Loading...
HomeMy WebLinkAboutR-96-07371i J-96-1 1 12 10/10/96 RESOLUTION NO,) 6 - 7 3 7 A RESOLUTION ACCEPTING THE BID OF FLORIDA LEMARK CORPORATION, IN THE PROPOSED AMOUNT OF $66,900.00, TOTAL BID OF THE PROPOSAL, FOR THE PROJECT ENTITLED: "CITY HALL EXTERIOR WATERPROOFING, H-1093, SECOND BIDDING ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 311926, IN THE AMOUNT OF $37,650.00 (CONTRACT COST) AND $6,108.60 (EXPENSES), AS APPROPRIATED BY CAPITAL IMPROVEMENT ORDINANCE NO. 11337, AS AMENDED AND FROM THE REPAIRS/MAINTENANCE ACCOUNT, CODE NO. 580701-670, IN THE AMOUNT OF $29,250.00 (CONTRACT COST), FOR AN ESTIMATED TOTAL COST OF $73,008.60; 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 September 10, 1996, for the project entitled "City Hall Exterior Waterproofing, H-1093, Second Bidding;" and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Florida Lemark Corporation be accepted as the lowest ! responsible and responsive bid; and WHEREAS, funds for said project are available from Capital Improvement Project ' No. 311926 and Repairs/Maintenance Account, Code No. 580701-670; I 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 r i are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. f Section 2. The September 101h, 1996 bid of Florida Lemark Corporation, in the { proposed amount of $66,900.00, for the project entitled "City Hall Exterior Waterproofing, H-1093, Second Bidding," for the total bid of the proposal, based on lump sum and unit prices, is hereby accepted at the price stated therein. CITY COMUSSION IwlEETING OF O C T I i, 1996 Resolution No. Section 3. The total estimated project cost of $73,008.60 is hereby allocated from Project No. 311926, in the amount of $37,650.00 (contract cost) and $6,108.60 (expenses), as appropriated by Capital Improvement Ordinance No. 11337, as amended and from the Repairs/Maintenance Account, Code No. 580701-670, in the amount of $29,250.00 (contract cost), for an estimated total cost of $73,008.60. Section 4. The City Manager is hereby authorized' to enter into a contract, in a form acceptable to the City Attorney, on behalf of the City of Miami with Florida Lemark Corporation, for the project entitled "City Hall Exterior Waterproofing, H-1093, Second Bidding," total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 10th day of October, 1996. 0 CAROLLO, MAYOR ATTEST: WALTER J. FO-EM CITY CLERK CAPITAL PROJECT REVIEW GR T SHEEHAN CI COORDINATOR SUBMITTED BY: Y 6u- WALDEMAR E. LEE, DIRECTOR PUBLIC WORKS DEPARTMENT BUDGETARY REVIEW: MICHA LAVIN FINANCE DEPARTMENT ' The herein authorization is further subject to compliance with all requirements tliat may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. 2 96-737 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To : Honorable Mayor and Members of the City Commission DATE SEP 3 0 I096 BILE Sua;ECT City Hall Exterior Waterproofing, H-1093, { Second Bidding FROM Me*,W REFERENCES Cit ENCLOSURES : Resolution RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Florida Lemark Corp., a company located in Dade County and not within the City of Miami, for the project entitled "City Hall Exterior Waterproofing, H-1093, Second Bidding," received on September 10", 1996, in the amount of $66,900.00 Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $66,900.00 % of Cost Estimate: 77.8% Cost Estimate: $86,000.00 Source of Funds: Fiscal Year 1995-1996, CIP Ordinance 11337 and Repairs/Maintenance Outside Account, Code No. 580701-670 Minority Representation: 185 invitations mailed 7 contractors picked up plans and specs (__Hispanic, Black, Female) 3 contractors submitted bids ( 2 Hispanic, _Black, 1 Female) Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Project: No Discussion: The Department of Public Works has evaluated the bids received on September 10,', 1996, and determined that the lowest responsible and responsive bid, in the amount of $66,900.00, is from Florida Lemark Corporation a minority controlled corporation. Funds are available to cover the contract cost, and for such incidental items as postage, blueprinting, advertising and reproduction costs. NCI Construction failed to provide the required information regarding certificates from the manufacturer(s), as approved applicators for the installation of the materials specified. Therefore, their bid is considered non -responsive and non -responsible. 96- 737 r CITE' HALL EXTERIOR WATERPROOFING ( SECOND BIDDING ) Project Number: H-1093 CIP Number: DSR # 92693/OUTSIDE ACCT.# 580701-670 Project Manager: ALLA.N I. POMS Date: 09/ 10 / 96 Person who received the bids: ANTONIO E. PEREZ Received at: CITY CLERK'S OFFICE CITY HALL Construction Estimate = $ 86 000.00 Tim% 10.00 A.M. BIDDER NCI CONSTRUCTION FLORIDA LEMARK CORP. ROMAN WATERPROOFING & RESTORATION SYSTEMS ADDRESS BID BOND AMOUNT 13008 SW 133 CT. 1IIAMI, FL 33186 8181 NW 38th ST. MIAMI,FL. 33166 7.875 NE 191 sT. AVENTURA, FL. 33180 B.B. 5% B.B.5% B.B.5% IRREGULARITIES MINORITY OWNED F - YES YES YES DESCRIPTION BASE BID TOTAL OF ITEMS 1 THRU 2 UNIT PRICE TOTALTOTAL "PRICE UNIT PRICEPRICE TOTAL UNIT TOTAL ITEM No. = 33,500.007,650.00 s 58,238.00 1 FOR FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT FOR THE CITY HALL-EXT. WALL RESTORATION AND WATERPROOFTNG,AS SHOWN i28.600 00 S 32,650.00 S65.238.00 ON THE PLANS ( FOR REFERENCE ONLY ) AND AS INDICATED IN THE SPECIFICATIONS.THE LUMP OF FOR SPECIAL ITEMS $500000 S6.000AO g PROVISION . ITEM -I FOR FURNISHING ALL LABOR, MATERIALS AND $7,500.00 S29.250.00 $21 EQUIPMENT FOR THE CITY HALL -TERRACES RESTORATION AND TRAFFIC DECK COATING, AS SHOWN ON THE PLANS(FOR REFERENCE ONLY)& INDICATED IN THE SPECIFICATIONS.THE LUMP OF • IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM A - No Power -of -Attorney FLORIDA LEMARK CORP. FOR THE TOTAL AMOUNT OF $ 66,900.00 B - No Affidavit as to Capital h Surplus of Bonding Company C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal If the above contractor is not the lowest bidder explain: E - Incomplete Extensions AFTER CONTACTING NCI CONSTRUCTION FOR ADDITIONAL INFORMATION _REGA_RDIN_G THEIR CER_TI_FI_CATES _- ---- F - Non -responsive bid --------------------------------- G - Improper Bid Bond FROM_T_H_E_M_ANU_F_ACT_URE_R(S),_AS A_P_PR_OVED__AP_PLICATO_RS,_F_OR__THE IN_ST_A_LL_A 11ON 0_F THE MATE_RIAI_S SP_ECIFIED,_ H —Corrected Sid NCI CONSTRUCTION FAHED TO GIVE US THE NECCFSSARY INFORMATION THEREFORE, WE ARE CONSIDERING THEM I — No First Source Hiring Compliance Statement --- __— ---'t------------------ --- J — No Minority Compliance Statement A NON— RES O SIB RE 0 _BID_— _ _ _ ____ __ _________ K — No DLplicate Bid Proposal _ — _ SHEET-1OF 1 _ ----------- L — No Bid _ 1i FACT SHEET DEPARTMENT OF PUBLIC WORKS DATE: 9 / 24 / 1996 JOB /*': H-1093 PROJECT NAME: CITY HALL EXTERIOR WATERPROOFING CIP N: DSR926/Acct.#580701-670 LOCATION: 3500 PAN AMERICAN DRIVE TYPE: PROJECT MANAGER: Allan I Poms FEDERAL PARTICIPATION: F7 ASSOCIATED DEPARTMENT: ASSESSABLE -- EMERGENCY: RESOLUTION #: BID REQUEST: FORMAL INFORMAL DESCRIPTION: The project consists of the furnishing of all labor, materials and equipment for the following: 1. Thoroughly remove existing paint by either water blasting or sand blasting as required 2 Inspect and test walls to locat tonny areas with loose stucco, concrate, or other materials. Remove and ra air the deteriorated materials. 3. Repair & restore any corroded steel reinforcing and flashings. Repair all stucco cracks ands ails. 4. Replacement of sealants at all doors, windows, expansion joints, flashing, and around any penetrations as required. S. Paint the exterior structure including the decorative elements at the main entrance and on walls S. Thoroughly ramovo the oxisL dock coating from outdoor terrace surface and apply a membrane of pedestrian traffic dock as specified SCOPE OF SERVICES: CITY OUTSIDE AMOUNT (% OF CONST. COST) SURVEY /PLAT SITE INVESTIGATION O O PLANNING AND STUDY O $ % OF EC DESIGN $ 1,968.75 2 % OF EC SPECS AND BID PROCESS O $ 2,868.75 3 % OF EC BLUEPRINTING AND ADVERTISING O $ (E) CONSTRUCTION a $ 66,900.00 (BID) CONST. INSP. & MANAGEMENT Q $ 1,271.10 1 % of BID OTHER a $ (E) --^ SUBTOTAL $ 73,008.60 7 Rio INDIRECT COSTS • (0%) b (E) (ENG. FEE) CONTINGENCIES (0%) $ (EC) ESTIMATE CONST. COST: S86,000.00 TOTAL $ 73,008.60 (E) ESTIMATE CONTRACTOR'S INFORMATION: CLASS: O NON . MINORITY TYPE OF WORK Exterior Waterproofing /G.C. MINORITY �B ED 0 YEARS OF ESTABLISHMENT: 9 years LICENSE CGC-057870 NAME: Florida Lemark Corp. TELEPHONE: (305) 593-1442 ADDRESS: 8181 N. W. 36 th Street, Suite 21-13, Miami FI. 33166 CONTACT PERSON: Emilio Rodriguez CLASS: J' JOINT P- PRIME Se SUB MWORM: B- BLACK Ii- HISPANIC F. FEMALE SUB -CONTRACTORS NAMES: Prepared by Antonia E. Perej-___ CADrPQ• eccrern ur n,oerrnoc n..cr ..,.. ....... _.. _ _._ __ _ ... _ __ _..--�----• ---- --. -.._. _.••, •••." v,r mnnnvcn, naawrhreu uerr., NrleHr'�/i1iCR �- 5 737 DIa 5ECVRIST LIST S_D ISIMs CITY HALL EXTERIOR eWATERPROOFING H-1093 iYrv..-'-------r—e--..----M—e-----M—e-------y.—i— Mw—ew►.—_.aww._.v._.mq.wwm ww fM _pw0--mow _q ww_w_i ewe DID Ito.$ 95-9�-1�Z —.w+►-----wewe.►e.._a.w.sawa.s RISE EIV(S) OPENED:SEPTEMBER 10, 1995 10:00 a.m. i— saaor—rwr w------------_gym-- 6:l ate gWDVKS 14C I CONSTRUCTION 33, 500. 00 3 . fr_ewwre we---mow_--� l.e f.er r—e_eewe—w--e—e rer—e sa�.._ea—ws wo r� FLORIDA LEMARK CORP. 37,650.00 B.B. :i% —+owr_w.�s.wr—.w eas—r_e_r_ e—_p-+we_— ewwer_—e sa+—er�w—war.ew ROHAN WATERPROOFING & RESTORATIO 68,238.00 "CT ers rom-- e voilaorrs — :�fc.c �ierei�i ciree #tip— received timiblyT (r` { ¢1� n �^1� ,Yr., f� nZi' (( f i rytl �•.. �Asw '1b.Ww.N'sYa�'—do' .iwi�aw rsp.l�adMsr Ktri �.�rb`+�Yasr other offers .cullinilied if`r, resnpo r; to 1h., n, if ally, _ —w---------weso+w! tea—---_--e-----w--_ ww b00 __ee6 _f L. ®o®w.—®am®O--_—®O.Ow_wms®.! _Y_---_----.-----_--w-M1.-- ------------- C� -®Cm--------Ow _-------- _- -m—w--e---_---m 4. ww—w-----------9--------------------- ----w-------------------------r—®N__-----------_ -- rr—._d--ww po ww+.--e s__w w_w Oo®we sw wm.ww ss®wwrrw—wr 3 e s f -----------------L------------------------------------ -- — — — — — — — — — — — — — — — — — f - — — — — — ---------}-------!'-------------- ------------------1--------------- 11 ----------------_------ ------------------ I -------------- I-----------w---------- _---w--e -------- ------- ------------F------------- wwa_---wf—r--}------------r— -----JJ----- f------------ r/..p s6%/—�w. s.�r.. L ---+----------t•--ww----------4----e----------------w-- --.rl.--------e----1�---------s..w--rj•---•ter--------------_ _wOf__reOeMe_reY�.��Y—O--r_emf--wa.----------—r---------- —r_af_r__e_rf__ _.received t 3�j anveYopos on lboheit of _ PubY is t(p (City Dopartmestj!-- ---------w__e o� — r7 yc / BID NO. 95-96-152 b CY ADVERTISEMENT FOR BID `-'--+ M . < ,,-to Sealed bids for "City Hall Exterior Waterproofing, H-1093, Secon,& Biddit w-M be received by the City Clerk of the City of Miami, Florida at 10:00 A.Mo:m the 10`" dq of September, 1996, at the City Clerk's Office, first floor of the Miami, t"fit" HAt 35651-Pan American Drive, Dinner Key, Miami, Florida, 33133, at which time and lace 4ey 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 waterproofing and exterior restorations of the City Hall Building. Bidders will bid bonds in accordance with Resolutions No. 86-963 and No. 87-915. For technical questions regarding plans and specifications, please contact Allan Poms or Antonio Perez, at (305) 416-1245/416- 1243. 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, 444 N.W. 2' Avenue, 8"' Floor, Miami, Florida 33130, on or after August 26, 1996. 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 $8.00. There will be a $20 deposit required for the first set of plans and specifications. Deposits will be refunded only upon their 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 regarding allocation of contracts to minority vendors. The City will expect prospective bidders to submit an Affirmative Action Plan, as defined in said Ordinance, and as required in the Instructions to Bidders. 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 (H-1093, Req. 0620). Cesar H. Odio City Manager I Pr J h�;�'�� City of Miami $ This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. 1114STRUCTIONS: Please !ype and attach a co ov of the adverti-ement with thip reguisition. 1, Department: 2. Division: 3. Account Code number: 4. Is this a confirmation: yes ❑ No 5. Prepared by: 6. Size of advertisement: 95-96-15). 7. Starting date: 8. Telephone number: J- 9. Number of times this advertisement is to be published: i "I 10. Type of advertisement: Legal ❑ Classified El Display 11. Remarks: T o-we 12. Publication G.S.A. (Procurement Mopage 0 m n1i USE j2NLY Date(s) of Advertisement Invoice No. Amount 13. kf Approved El Disapproved [)�partment Direct 6r/ Designee Date r Approved for Payment L Date S—/PC 503 Rev. 12/89 1 Routine: Forward White and Cnn;iry to (,.qA KA- DISTRIBUTION: White - G.S.A.; Canary -Department -- 1-11, . .11.1 —11. 1 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM To : Falter J. Foeman, City Clerk DATE : August 19 1996 FILE City of Miami SUBJECT : Projects No. H-1093 & B-3253 FROM REFERENCES: Hay Regueyr ENCLOSURES: Department of Public Works Please note that contractors will submit bids for the following projects: City Hall Exterior Waterproofing, Second Bidding, H-1093, on TUESDAY, SEPTEMBER 10T", 1996, at 10:00 a.m., and the project entitled Tower Theater Rehabilitation, Second Bidding, B-3253, on TUESDAY, SEPTEMBER 17"", 1996 at 10:00 a.m. Any bid submitted after the time listed above, will not be accepted by the City Clerk. Please make necessary provisions for this bid opening. The Project Managers, Tony Perez and Alberto Corrales, respectfully, and/or a representative overseeing the project, are going to be present at the time of openings. 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 416-1201. I /HR r� i Encl. `Co o`di r?T •� Q i; 4 t I I i I j t' i 1 10 111 9f-,- r_1. i-'aIc'r I1I1? r �O. c,►'� 1)6-152 <vrwr�.R�r1s1•:M1�::w�1• t��t.)1� 14r�> Scaled bids for "Lily Hall Imer•ior V10(r rprcic hyi, 11.1093, ',cc:ond Bid:litig' -twill he received by the Ciry Clerk of the (_;itv of Miami, Florida ni tilt' I:. dc� 5lj;i.cr,JWr, 199v, at the (Sty (31004 01410, 1&1 Ilc,or of tine Miami .1011, l'.t11 ;lrncrican Drive, ].)inner Kcy, Mli.tini, Florld.i, it which trnle and place tllr,- lvdt Ire pl,blick opciled and reac-l. Airy bid submitted niter the above ;il,poir,tec_l time will .no,, be arcCpted 1,; t lice City Oerll. ` lw 1:rtc jc:t consists of the hi nishing of all laboq r•naierials and equipment for the ,vatccpr(,�otifig .rrii:l es.terior restcir:)tions of t.hc ('-'by I-lall Budding, Bidders Nvill hid bonds ill ac:cordatice with Resolutions No. 86-963 and No. 87011 .1wr teclinical questions 1'egardin47 plans and sinmificat.ious, please cont-a" Man Poms or A_ntom o Pc'.re-,, at (305) -116-12451•116- 1J.43. Prospective bidders will be required tci subirlit, witlt their bid, A tally cif the appropriate Certific.at•e of C;urnlletcnLy, as Vied by Dale (:ottnty, which autlli,ri-zo the bidder to perform the proposed work. All bids shall be st binittfd in accordance wi.di the lnstrtu:•t ions to Biddei,�, ,incl Sjwcitirations. Netti Wy regulations Nvill icquire each bidder to submit proposals in Wil',lwate origin:,.!•_. Plans ,and specifications rrtay be obtained frorn the Office of the Director of Public Wnrks N,W, 2"'r Avenkw, 8`h l lc;r�r, Miami, Plorida 33130, nrt or after August 26, 1996. if bid6ers wish, a set, of plans and q)ccific.ations will be mailed to them by writing to the I epartillc m of Ptiblic Works and including a Separate check for $8.00. Thete N ill be a $20 dcposit require-d for the first s; 1, of pl.Ans and specificatiotis. .Deposits grill be rc•frinded only upon theit rettartt of title set of ptan; and sprcificat.ions to Elie Department of Pul-Aic Works, unmarked and in ;,�)od condition within t v. o (2) .vel. ks a1:tt,r LIW opening of the kids. laicd=f are alerted to the pi-uvisions of Ordinance No. 10062 regarciinf; allocation of contracts to ttlinoritv 'T'lie (:.ity will expert prospective: bidders to strbnlit an A.fiir-mativc, Action flan, as defisied in s,iicl t )rclinanc r, and as rc quired in the. lnstrucrions to BidJcrs. The City c-rf Miami 'lx5 adopter{ ()rdirrance No. 10032, which implenicnts tine "first 50>1.11'ce Hiring Agreernem ." The Nect of rhi; orchnanc:e is to Inov,ide eniployrnerrt, ol�h��rtuttities tc� City of Miami residents on cont.rac is restaltitrg in the c rt-atic'n of new perrtt:w,.�nt jobs. ('ontrae;tc:irs may be eligUe Or wage rcittOmr5eirivni under this piogrm r. W Atnhrr information contact the Department of 1111hlic \W,,)rlcs, (-Ity of Miaini, at (305) 416-1200. Proposal includes thv time of p(:,iorrn.irrcr!, and specifi(7avions contain provisions for liquidated (lamages for failure to complete the wc.rrk on th ie. The (,try (..oitunision rema es ER right to waive any informality in any hid, and tale c;::ity Managet may reject any of all hid-;, awl ie- advert.ise (H-1093, Req, 0620). Ces.lr 1 I. (Wo City .M rriager p .c' �-'1!UtiQF�C'uyf.+Al :11�IcJa.! :?l'•fiT Cii;-�T_U •.!f! 1+'"�C, b T Nt?lrl �'+h� �,:., l-•!ailtr ' tit d f! r, r� �, t^* i ��' City «f Miami ,,• INS nvmi�er must REQUISITION FOR ADVERTISEMENT :apt�ear tt,l� i r Do4Ialsl; ont: Arv.htU ttuF(:%t:li},irlF!f!rinfi i fu t cuu t r.udh: nlnut,r�r. t {t this [, rnittittwitiotl 5 propowd by j�801101 <`-it1, I'Lo ect: 83� �(3TG ( (i�:�� R lic ra-- 1 Y�..s i .) No Y Y in .+(iv+>rtisol- (!n1 ir. Staritng date: tf'If,phon�, 9's- th 15'l. 416-1201 _ t ?. i�i nk+c,,; t�1 irmtls this ad c-disement it, to bo 10. Ty 1v of ndverttsement pc,F, .rc,rt. iglu i-.� 1-'':131_ - L 1--k;1<I .Itlnc! -f—_Dis(�h�V-- j 11, t;E't'n�rhb' "t.tty flat _1 l,.�s.ter1_iujr Wat;e*rpr.(rofitig, Second Bi-cfdlnP H 1.(l�3!" - - -- _ ..-- ------- Publication Date(sj of Adve!lisenwnt i 113. i 1 Api�rCrvdd ! 1J bi;�apfsrovrd --- -Invoice No. � Amount i .t°iai:rartment t)rror rlDasignee Date Approved far Payment Drito I � tf..jCa�ir I'c: 5[!11 ri�v 1V09 J' floutin rorvrntu wtwo rend Car;wy () ',],SA. (Procurernerit Managenwni) and oiialn Pink. copy DISTRIBUTION. Whlto f,; 5,p.; C.ntial,, 0(ipartmenl f."'t c 9 6 7 itt, off o- 4 P i' DEP.kRT%tF.N'T OF PUBLIC.' WORKS. saY SW 'nd A-oniuc. Sth Floor, Nhanit. McnciA -;3t30 - �K�'idtt�rai�a 1 ' N'umherc1f abej includir;i; r x5i*•7KQ'e".Y�..'^T-�,'.�r" .....:.`.i'F^i'iS�R'!.i8il`a'r:7i7'k"0.`S'.9$$ � S�?�'F`@".l.�Fa,S6S"+r%«='R�44*JL. TiZ: f-" phor7e• 416-120V Phone: �._ __. 116-2157..�_ . _.. t CC - RE N LA-RKS: Ur cnt Fur vnur ;e�,iew Foe iv ASA? - P;ecor asc m ns P. '►i T �! �'9�! 6! S► � T i : t T I.101-1 9E.,—r. 1 .. �IrI C;IIY OF MIAMI, FLORIDA INTER-017FICo MEMORANDUM ro %Valtcr-.7. Foeruan, City Clerk nnfr . August 19 1996 Fn.� City of Miami SLIB t ff . Projects No. 11-1093 c& 13-325 ti l C.aydee R(egtleyra 1Rcp artrxrcraf of Public Works ENC!t),f!I1FS {f Please note that Contractors will submit hid-, for the follomving projects: E t'itj' I ln1l l,�tc riur i lter Iri'afiifirr„, Second Bidding;, 11-1.093, nn TUES DAV �05+'1''1'1?�1131;1t t1l"', 11 96, at t0:90 .1.F11., -,.3c1 the protect entitled l'olicr'I Ilc:ilc¢ l�ch;iliflit:itioll, , cti; f::f I3ic!ctst_t , B-3Z-3. on 'I'l'1'1ID SV, ` I,:IT Ani riici suit) :Bt1i d .rftti2i- IhS' s i,iie lisr,ecl iihrl, ;, will nut be accepied by fire C:it; Clerk. l'le,mv 1!zarl+u alc'cca' :a ry pi"C!"•Anions for Oils bid C,p l"aimg The a'ro"i=` r::�l;r�;c rs, Film Pp ez and .Alberto C or•rales, rc .ypcc•tfrrlly, acr,l/err a thc priiject, Rare g::iiirl; 40 lac liri;scrjf at the time of olrc Tair►t;s. � Iloiil,d 11r4 ro lie fC ai3t:rlhaf iml or posilionevuent, we will notify you M writing, prior .o file opellurc c;Intc of dire: Trials. If you have .any questions, p1case contact rill` at 41 G-1201. ' /HR Encl. i )11,114