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