Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-96-0736
J-96-1142 10/4/96 RESOLUTION NO.9 6 — 736 � s A RESOLUTION ACCEPTING BIDS FOR THE FURNISHING OF BODY WORK REPAIR, REFURBISHMENT AND PAINTING OF CITY VEHICLES FOR THE DEPARTMENT OF POLICE, FLEET SERVICES CENTER, FROM NU -WAY AUTO SERVICE, MOLINA GARAGE, INC., WORLD MOTOR CORP., AND CRONY BODY WORKS, INC., ON AN AS -NEEDED BASIS, AND PROVIDING FOR THE INCLUSION OF ADDITIONAL VENDORS, FOR A ONE ' (1) YEAR PERIOD WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL PROPOSED ANNUAL AMOUNT OF $500,000.00; ALLOCATING FUNDS THEREFOR FROM THE FLEET SERVICE CENTER GENERAL OPERATING BUDGET, ACCOUNT CODE NO. 421701-702; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE AND THEREAFTER TO EXTEND THIS CONTRACT FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICES, TERMS AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. { I i s t WHEREAS, pursuant to public notice, sealed bids were received September 4, 1996 for the furnishing of body work repair, refurbishment and painting of city vehicles for the Department of Police, Fleet Services Center; and z rei WHEREAS, the Department of Police, Fleet Services Center requires the use of various, facilities to provide services to include body work repair, refurbishment and painting of City Vehicles that cannot be repaired by the Fleet Services Center; and WHEREAS, invitations for Bid No. 95-96-136 were mailed to seventy five (75) potential bidders and thirteen (13) bids were received and deemed qualified; and WHEREAS, qualified vendors under this contract will be utilized based upon factors including the lowest fixed cost for repair ; timeliness to complete repairs; quality of work; and guarantees offered; and WHEREAS, the City of Miami reserves the right to add qualified vendors to this contract from time to time as it deems necessary; and WHEREAS funds for this service are available from the Fleet Service Center General Operating Budget, Account Code No. 421701-702; and WHEREAS, the City Manager and the Chief of Police recommend that the bids received from Nu -Way Auto Service, Molina Garage Inc., World Motor Corp., and Crony Body Works, Inc., be accepted as the only responsible and responsive bids. 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 September 4, 1996 bids submitted by Nu -Way Auto Service, Molina Garage Inc., World Motor Corp., and Crony Body Works, Inc., for the furnishing of Body Work Repair, Refurbishment and Painting of City Vehicles on an as needed basis and providing for the inclusion of additional vendors, for one (1) year period with the option to extend for two (2) additional one (1) year periods at a total proposed annual amount of 96-- 736 $500,000.00 are hereby accepted, with funds therefor hereby allocated from the Fleet Services Center General Operating Budget Account No. 421701-702. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement i Officer to issue a purchase orders for this service and thereafter to extend said purchase contracts for two (2) additional one (1) year periods at the same prices, terms and conditions, pursuant to Bid No. 95-96-136, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 1 Oth day of October, 1996. J C-AROLLO, MAYOR ATTEST: y 1 i, LW�YALTER F �,CITY CLERK PREPARED AND APPROVED BY: i RAF EL 0. DIAZ DEPUTY CITY ATTORt 3 APPROVED AS TO FORM AND CORRECTNESS: A.6 kNJ S II, CITY AT TOR E W1173:CS i { PAGE 3 96- 736 5 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members of the City Conunission t FROM: Me tt e e* Ci Manager )Recommendation: DATE: SEP ` 0 1996 SUBJECT.: proposed Resolution REFERENCES: Body Work Repair, ENCLOSURES: Refurbishment & Repair of City Vehicles FILE : It is respectfully recommended that the City Commission adopt the attached Resolution awarding Bid No. 95-96-136, for Body Work Repair, Refurbishment & Repair of City Vehicles to the following qualified vendors: 1. Maaco Auto Painting, located at 12250 SW 117" Court, Miami, FL, 33186, a Hispanic, Dade County vendor. 2. Nu -Way Auto Service, located at 551 NW 71" Street, Miami, FL, 33150, a non -minority, local vendor. 3. Truck City Body Corp., located at 10660 NW South River Drive, Miami, Florida, 33178, a female, Dade County vendor. 4. Molina Garage, located at 2091 NW 70i Avenue, Miami, FL, 33127, a Hispanic, local vendor. 5. World Motor Corp., located at 2100 NW 25" Avenue, Miami, FL, 33142, a female, local vendor. 6. Palmetto Ford Truck, located at 7245 NW 36`" Street, Miami, FL, 33166, a non -minority, Dade County vendor. 7. 3 Points Paint and Body Works, Inc., located at 3566 NW 32°d Street, Miami, FL, 33142, a female, local vendor. 8. E.S.E.F., Inc., located at 7910 W. 25 h Court, Hialeah, FL, 33016, a Hispanic, Dade County vendor. 9. Crony Body Works, Inc., located at 724 NW 21" Street, Miami, FL, 33127, a Hispanic, local vendor. 10. Chile Body Shop, located at 3503 NW 7151 Street, Miami, FL, 33127, a female, Dade County vendor. 11. Tropical Chevrolet, located at 8880 Biscayne Blvd., Miami, FL, 33138, a non -minority, local vendor. 12. Auto Painting USA Body Repair Center of W. Miami, located at 2404 Milam Dairy Road, Miami, FL, 33122, a non -minority, Dade County vendor. 13.Navarro Paint & Body, located at 2390 W.78th Street, Hialeah, F1, 33016, a Hispanic, Dade County Vendor. ' 96- 736 2 Page 2 The Honorable Mayor and Members of the City Commission These vendors will provide body work repair, refurbishment, & repair of city vehicles, in an amount not to exceed $500,000.00, on as needed basis. Funding is to be from the Fleet Service Center General Operating Budget, Index Code 421701-702. Background The Fleet Service Center (FSC) is currently responsible for maintaining and repairing approximately 1700 vehicles and light trucks. There are only two individuals assigned to the Body Shop. One is an Auto Body Shop Painter and the other is a helper. There is no paint booth or prepping station. All body repair work is basically out -sourced using individual purchase orders for each vehicle. The current process is laborious, time consuming and expensive. Often damaged vehicles sit on the repair lot for up to six months or more, pending bids and approval. During such lengthy down time, the vehicles further deteriorate due to weather, non-use and vandalism. Hidden damage, often times not noticeable during the initial bid process, further delays the repair because additional funding and approval is needed. Additionally, when vehicle repairs are bid out, the vendor is generally given thirty (30) days to complete the repair, usually with minimal or no guarantee in terms of quality and adherence to the completion date. Refuting poor repair work is difficult and leaves the FSC with little recourse. The overall effect is excessively long repair times, poor quality work, little or no guarantees, and higher costs in terms of repair expense, down time, and additional repair work. The most cost effective process to provide timely and cost effective body repair/paint work is to out -source the entire process to a list of qualified vendors using a blanket purchase order. Thirteen (13) vendors have been pre -qualified, several who are in the City of Miami. The process utilizes competitive bidding and the contracts are not awarded exclusively on cost, but include other factors as well. The bid also allows the City to add vendors that meet the qualification in the future. On August 15t , 1996, invitations for sealed bids were sent to prospective vendors. Bids were opened on September 4th, 1996, with thirteen (13) responsive and qualified vendors. 96-- 726" r The Honorable Mayor and Members Bid No. of the City Commission 95-96-136 Amount of Bid: % of Cost Estimate: $500,000.00 100% Cost Estimate/Budeted Amount: $500,000.00 , Source of Funds: Fleet Service Center General Operating Budget Index Code 421701-702 Minorit . Representation: Yes Public Hearinas/Notices: N/A Assessable Project: } N/A i i i i ; E ; j E i I 4 i 96- 736 3 r CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO : Judy S. Carter DATE : SEP 16 1996 FILE : LEG 7-2 Chief Procurement Officer sueiECT : Body Work Repair, Refurbishment & Repair of City Vehicles FROM : REFERENCES: onald H. Warshaw Chief of Police ENCLOSURES: This department has verified that funds are available with the Department of Finance to procure Body Work Repair, Refurbishment & Repair of City Vehicles, at a total cost of $500,000.00. Funding is to be from the Fleet Service Center General Operating Budget, Index Code 421701-702. BUDGETARY REVIEW &.APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) i . Dipak Parekh Grant Sheehan, CIP Manager Deputy Director Public Works Department Department of Finance E I i (This form properly signed is part of the bid evaluation and recommendation package to be placed on the agenda and must be attached to the resolution cover memorandum.) E i . i r i 95- 736 5 r CITY OF MIAMI, FLOE � � BID NO. 95-96-'136 BID SHEET (Continued) I ODIL'ANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. w 'Ct "^ Terms: (Include cash discount for prompt payment, if any) Additional discount of 1C % if awarded all items. Warranty and/or guarantee: 'our n Delivery: of Award. calendar days required upon receipt of Purchase Order or Notice Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). F NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): i George Rodriguez George Rodriguez, President a) List principal business address: (street address)_ 1.2250 South West 117th Court, Miami. Florida. 33186 _ b) List all other offices located in the State of Florida: (street address) 11n•1E O,'leo`.' (Please use the back of this page if more space is necessary) MTRORYTY PROL'tn7FAiFNT COMP7IRNCiF The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement ordinance of the city of Miami and agrees to comply with all applicable substantive and procedural provisions therein, incl g any amen K s thereto. Bidder:_ MAACQ Auto Painting Signature: (company name) Date:_ September 3, 1996 Print Name: of p_ indicate if Business is 51% Minority -owned: (Check =e box only) [ ] BLACK [X] HISPANIC [ ] FEMALE AFFIRMATIVE ACT ON PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder: MAACO Auto Painting Signature (company name) FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM MAY DISQUALIFY MUM, � 96- 736 FA BIDS"NO `CITX .OF .MLAML; FLOR�.�A _: ;F 136, BID SHEET (Continued) }�pORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILT, NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. w + Terms: 10/2_a_ (Include cash discount for prompt payment, if any) Additional discount of -0_ if awarded all items. Warranty and/or guarantee: Through ownership of vehicle Deliver'$ spec'jfAidar days required upon receipt of Purchase Order or Notice of Award. As peeiFf va Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the* attached bid sheet (a). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Walter. J. Miller Walter. R. Miller David E. Miller a) List principal busin&ss address: (street address) 501 N.W. 71'Street Miami,Florida 33150 _ b) List all other offices located in the State of Florida: (street address) None } (Please use the back of this page if more space is necessary) MTHORT= PROCURRME= COE2L1AA= The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the f Miami nd agrees to comply with all applicable substantive and procedural provisions the in, x cludi g any Zmendments thereto. Bidder: Nu -Way Auto Service,�D�_ Signature: (company name) Date: September 4, 1996 Print Name: David E. Miller Indicate if Business is 51.% Minority --owned: (Check one box only) ( J BLACK ( j HISPANIC [ ) FEMALE APETRMATTVE ACT ON PT -AN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, theCttwcess,ful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant t �Or'nance # 62 as aTpnded. See Appendix I for sample. Bidder: Nu -Way Auto Service, Inc. Signature:* (company name) FAILURE TO COMpL£TE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS ID. �" 96- 736 9 1i CITY OF MIAMI, FLORIVA. t._! r BID NO. 95-96=136 BID SHEET Continued IMPORT=: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THL DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. a Terms: �O DAY's (Include cash discount for prompt payment, if any) Additional discount of 2% % if awarded all items. Warranty and/or guarantee: Q X V F TT T.T. V V At' Delivery:PER calendar, days required upon receipt of Purchase Order or Notice of Award. AGREED ALLOWED Number of calendar days required to complete work after start. EXPEDITED AS REQUIRED. In accordance with the Invitation to Bid, the specifications, General Conditions, special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the, attached bid sheet (s). NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): SALLY FEINBERG SALLY FEINBERC. PRESIDENT � F MARK_ FEINBERG SECTY a) List principal business address: (street address) TRUCK CITY BODY CORP. 10660 N.W. SOUTH RIVER DRIVE, MEDLEY, FLORIDA #3317E b) List all other offices located in the State of Floridan (street address) NONE (Please use the back of this page if more space is necessary) MaNRT` Y PROCURF.MRNT C`. PL•IANCS The undersigned bidder acknowledges that (s)he has received a copy of Ordinance 410062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, incl ing any ndments thereto. Bidder: TRUCK CITY'BODY CORP. Signature: (company name) /\ Date: AUGUST 30, 1996 Print Name: SALL FEINBERG U Indicate if Business is 51% Minority -owned: (Check sins box only) BLACK [ ] HISPANIC [ AXFEMALE If firm has an existing plan, effective date of implementation: 1984 If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. � Bidder: TRUCK CITY BODY CORP. Signature: �l L (company name) 96-- 736 �i CITY OF MIAMI, FLORIDA �...� BID NO. 95-96-'136 BID SKEET (Continued) jMPORTAi?T: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: _(Include cash discount for prompt payment, if any) Additional discount of if awarded all items. e Warranty and/or guarantee: [ J Delivery:±Jt�alendar days required upon receipt of Purchase Order or Notice of Award. QCc�rncaQ G- Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices Indicated on the attached bid sheet(s). 41 NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S):_ P1D b E R T M 0 j i f\l f) Ao b F ►_ T No l r 0 19 a) List principal business address: (street address). ij, q1h f�vc b) List all other offices located in the State of Florida: (street address) NONC (Please use the back of this page if more space is necessary) MINORITY PRMMEMENT C.OMPLIA_N�'E The undersigned bidder acknowledges that (s)he has received a copy of GrdZhance #10062 as amended, the Minority Procurement ordinance of the City of M a agree J comply with all 7 applicable substantive and procedural provisions therein, inny c in an ents thereto. 1 Bidder: M O l f lV ft L:� TO( signature: 1 4A ( company' name ) Date: Print Name: ci / t n I i /V �} Indicate if Business is 51% Minority -owned: (Check om box only) [ ] BLACK [A HISPANIC [ ] FEMALE AFFIRMA I ACTION PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidders shall b/ required to establish an Affirmative Action Policy, pursuant to Ordinance �0 62 s amen cy' See Appendix I for sample. �1 C I� �,� 61"i4'AABidder: 11%r -�l�F_'/-��( � C. Signature: U (company name 96- 736 �_i :!ITY• OF MIMI, FLOR'. L.� �� BID NO. 95•-96;136 BID SHEET (Continued) IMPORR'AN% BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR .. BOND IS SU13MITTED IN THIS ENVELOPE. Perms:'20 llt-(�X (Include cash discount for prompt payment, if any) Additional discount of if awarded all items. , Warranty and/or guarantee : Delivery: Alf calendar days required upon receipt of Purchase Order or Notice of Award. - /j/�f} Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditior.e•,' Special Conditions, and General Information to Bidders, we agree to furnish theJ Item(s) at Prices indicated on the•attached bid sheet(s). * NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address), b) List- all .other offices located. in the State of Florida: (street address) (Please use the back of this page if more space is necessary) MINORT= PROCUREMENT COMPL.2A_NCR The undersigned bidder acknowledges that (s)he has received a copy of Ordinance 410062 as amended, the Minority Procurement ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural /p,,rovisions therein, including any n nts Cher to. Bidder: C-6•. Signature: r (company name) Date: _ �. _!Eye Print Name: Indicate if Business is 51% Minority -owned: (Check gie box only) [.] BLACK [�j HISPANIC [ FEMALE AFFT_ RMATM ACTEON 27.AN If firm has an existing. plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance f10062 as amended. See Appendix I for sample. ^C1 _ Bidder: I (company name) Signature: J 'ITY OF MIAMI, FLOR.L_A - BID NO. 95-96-'136 BID SHEET (Continued) - I�Q�T�I'T: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. a _ /D cc �.rwa2 GLs -Li terms: do N�' Include' cash discount for prompt payment, if any) Additional discount of �/A" % if awarded all items. , Warranty and/or guarantee: I Delivery: calendar days required upon receipt of Purchase Order or Notice of Award. Number of calendar days required to complete work after start. I •� In accordance with the Invitation to Bid, the specifications, General Conditiqug,," Special conditions, and General Information to Bidders, we agree to furnish the' Items) at Prices Indicated on the'attached bid sheet(s). p NAMES OF COMP OWNER(S): NAMES OF COMPANY OFFICER(S): a) List principal business address: (street address) i b) List all other offices located in the State of Florida. (street address) (Please use the back of this page if more space is necessary) MINORITY PROCT_1S7F}3RNJ COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: Signature: (company name) Date: Print Name: Indicate if Business is 51% Minority -owned: (Check ome box only) [ ] BLACK [ ) HISPANIC [ ] FEMALE AFFT MA_-TTVE ACTION PLAN ,(l� If firm has an existing. plan, effective date of implementation: a If firm does not have an existing plan, the Successful Bidder(s) shall be required to iestablish an Affirmative Action Policy, pursuant to Ordinance10062 as amended. See Appendix !! i for samp Bidder: C7o r Signature: (company name) - FAILURE TO UNPLEIE. S111. AND•RETURN THIS FORM MAY DISQUALIFY THIS BID- 96- 736 17 4 CITY OF MIAMI, FL01 A .�� �� / ) �SID NO. 95-96a136 BID SHEET (dontinuea) TiMORUNT: - BID ' SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE 'ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS S MIT'1'ED IN �� S ENVELO E. TermsL.: Gl,�' (Include cash dbd'count for prompt payment, if any) Additional discount of % f awarded all items. Ir7 rrant a d oru arantee Delivery: ' calendar day required upon receipt of Purchase Order or Notice of Award. Number of calendar days required to complete work after start. #naf7o, with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the, attached bid sheet(s). r" NAMES OF COMPANY OWNER (S) : a) List principal business aVr (sre NAMES OF COMPANY OFFICER(S): b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary) j TbS-NO�'j'j' PRO�F,_,,jjS, f�MPLIANC7F. The undersigned bidder acknowledges that (s)he has received a copy o dinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami an gre tt mply with all applicable substantive and rocedural rov• ions therein, i cI d'sf9 a efidm t thereto. Bidder: /u/� �Ue�74 -' Signature {( fQY4'S( company naAe �/ Date: � lv Print Name: ��'• � 0 0-/ Indicate if Business is 51% Minority -owned: (Check One. box only) [ ] BLACK 1) HISPANIC [ ] FEMALE B,FPIRMA TVF'• ACTION PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the successful Bidder(s al be required to establish an Affirmative Action Polic pursuant to Ordinance #10 as am a Appendix I for sample. / Bidder: s cAoi Signature: (company name) `_� �JC FAILURE TO COMPIFT . SIGH, AETURN THI,SEORM MAY DISQUALIFY THIS BID. 96-- 736 19 P CITY OF,MIAMI, FLOF i _ :,_�ID NO. 95-96=136 BID SHEET (Continuea) IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: NET 10jj-h (Include cash discount for prompt payment, if any) Additional discount of 0 % if awarded all items. Warranty and/or guarantee: 12 months Delivery: n a calendar days required upon receipt of Purchase Order or Notice of Award. n/a Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special 1 Conditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices indicated on the'attached bid sheet(s). r NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Pete V. Delgado ( PrPs/iar^) t Antonio Delgado (Vice PrPc) { Marlene DelgadQ( treasurer) a) List principal business address: (street address) �7910 Weer 25rh rourt Hialez�hT rinnIda _v�oL r _ b) List all other offices located in the State of Florida: (street address) N/a (Please use the back of this page if more space is necessary) MINORITY RROc[jpRMRNT COMPL•Ium The undersigned bidder acknowledges that (s)he has receive copy of ordinance #10062 as amended, the Minority Procurement ordinance of the city of a d agrees to comply with all applicable substantive and procedural provisions therein, i clu any endments thereto. cn Bidder: E•S.E.F. Inc. Signature: (company name) Date: 8-29-1996 Print Name: Indicate if Business is 51% Minority -owned: (Check one box only) [ J BLACK HISPANIC [ ] FEMALE AFFIRMATIVE ACTT ON P .AN If firm has an existing plan, effective date of implementation: •1989 If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance I 2 s amended. See Appendix I for sample. Bidder: E.S.E.F. Inc. Signature: (company name) 96- 736 21 CITY OF • MIAMI, FLORJ'� '}D NO. 95-96=136 8ID SHEET (Continues. - •.� E=ANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE 'OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. ! Perms: 30 (Include cash discount for prompt payment, if any) Additional discount of -0- % if awarded all items. '-Jarranty and/or guarantee: 1 YEAR PARTS AND TABOR )elivery: calendar days required upon receipt of Purchase Order or Notice ?f Award. j DEPENDING ON 'Reber of calendar days required to complete work after start. rn accordance with the Invitation to Bid, the Specifications, General Conditions, Special onditions, and General Information to Bidders, we agree to furnish the Item(s) at Prices in4icated on the attached bid eheet(e), s r V. NAMES OF COMPANY OWNER(S): - NAMES OF COMPANY OFFICER(S): GEORGE J. FALCON GEORGE T. FATCQN �) List principal business address: (street address) 724 N.W. 21 ST. -: - -- . 1.) List all other offices located in the State of Florida: (street address) NONE !(Please use the back of this page if more space is essary) MINORITY PRO = ZMENT COME !The undersigned bidder acknowledges that (s)he has receiv copy of ordinance #10062 as 'amended, the Minority Procurement ordinance of the City of H and agrees to comply with all. ;applicable substantive and procedural provisions therein, in i g any amendments thereto. ;Bidder:_ CRONY BODY WORK_, INC-Signature: (company name) Date: $-28-96 Print Name: RGE J. FAT fON :Indicate if Business is 51% Minority -owned: (Check oj [ ] BLACK [] HISPANIC [ ] FEMALE AFFIRMATIVE Ac1'TOfL PJ+S�i If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful B establish an Affirmative Action Policy, pursuant to Ordinance ; I for sample. 1 Bidder: CRONY BODY WORK INC. Signature: (company name) box only) 24 1991 c(s) shall be required to 2 as amended. See hppendix j I 23 !. II CITY OF MI.AMI, F'LOF X °� - ID NO. 95-96 '136 BID SHEET (Continuea) IMPORTANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN. TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. k ! Terms: 4A _(Include cash discount for prompt payment, if, any) II Additional discount.of% if awarded all items. i Warranty and/or guarantee: yp�� Delivery:_ `�pC,.j calendar days required upon receipt of Purchase Order or Notice of Award.T Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the•attached bid sheet(s). 4• NAMES OF. COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): Crusita Caceres (Owner) Nurian Krefft (Manager) 3 c i a) List principal business address: (street address) _3503 MT 71 Street, Miami, FL 33147 b) List all other offices located in the State of Florida: (street address) N/A (Please use the back of this page if more space is necessary) M. NOR Ty PROCUREMENT COMPT• ANCfi The undersigned bidder acknowledges that (s)he has received a copy. of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, includin any amendments thereto. Bidder: Chile Body Shop Signature: ' (company name) Date: 8/26/96 Print Name: Nurian Krefft Indicate if Business is 51% Minority -owned: (Check Dme box only) [ J BLACK ( HISPANIC ( FEMALE AFFIRMATIVE ACTTON PLAN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. see Appendix I for sample. Bidder: Chile Body Shop Signature: (company name) FAILURE TO C011EL TE,SIGN, AND RETURN THIS FORM MAY DISQUAI IFY THIS BID. 96- 736 25 l 21TVOF XIAMI,, FLORIUA BID':"NO 95-96—°136 31DjSHEET (Continued) : BID `SKEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE'•IN THE :-ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATR. OF BID OPENING. µ:.IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTEDUNLESS,.::TIi� DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Perms: -(Include cash discount for prompt payment,'i.f:any) Wditional discount of � if awarded all items. , Narrarity and/or guarantee: 12 rl �� pZ Del ivery:__2_Q_calendar days required upon receipt of Purchase Order or Notice of Award. - _7 Number of calendar days required to complete work after start. In accordance with the Invitation to Bid, the specifications, General Gonditiona,,' special Zonditions, and General Information to Bidders, we agree to furnish the' Item(a) at Prices indicated'on the* attached bid sheet(s). NAMES OF COMPANY OWNER(S) NAMES OF COMPANY OFFICERS s _�ARR� 11�.g:��r�IN Iooeln ��� 1)_,) �t�1 PRC OFFICER( IL D A N FE UA_951 0 t� ci }EC a) List principal business address_: (street address) b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if.more space is necessary) MXNORTTY 3iOs'd I NT CfTMPLjANC'tL Tlie `Undersigned ' bidder acknowledges 'that {e)'he hus received' a copy ;of, Ordinance #10062 as ani6nded,"the Minority procurement Ordinance of the•`bity of Miami and agrees to comply with all appiieable substantive and procedural provisions therein, including. amendments thereto. Kidder: •.?R0�'in CN�WR"L1L T �(� Si nature: (compan name) Date s(�=-ly Print Name: LRR Indicate if Business is 51% ' Minority --owned: (Check one box•'only) j BLACK [ ] HISPANIC [ ] FEMALE AFFTRMATIVF. ACT OH PLAN If firm has an existing plan, effective date of implementations If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance A10062 as amended. See Appendix I for sample. Bidder: -T R 4 P 1 C�}) tURO�) Z- Signature : } (company name) I -"I 910c Tn rnM01 CTC crr.N, ANTI .R•FTIIRN TNiS FORM MAY DISOUALIEY THIS I3ID. f 96- 736 27 i 1 CITY OF MIAMI, FLOP �% ; )BID NO. 95-96=136 BID SHEET (Continue`, - IMPORTAt?T: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF 13ID OPENING. I IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR j BOND IS SUBMITTED IN THIS ENVELOPE. Terms:_(Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. i • Warranty and/or guarantee.; OAe. CIAI F q ub r n 4W 0a 01 f WBr Kmdash;P, rfS d dA44en, Delivery:fiffle1C5 calendar days required upon receipt of Purchase Order or Notice of Award. Q o2403(/ umber of calendar days required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General conditions, special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices I indicated on the -attached bid sheet(s). i 1 r NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): am AS , -- Kra bras j-OLke,;A64) C16UCLID 11-'AG664006ts 06.0 Tr'----'!kfi ----- �Q 4-4 ( r7-s (2om;4ca k 6 ] a) List principal business address: (street address) -- -� Z `f 4 M 1 Inm 'Da" (-f2c3 ' M fI—L 331 Z 7— b) List all other offices located in the State of Florida: (street address) GArjpn l� Wes4 )�a%v� Lie 1 FL 33y©4 i (Please use the back of this page if more space is necessary) MINORITY PROCUREMENT TANCF The undersigned bidder acknowledges that (s)he has received a copy of Ordinance €10062 as amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and PP procedural provisions therein, including any amendments thereto. ' Bidder:¢1u UsA 8My rvban cM-kr OF Signature: I A 64 (company name) j Date: 8�36 Print Name: ) act J6 6AS4511O Vets I Indicate if Business is 51% Minority -owned: (Check one box only) I [ J BLACK [ ] HISPANIC ( ] FEMALE i AFFT M611VE. ACTTON PT.AN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to ordinance 10062 as amended. see -Appendix I for sample. Mra.�� Bidder: AU'PAillb r4 U4-4 &A4 r, ►r�n4,cr..1'A Signature: (company nam-o')- —� FAILURE TO COMP1. -' i f 96- 736 29 � CITY OF MIAMI, FLOR1_ •,'�) ` O BID NO. 95-96-*136 BID SHEET (Continued) IMPO$'j'ANT: BID SHEET AND ATTACHMENTS MUST BE RETURNED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUMBER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Include cash discount for rom t payment, if an Terms: a ( P P P Ym Y) Additional discount of G0"AS1k' 4k % if awarded all items. i Warranty and/or guarantee:4'o" -d Delivery: *—c of Award.alendar days required upon receipt of Purchase Order or Notice N Number of calendar days required to complete work after start. j I In accordance with the Invitation to Bid, the Specifications, General Conditiopsf' Special �! Conditions, and General Information to Bidders, we agree to furnish the' Item(s) at Prices }} indicated on the•attached bid sheet(s). I NAMES OF COMPANY OWNER(S): NAMES OF COMPANY OFFICER(S): i t a) List principal business address: (street address). 1 aZ9D vJ - I i b) List all other offices located in the State of Florida: (street address) 1 I (Please use the back of this page if more space is necessary) MINORITY PRO=PMFNT COMPLIANCE The undersigned bidder acknowledges that (s)he has received a copy of ordinance #10062 as i amended, the Minority Procurement Ordinance of the City of Miami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. 14 i Bidder: 0-C c soSignature: �' ' 11Z (com any ame) Date:"��- So Print Name: J4��f. i - Indicate if Bu iness is 51% Minority -owned: (Check Dos. box only) [ ] BLACK [Y] HISPANIC FEMALE [ ) ArFTPMATIVE ACTTON P •AN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #'10062 as amended. see Appendix I for sample. I \ Bidder: fa-IJ f4CJ(LO Signature: (company name) FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM MAY DISQUALIFY THIS BID. t �5- 736 31 r r i I BID NUMBER: 95 — 96 — 136 i COMMODITY /SERVICE: BODY WORK REPAIR REFURBISHMENT &REPAIR OF CITY VEHICLES DEPARTMENT/CONTACT PERSON: T T ANDRz f �DIR)aCTIONS T4 COMf'L)�TF�11D WARD RECOMMENDATION FORM ON THE RE'VERSR SIDE: The top portion of the reverse side of this Bid Award Recommendation Form has been completed by the Procurement Management Division (PMD). The user department (s) is requir to complete all remaining sections of this form, including the finding source(s), contract value (if applicable), and all other required approvals prior to forwarding to PMD. Witin 10 days, FAX this completed form along with approved and signed Bid Tabulation Form to Finance/PMD, ATTN: Bid/Contract Section, at 579-6853. These forms will be utilized by PMD to prepare the resolution memo and the Resolution for submission to the Agenda Office for Commission approval. Should the department concur with the recommendation for award, FAX separate justification memo to PMD immediately. Emergency procurements are exempt. Contact , PAMELA BURNS of the Bid/Contract Section at 579-6845 should you have any i i; questions. i c. f APPROVAL TO FORWARD % 2 TO DEPARTMENT/OFFICE: j Judy S. Carter F(Chief Procurement Officer i DATE:��G l L i 33 gIDRECOM.DOC 5/16/96 PAGE 1 OF 2 PAGES 96- 736 P BID AWARD RECOMMENDATION FORM BID NUMBER: 95-96-136 COMMODITY/SERVICE: Body Work Repair, Refurbishment & A.epa_r of-Q14�ieles DEPARTMENT / DIVISION: POLICE / FLEET. SERVICES CENTER TERM OF CONTRACT: One (1) year with an option to extend for two (2) additional one (1) yr perio, NUMBER OF BIDS DISTRIBUTED: 68 NUMBER OF BIDS RECEIVED: 13 METHOD OF AWARD: Shall be awarded to the lowest most responsible & responsive Bidder(s) at the time of the required services, whose bid meets all specs and rem s. RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: ** Refer to Bid Tabulation ** OTHER QUALIFIED VENDORS TO BE ADDED AS DEMP� IN THE T -- INTEREST FOR THE DURATION OF CONTRACT THE FOLLOWING TO BE COMPLETED BY USER DEPARTMENT: JUSTIFICATION: ACCOUNT CODE(S): 4 217 01- 7 0 DEPARTMENT APPROVAL: BUDGET R APPROVAL: AeDent Director/ Assi Ci a ger `�a�.- . M • c�l� OTHER FUNDING APPROVALS, IF APPLICABLE: 34 a PAGE 2 OF 2 PAGES TOTAL: $ 5oo,00'o.00 PROCUREMENT APPROVAL: Judy S. Carter Chi Procurement Officer TITLE: 96- 736 CITY OF MIAMI, FLORIDA — — BODY WORK REPAIR, REFURBISHMENT AND REPAIR OF CITY VEHICLES BID N 9O 5 J6-136 FIRMS QUALIFIED FIRMS GROUP 1 GROUP 2 II" RMS MAACO AUTO PAINTING 12250 S.W. 117 COURT 3 POINTS PAIIdTAND MIAMI, FLORIDA 33186 BODY WORKS, INC. X HISPANIC / DADE COUNTY 3566 N.W. 32 STREET MIAMI, FLA. 33142 FEMALE/LOCAL NU -WAY AUTO SERVICE 551 N.W. 71 STREET E.S.E.F. INC. MIAMI, FLORIDA 33150 79 X 1 WO 25TH COURT NON-MINORITY/DADE COUNTY HIALEAH, FLA. 33016 HISPANIC/DADE CO. TRUCK CITY BODY CORP. 10060 N.W. SOUTH RIVER DR. CRONY BODY WORKS, INC. MEDLEY, FLORIDA 33178 724 N.W. 21 STREET FEMALE/DADE COUNTY MIAMI, FLORIDA 33127 X X HISPANIC/LOCAL MOLINA GARAGE, INC. 2091 N.W. 7 AVENUE CHILE BODY SHOP MIAMI, FLORIDA 33127 3503 N.W. 71 STREET HISPANIC/LOCAL MIAMI, FLORIDA 33147 X FEMALE/DADE COUNTY WORLD MOTOR CORP. 2100 N.W. 25 AVENUE TROPICAL CHEVROLET MIAMI, FLORIDA 33142 8880 BISCAYNE BLVD. FEMALE/LOCAL MIAMI, FLORIDA 33138 X NON-MINORITY/LOCAL PALMETTO FORd TRUCK SALES, INC. 7245 N.W. 36 STREET MIAMI, FLORIDA 33166 ON -MINORITY/ DE COUNTY X APPROVED BY: dy S. , ar _r .,Iry rrocurement Officer Ln w C�,—� —� DATE. GR— OIJP 1 X GROUP 1: FOR LIGHT AND MEDIUM EQUIPMENT GROUP 2: FO X R HEAVY EQUIPMENT X -% X. X 771 X AUTO PAINTING USA BODY REPAIR CENTER OF W. I'dllAMi 2404 MILAM DAIRY ROAD MIAMI, FLORIDA 33122 NON-MINORi I Y/DADE COUNTY X NAVARRO PAINT & BODY 2390 WEST 78 STREET HIALEAH, FLORIDA 33016 HISPANIC/DADE COUNTY X GI Date: Director/Des Pamela Burns ki AID rw r...wDBGF&IYY LIST A . rw CIA x?XXz L300Y vJORK REP AI k —w., $ID 90.2 9�-Jo-1Sv NATD DIV(S) OPDNND: SEPT_TEMBER 4, 1996 i l O N1AAC0 AUTO F�A�I147ING See attached bid .e..owe...sm.s.,>w.®ra.r NU WAY AUTO SERVICES _—.se.s_w..s..a.a..o.s•.. TRUCK CITY BODY CORP. II II MOM INA GARAGE INC. II WORLD MOTOR CORP. II II PALi,iETTO FOKO TRUCK SALES II II POINT BODY WORKS E.S.E•F. Ii1C. II II II II CRONY BODY vJORKS, Ii�C. _ We received only which was sent II " II one copy o c� to Procurement Department I II II III •II II I II II CHILE 6OD`( SHOP TROPICLA CHEVROLET AUTO PAINTING USA NAVARRO PAINT u BODY NO BID rsao.s.er_ww.sa-aossvo_ RYOER e re _mrrewrew HARC INDUSTRIES M relwMel`�.�p�r Mw r.msww..n. wersw r�ww w.w eym °r r+��—rsriwsrr ..+ww�.00wr.roewi+.ro .ems_—s0 AUSTIif TUPLER TRUCKING HYDRAULIC SALES e+sp .e.r received tirn, T,!y cr> of er. ...., (7" `v rs:z fire, ' .vry4Y11-:.,w•+�1'r.I.. are herelly rejec'Led a5 iafo," re per ..✓ 'I ".'•.....1 `�� re•m.®ws-rwrs®..o it iw IA Ai �/ w..r r sarr.+r of.•w+�wr r+rar rrwre w.�r.wm �asreer rwr �_ a ,�,�wrm—iw�errww _r+ra.rr /11,y.s ..o. received tom) •amelopaa on 'behalf of (Fargo& c®iviad Aida) GSA/SOLID WASTE -PROCUREMENT DIVISION 6a ..�w.w�.i tF�M+.w r..�w.�www.�era�.m _.ore•+r—r0 aY r®.es r�.rrey�wwoor�r� (City Department) ------- r SBGNgnc __x�-lra y •srs rewoor rrr(e.�— - �+ni►f s AS Li a LEGAL ADVERTISEMENT rf BID NO. 95-96-136 Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Florida 33133 no later than September a 1996 at 11:00 a.m. from qualified firms regularly engaged in the provision on an as needed basis for Body Work Repair, Refurbishment and Painting of City Vehicles on for the Fleet Service Center of the Miami Police Department on a contract basis for one (1) year. A Voluntary Pre -Bid Conference will take place at the Miami Police Department Administration Building, 400 N.W. 2nd Avenue, 3rd Floor, Training Room #3, on August 27, 1996 at 10:00 a.rn...Fdiliire—to-a#tei�el st zxti fise ad - Bids subted after the deadline and/or submitted to any other location or office shall be deemd,non-responsive and shall be rejected. i Ordinance No. 10062, as amended, established a goal of awarding 51% of the City's total dollar volume of all expenditures for all good and services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Section 18-52.1(h) of the City Code, as amended, states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the ff lowest other responsible and responsive bidder. I The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate chart and tax return, and any other documents to verify the location of the firm's primary office. All vendors whose primary office is located within the City of Miami must provide a copy of their City Occupational License with their bids. ;( i Detailed specifications for the bids are available upon requed C9 th Cit Procurement Office. > The City Manager may reject all bids and readvertise. z� N (Ad No. 04173) --c� Cesar H. Odio PO t f City Manager v: f I I 4 y 4 r I 4. City of Miami REOUISITION FOR ADVERTISEMENT This number must appear in the advertisement. INSTRUCTIONS: Please type and attach a co j2y of the advertisement with this regUiqijign. 1. Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: Yes El No o ci 6. Size of advertisement: 7. Starting date: 8. Telephone number: -be .. 9. Number of times this advertisement is to TO. Type of advertisement: p ublished.: 0 Legal EJ Classified El Display 11. Remarks: 12. G.S.A.'(Procurem6nt Mana gementl USE'ONLY Date(s) of Publication Advertisement Invoice No. Amount R, Ev 1 J-1; i1v > k-0 13. El Approved EJ Disapproved Department Director/ Designee Date Approved for Payment i Date C JGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. MrnriirAmAnt MnnnnAMAntl nn(i rAtnin Pink* Pnnu Ulb[MRSU11UM While - G.SA; Canary - Department