receival of Bids shall be Thrusday, August 17th 1995 at 10:00a.m. at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan American Drive, Dinner Key, Miami, Florida 33133. hlQiL Throughout working drawings, contractor shall refer to Standard Contract Documents and Specifications for Public Works Projects, current edition. If you do not have one, please pick one up at the 3rd Floor of the Administration Building, 275 N.W. 2nd Steet, Miami, Florida. CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Walter Foeman City Clerk (Z D. FROM : Ber6ta A. Da is Department of Public Works DATE : ,July 27, 1995 FILE : SUBJECT: REV. THEODORE R. GIB50N RECREATIONAL BUILDING RENOVATION PROJECT B-6228 REFERENCES BID NO. 94-95-192 ENCLOSURES: Contractors will submit bids for the above reference project to be opened on. August 15, 1995 Time: 10:00 AM. Any bid submitted after the above appointed time will not be accepted by the City Clerk. Please make the necessary provisions for this bid opening. A representative from our Department will be present. We will notify you in writing if there will be a postponement or cancellation prior to the opening of bids. WED D <0 00 a N T1 BID NO. 94-95-192 - _ 00 _. ADVERTISEMENT FOR BIDS Sealed bids for "REV. THEODORE R. GIBSON RECREATIONAL BUILDING'RENOVATION B-6228" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 15th day of August, 1995, 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 of the furnishing of all labor, materials and equipment for the renovation to the Recreational building including exterior and interior repairs. Bidders will furnish performance and bid bonds in accordance with Resolutions NO. 86-983 and No. 87-915. For technical questions regarding plans and specifications, please contact Carmen Garcia -Velez at (305) 579-6865. Prospective bidders will be required to submit, with their bid, a copy of the appropriate Certificate of Competency, as issued by Dade County, 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. Plans and specifications may be obtained from the office of the Director of Public Works, 275 N.W. 2 Street, 3rd Floor, Miami, Florida, 33128, on or after August 1, 1995. If bidders wish, a set of plans and specifications will be mailed to them by writing to the Department of Public Works and including a separate check for $8. There will be a $20 deposit required for the first set of plans and specifications. Additional sets may be purchased for a fee of $20 per set and this is not refundable. Deposits will be refunded only upon the return of one set of plans and specifications 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 No. 10062 as amended regarding allocation of contract to minority vendors, contractors, and subcontractors. All bidders must 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 Agreement." 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) 579-6856. 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 or all bids, and readvertise (B-6228, Req.0578). Cesar H. Odio City Manager City of REQUISITION FOR Miami ADVERTISEMENT a5,P9a This number must appear in the advertisement. INSTRUCTIONS: Please type and attach, a__covv of the advertisement with this rpauisition. 9. Department: PUBLIC WORKS 2. Division: 1 /-\UMI[iISTRNTION 3. Account Code number: .; I P# 331341 %331384 4. Is this a confirmation: ® Yes ❑ No 5. Prepared by: BrEkTA A. DAVIS 6. Size of advertisement: 3419302-287 BID 94-95-192 7. Starting date: AUGUST 1 '1995 8. Telephone number: 579- 865 9. Number of times this advertisement is to be published: Or1Ce 10. Type of advertisement: Legal ❑ Classified ❑ Display 11. Remarks: 'TLV, THEODURE R. GIBBON RECREATIONAL BUILDING RENOVATION, B62280 12. Publication G. 'A. Pr r 'm Date(s) of Advertisement Invoice No. Amount > t_rt --t rn '— p too -7 > iIt ' 13. Approved ❑ Disapproved Department Director/ Desi_gnee Date Approved for Payment Date