Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-95-0315
J-95-115 4/11/95 RESOLUTION NO. 95- 315 A RESOLUTION ACCEPTING THE BID OF GLORIA & OLGA ENTERPRISES, INC., IN THE PROPOSED AMOUNT OF $87,000 TOTAL BID OF THE PROPOSAL, FOR "REEVES PARK BUILDING RENOVATION B-6232" SECOND BIDDING; ALLOCATING FUNDS THEREFOR FROM PROJECT NO. 331344 IN THE AMOUNT OF $55,363 AND PROJECT NO. 331389 IN THE AMOUNT OF $50,000 AS APPROPRIATED BY THE 1994-1995 CAPITAL IMPROVEMENT ORDINANCE NO. 11205, AS AMENDED, INCLUDING ESTIMATED EXPENSES, FOR AN ESTIMATED TOTAL COST OF $105,363.00; AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT, IN A FORM ACCEPTABLE TO THE CITY ATTORNEY, WITH SAID FIRM. WHEREAS, sealed bids were received March 4, 1995 for "REEVES PARK BUILDING RENOVATION B-6232" (SECOND BIDDING); and WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the bid from Olga & Gloria Enterprises, Inc., be accepted as the lowest responsible and responsive bid; and WHEREAS, the Fiscal Year 1994-95 Capital Improvement Ordinance No. 11205, as amended adopted November 17, 1994, appropriated monies for the proposed amount of the contract, project expense, and incidentals under Project No.'s 331344 and 331389 of said Ordinance; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: CITY COMMISSION MEETING OF MAY 0 1 1995 Resolution No. 95- 315 �► iw, 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 March 14, 1995 bid of Olga & Gloria Enterprises, Inc., in the proposed amount of $87,000.00 for the project entitled "REEVES PARK BUILDING RENOVATION B-6232" (SECOND BIDDING) 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 project cost of $105,363.00 is hereby allocated from Project No.'s 33144, in the amount of $55,363 and 331389 in the amount of $50,000, as appropriated by the 1994-1995 Capital Improvement Ordinance No. 11205, as amended. Said total project cost consists of the $87,000.00 contract cost and $18,363.00 estimated expenses incurred by the City. Section 4. The City Manager is hereby authorizedl/ to enter into a contract, in a form acceptable to the City Attorney, on behalf of the City of Miami with Olga & Gloria Enterprises, Inc., for "REEVES PARK BUILDING RENOVATION B-6232" (SECOND BIDDING), total bid of the proposal. Section 5. This Resolution shall become effective immediately upon its adoption. 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- 95- 315 4., PASSED AND ADOPTED this lat_ day of May, � 1895. ST PHEN P. CL K, MAYOR CITY CLERK CAPITAL PROJECT REVIEW: 6 F , � / /,9 � I- - UARD OD I UE , DIRECTOR ASSET MANAGE ENT AND CAPITAL IMPROVEMENTS SUBMITTED BY: WALDEMAR E. LEE DIRECTOR OF PUBLIC WORKS LEGAL REVIEW BY: MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY COMMUNITY DEVELO EVIEW: APPROVED AS TO FORM AND CORRECTNESS: A. QU JO E , III CITY ATTORN -3- FRANK CAS kftA., DIRECTOR COMMUNITY DEVELOPMENT 95- 315 CITY OF MIAMI, FLORIDA INTER-OrcICE MEMORANDUM r TO FROM Honorable Mayor and Members DATE of the City Commission Ces io Cit ger RECOMMENDATION SUBJECT: REFERENCES: ENCLOSURES. APR 13 1995 FILE : B-6232 Resolution Awarding Contract for Reeves Park Building Renovation B-6232 (Second Bidding) Resolution It is respectfully recommended that the City Commission adopt the attached resolution accepting the low bid of Gloria & Olga Enterprises, Inc., a company located within Dade County and riot within the City of Miami, for "Reeves Park Building Renovation B-6232" (Second Bidding), received March 14, 1995 in the amount of $87,000.00, Total Bid; authorizing the City Manager to enter into a contract on behalf of the City. BACKGROUND Amount of Bid: $87,000.00 % of Cost Estimate: 91% Cost Estimate: Source of Funds: $95,700.00 Fiscal Year 1994-1995 C.I.P. Ordinance No. 11205 as amended Minority Representation: 245 invitations mailed 16 contractors picked up plans & specs (7 Hispanic, 3 Black, 0 Female) 7 contractors submitted bids (6 Hispanic, 1 Black, 0 Female) Public Hearings/Notices: No public hearing/Bid Notice published. Assessable Project: Fo Discussion: The Department of Public Works has evaluated the bids received on March 14, 1995 and determined that the lowest responsible and responsive bid, in the amount of $87,000.00 is from Gloria & Olga. Enterprises, 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: 9 5 - 315 Proposed Resolution t1t, FACT SHEET PUBLIC WORKS DEPARTMENT DATE: 3/14/95 JOB f: B-6232 PROJECT NAME: REEVES PARK BUILDING RENOVATION cIP m 331344/89 LOCATIONS: 600 NW 10TH ST. TYPE #: PROJECT MANAGER: T. PEREZ FEDERAL PARTICIPATION: ASSOCIATED DEPARTMENT: PARKS & RECREATIONS ASSESSABLE: EMERGENCY: RESOLUTION #: BID REQUEST: FORMAL ® INFORMAL 0 DESCRIPTION: THIS PROJECT CONSITS OF FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT NECESSARY FOR THE REPAIR AND RENOVATION OF REEVES PARK RECREATION BUILDING INCLUDING BUT NOT LIMITED TO: RESTROOM A.D.A. REMODELING, ROOFING ETC. SCOPE OF SERVICES: CITY OUTSIDE AMOUNT ( % OF CONST. COST) SURVEY /PLAT O SITE INVESTIGATION O PLANNING AND STUDY ® $ 1,914.00 2 % OF(EC) DESIGN $ 9,570.00 7 % OF(EC) SPECS AND BID PROCESS ® 0 $ 1,914.00 3 % OF(EC) BLUEPRINTING AND ADVERTISING O $ (E) CONSTRUCTION ® $ 87,000.00 (BID) CONST. INSP. r& MANAGEMENT ® $ 3,480.00 4 % OF BID OTHER O $ SUBTOTAL $ 103,878.00 16% INDIRECT COSTS 1.43 % $ 1,485.00 (ENG. FEE) CONTINGENCIES (69,b) - (EC) ESTIMATE CONST. COST. $ 95,700.00 TOTAL $ 105,363.00 (E) ESTIMATE CONTRACTOR'S INFORMATION: CLASS: J� ® ® TYPE OF WORK: General Construction MINORITY © ® �F YEARS OF ESTABLISHMENT:- 9 MONTHS LICENSE CBC 020928 NAME: GLORIA do OLGA ENTERPRISES, INC. TELEPHONE ( 305 ) 696-7244 ADDRESS: 10961 SW 66 TERR. MIAMI , FL. 33173 CONTACT PERSON: GLORIA CUETO SUB -CONTRACTORS 95- 315 CLASS; J= JOINT PI -PRIME S= SUB MINORITY: S-BLACK H=HISPANIC F=FEMALE �__- -. --. --- • -... .�. �.�. .�.�, �.. ...r.. v.v...y .-.vvvv.r.. r.v r.c. ., v.f nlf�ItnvcR FORMAL BID I REEVES PARK BUILDING RENOVATIONS (SECOND BIDDING) Project Number: B -6232 Pct Manager: ANTONIO E. PEREZ -i-tion who received the bids: ANTONIO E. PEREZ CIP Number: CD 331344/89 Date: 03414—/ 95 Received at: CITY CLERK'S OFFICE CITY HALL L V117 �1 UI: bLVll L`.Y Lllll Ol6C — f CI'J.1VV.VV iIMQ: LU:VV A.M. ninnF GLORIA & OLGA ENTERP. INC. D.B. GIDI & ASSOC. CORP. LEADER CORP. SPERIdNG CONTRACTOI •� 10691 SW 66th TERR. MIAMI. FL 33173 255 UNIVERSITY DR. CORAL GABLES, FL 33134 42 NW 27th AVE.SrF,p304A MIAML FI, 33125 6908 NW 105th WAY MIAML FL 33178 :. BOND AMOUNT CAHIER CHECK $4,500.00 B.B.VOUCHER H.S.V000BER H.B.$ 7,500.00 IRREGULARITIES H MINORITY OWNED YES YES YES YES ITEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TnTAI BASE HID TOTAL OF ITEMS 1 THRU 2 $ 67.000.00 $ 03,300.00 $ 93,600.00 $ 99,351.41 1 FOR FURNISHING ALL LABOR, MATERIALS AND EQUIPMENT FOR "M REPAIRS AND REMODELING $81,000.00 OF THE RECREATION BUILDING $87,300.00 187,600.00 $93,351.4 2 PROVISION FOR SPECIAL ITEMS $8.000.00 $6,000.00 $8,000.00 $8,000.0 * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM GLORIA & OLGA B - No Affidavit as to Capital & surplus of Bonding Company ENTERPRISE INC. FOR THE TOTAL AMOUNT OF S 87,000,00 C - Corrected Extensions - D - Proposal Unsigned or Improperly Signed or no Corporate Seal If the contractor lS not the to bidder explain: E - Incomplete Extensions P F - Non -responsive bid - improper Bid Bond H- Corrected Bid --------------------------------------------------------------- I - No First Source Hiring Compliance Statement --------------------------------------------------------------- J - No Minority Compliance Statement ------------------------- ----------------------------- - No Duplicate Bid Proposal _-" L - No Bid -SHEETTIOOF F 1 0 FORMAL BID REEVES PARK BUILDING RENOVATIONS (SECOND BIDDING) Project Number: B-6232 CIP Number: CD 331344/89 Project . Manager: ANTONIO E. PEREZ Date: 03/ 14 / 95 Person . who received the bids: ANTONIO E. PEREZ Received at: _ CITY CLERK'S OFFICE, CITY HALL Construction Estimate = 95,700.00 Time; 10:00 A.M. BIDDER E. L. A. CONSTRUCTION, CORP. FORREST CONST. 1fANCT.,INC. URBAN ORCANMATION ADDRESS 2495 T 80th ST. #6 HIALEAH, FL 33016 2452 NW 78th STREET MIAMI, FL 33147 3800 NW 2Rnd AVE. MIAMI, FL 33142 BID BOND AMOUNT CAHIER CHECK $5,4DOAD B.B.$ 7,000.00 B.B.$ 12,500.00 IRREGULARITIES MINORITY OWNED YES YES TEM No. DESCRIPTION UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTA. BASE BID TOTAL OF ITEMS 1 THRU 2 $ It 3.755. DO 114,655.DO $ 165,000.00 1 FOR FURNISHING ALL IABOR, MATERIALS AND EQUIPMENT FOR THE REPAIRS AND REMODELING OF THE RECREATION BUILDING $107.755.00 $ 1081055.DO $159,0D0.00 2 PROVISION FOR SPECIAL ITEMS $6,000.00 $ 6,DOO.DO $ 6,OD0.0D * IRREGULARITIES LEGEND IT HAS BEEN DETERMINED BY THE DEPARTMENT OF PUBLIC WORKS THAT A - No Power -of -Attorney THE LOWEST RESPONSIBLE AND RESPONSIVE BID IS FROM GLORIA & OLC B - No Affidavit as to Capital do Surplus of Bonding Company ENTERPRISES INC. FOR THE TOTAL AMOUNT OF $ 87,000.00 C - Corrected Extensions D - Proposal Unsigned or improperly Signed or no Corporate Seal If the above contractor is not the lowest bidder explain: B - Incomplete Extensions F - Non -responsive bid ------__ - - - - - - - - - - - - - - - - - ____________________________________. G - Improper Bid Bond H- Corrected Did - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - I - No First Source Hiring Compliance Statement - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - J - No Minority Compliance Statement - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -------------------------------. K - No Duplicate Bid Proposal SHEET 2 OF 2 L- No Bid---------------^--------------------------------------------- DID-51CURITY LIST Tiflis REEVES PARK BUILDING RENOVATION(SECOND BIDDING) BID�r r_rlrralw___.. - ----------- B-6232 BID =p.= 94-95-092 !!—_—rrr — a r — __r r Dp$NEDs MARCH 14, 1995 10:00 a.m. RISEf ZD (S ) —------ v.r........._----------wra__w_.-.._ 12M DID_BOND�(or) 37DD1R PID AMOUNT CASHIRR_i_CAECE- ------------------------------------ ------ ---- GLORIA & OLGA ENTERPRISES, INC. $ 87,000.00 Cashier Check #01.3004 $4, D.E.GIDI & ASSOC. CORP. $ 93,300.00 B.$. VOUCHER STERLING CONTRACTORS $ 93,351.40 B.B. $ 7,500.00 »---- LEADEX CORPORATION $-r93,600_00 B.B. VOUCHER r Cashiers Check # 63964'' E. L. A. CONSTRUCTION, CORP. $ 113,755.00--5i400.00-_-�-- _-.�»-- -_..------------- ------ FORREST CONSTRUCTION MANAGEMENT $ 114,655.00 B.B. $ 7,000.00 ----.-------- --------------------- URBAN ORGANIZATION INC. $ 165,000.00 B.B.$ , - 500-_r-- _._.-.--------- 00 _-_--_---_ r____ ffer� from the -vendor -s - vendors- liste herein arc the only offers ..r�vp� ¢imeLy_�css...c�f_.ila.a_abw-sp��•Ha�-�l��c�--�_-�-=__ other offers submitted in respons to this solicitati zm, If any, +P.jeCtd-tt3'-CItPl,_------------------------------------- -------------;-----------------=t=-------------------- -----------------L--------------------------------- -.-•----------r------j----------------r---------------------- ---------------- +--------------- 4'---------------------- ----------------------------1"--------------4----------------------- -------------------------r- ,��-77----------------- ...------------------------------------ - ------------------------------- 11 - - - - - - - - - - - - - 4 - - - - - - - - - - - - --"-4- -- - - - - - - - - -----------_ - .--------------}.--------- ---►--------- l.wsww_--------/-.--•------r----.- ----.--_ i------4-----I-.--.-----_ _a.-----_—.--.----.-w-----_--w ----------------; ----------------a-------------------------- --- --- received �� env* pas behalf of (Yarson receitinE bias) Public Wor$f------------------------ °° (City Department) SIGNIDi WIN CRY of Miami COLLECTIONS REPORT LN TRANS. DOCUMENT NO CODE REFERENCE NO. SUBSIDIARY INDEX OBJ. PROJECT ACCOUNT I , ODE OF AMOUNT S. (KEYPUNCH LEFT no, R P series REV, no, series ZERO FILLED) PreparedCaW Total ' 10 DESCRIPTION o Routing: Carry both "OPies and fund. to Treasury Managem-j_ . -Ce Uept) ____~ _," ' /"oxmv Management; Canary - Departm..f 2 i �— c m iT-: ✓ ^ Ora+ .. 'TES �Qll GRATIGNY OFFICE IM REPUBLIC esJm 07 - 013001 REMITTER-11-LLIn G BATISTA REPUBLIC NATIONAL BANK OF MIAMI 63-219i660 ACCOUNT# 012-341-1310 MIAMI, FLORIDA MARCH 13 is 95 PAY ORDER THE ******** ******* 4 � 375. 00 ORDER OF CITY OF MIAMI $ ** ** 76ir document fuu a =fti-taforbac.iroun4 a mina print hJpwtt tw t6nrJ�tedrjaurn t r/d=tain p anda fido 6ic�otlt4fr, a mesa o tfrrx fesuuu unll inJirau a copy. -;` , :• " • DOLLARS SECOND SIGNATURE CASHIER,'S CHECK NOTICE TO CUSTOMERS: The purchase of an Indemnify Bond will be required before this check will be replaced or returned in the event it is lost. misplaced or stolen. 1100?0 L30040 1:06600 2 L941: 11000790003 1511° FOR AMOUNT OVER $250,000 DOLLARS OFF # W WAN TER o i FLORIDA INTERNATIONAL BANK 63964 LVAINMIAMI FLORIDA BM MARCH 14a 95 19 63-660 670 PAY TO THE ORDER OF ******CITY OF MIAMI***** FLA 1M IiH18 NA r�b RE: E.L.A. CONSTRUCTION,CORP. AM **5,400.00***** DOLLARS CASHI&S CHECK - 11'06396411' 1:067006607j: a■00 L9111043��t711I `V-) Ill I "I 1", 14 A 10, : 0 0 CITY (h- CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Matty Hirai City Clerk /i FRonn: Li'ssette Lopez Department of Public Works DATE : March 7, 1995 FILE SUBJECT: REEVES PARK BUILDING RENOVATION (SECOND BIDDING) B-6232 REFERENCES: BID NO. 94-95-092 ENCLOSURES: This Project will not be received on March 7, 1995. It has been extended to a later receiving date of March 14, 1995 at 10:00 AM. If there are any questions please contact me at 579-6865. 00 �3 ! .J •1 r City of Oyu blic'Works Depar-tgk 7, F AJ� N L, ft. VI: lk M rz*?.& RIMENT: OONE ("'it EXTENSION- 4R Oe PAGL OPAA, 'w )or 71,WiR'%AA-M DIVISIONI)EPARINtin'M aLL '7) MENsiome S V SJ CCTt i t".09., CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Matty Hirai DATE: February 13, 1995 FILE: City Clerk sUeicr: REEVES PARK BUILDING RENOVATION 2ND BIDDING B-6232 FROM LISsette Lopez REFERENCESB:ID NO, 94-95-092 /f -!2 Department of Public s l ENCLOSURES: Contractors will submit bids for the above reference project to be opened on. March 7, 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. /11 J .[l BID NO. 94-95-092 ADVERTISEMENT FOR BIDS Sealed bids for "REEVES PARK BUILDING RENOVATION (SECOND BIDDING) B- 6232" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 7th day of March, 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 repairs and remodeling of the Reeves Park Recreation Building, including but not limited to; restrooms A.D.A remodeling, roofing of existing courtyard, repair of existing interior walls and flooring. 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 Antonio Perez 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 February 16, 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 and 10538 regarding allocation of contracts 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-6232, Req.2586). Cesar H. Odio Citv Manager �. City of Miami 2586 This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement. INSTRUCTIONS: Please type and attach a copy gf the advertisement i r2awisition. 1. Department: p 2. Division: Adm:i.ni.stration 3. Account Code number: CiI?�i� 331344 4. Is this a confirmation: E2 Yes ❑ No 5. Prepared by: Lissette Lopez 6. Size of advertisements 4 ., g 5 _ 0 1 31. 301-287 7t Starting date: 2/16/95 B. Telephone number: 579--6865 9. Number of times this advertisement is to be published: once 10. Type of advertisement: eclal ❑ Classified ❑ Display 11. Remarks: "REEVES PARIC BUILDING RENOVATIONS (SECOND BIDDING) B-6232" 12.bW- Publication Date(s) of Advertisement Invoice No. Amount j 13. Approved ❑ Disapproved fi (5epartmett Direcvgt'1Designee Date Approved for Payment Date C GS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. ups i mau i wn; wnne - u.a.H.; %.angry • uepartmem 49.• BID NO. 94-95-092 ADVERTISEMENT FOR BIDS Sealed bids for "REEVES PARK BUILDING RENOVATION (SECOND BIDDING) B- 6232" will be received by the City Clerk of the City of Miami, Florida at 10:00 AM on the 7th day of March, 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 repairs and remodeling of the Reeves Park Recreation Building, including but not limited to; restrooms A.D.A remodeling, roofing of existing courtyard, repair of existing interior walls and flooring. 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 Antonio Perez 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 February 16, 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 $2.0 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 and 10538 regarding allocation of contracts 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-6232, Req.2586). Cesar H. Odio City Manager pg..