HomeMy WebLinkAboutR-94-0606J-94-675
8/18/94
RESOLUTION NO. 9 4- 606
A RESOLUTION ACCEPTING THE BID OF EDWIN M.
GREEN, INC. FOR THE FURNISHING AND
INSTALLATION OF A SWIMMING POOL HEATER AND
FOR THE REPLACEMENT OF THE COOLING AND
BUTTERFLY VALVES AT JOSE MARTI POOL FOR THE
DEPARTMENT OF PARKS AND RECREATION AT A TOTAL
PROPOSED COST OF $31,202.00; ALLOCATING FUNDS
THEREFOR FROM CAPITAL IMPROVEMENT PROJECT
NO. 331099, ACCOUNT CODE NO. 569301-830;
AUTHORIZING THE CITY MANAGER TO INSTRUCT THE
CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE
ORDER FOR THIS EQUIPMENT.
WHEREAS, pursuant to public notice, sealed bids were
received May 20, 1994 for the furnishing and installation of a
swimming pool heater and for the replacement of the cooling and
butterfly valve at Jose Marti Pool for the Department of Parks
and Recreation; and
WHEREAS, invitations were mailed to twenty-four (24)
potential bidders and one (1) bid was received; and
WHEREAS, funds for this service are available from Capital
Improvement, Citywide Swimming Pool Improvements, Project No.
331099, Account Code No. 589301-830; and
WHEREAS, the Department of Parks and Recreation is
responsible to maintain and operate the swimming pool at Jose
Marti Park on a year round basis; and
WHEREAS, attendance during the winter months has dwindled
since the pool heater, originally installed in approximately
1985, failed some time ago; and
CITY COM. TissIoN
B—TT or
Resoluliaori No.
94- 606
be,
WHEREAS, the City Manager and the Director of the Department
of Parks and Recreation recommend that the bid received from
Edwin M. Green, Inc. be accepted as the only responsible and
responsive bid;
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 May 20, 1994 bid of Edwin M. Green, Inc. for
the furnishing and installation of a swimming pool heater and for
the replacement of the cooling and butterfly valves at Jose Marti
Pool for the Department of Parks and Recreation at a total
proposed cost of $31,202.00 is hereby accepted, with funds
therefor hereby allocated from Capital Improvement "Citywide
Swimming Pool Improvements", Project No. 331099, Account Code No.
589301-830.
Section 3. The City Manager is hereby authorized to
instruct the Chief Procurement Officer to a issue purchase order
for this equipment.
Section 4. This Resolution shall become effective
immediately upon its adoption.
PASSED AND ADOPTED this 8th day of September 1994.
STE HEN P. CLARK, MAYOR
ATTE
Lou. �--
MATTY HIRAI, CITY CLERK -2-
94- 606
CITY OF MIAMI, FLORIDA CA=1
INTER -OFFICE MEMORANDUM
TO Honorable Mayor and Members AUG25 1994
DATE FILE
of the Cicy Commission
SUBJECT Award of Rid Resolution
Jc.se Marti Pool Beater
FROM REFERENCES'.
Ces dio
ENCLOSURES
Cit ager Resolution
BE'CCi1KMENDATSON
it is respectfully rec+ommen--1,, . that the City Commission adopt the
attached Resolu ion awaa::i; r.� the bid for the Replacement of the
Swimming Pool t_,ater at. 0c•,,�e Marti '?ark to Edwin M. Green; ;nc. ,
a ncn-minority vendor within MiaiT�i at. '775 NW 21 Street,
in the total est.J.mated 6.ri,C,c,.nt of $31., 202 . F'unas for this
purchase are avzi.lable in the Capital improvement Prorxram,
Project No. 33i099 entitled "Citywide Swimming P001
Im-orovemc-:rats" .
BACKGRO
The Park Rec-reat.ion DiDpart:rient is responsible to mC-j'.ntairi
and open, i.'ie swimming pool at Josc "Marti. on a year-round
basis, t 3ance durinQ t1he winter rfl.-ont.hs has dwindled since
the pool :ter, orgina'Ll.,l in,sta.11e.'.a :ire apprcximate1,Y' 1.U65,
failed scan i.mc. ago.
Pursuant to public notice, ,eE,.,LeJ b4'ds 1.,i=e L.::ceived May '0, __:a9'1
for the furnishing of a.l labor, inut.eiials and eau:iprient t0
replace the pool hea.Ler. , cocl_.ir,q vale a stations and b-Lit ~.erfly
valve at this site. v/,, oral .i.s rtr?c:ri1C1cr red to the only- respinslVe
and responsible bidder, E,3,odtin i\l. ifL'`Efi, Inc.
Amount of Did: $ 31, 202
Budgeted Amount: $ i5, 000
Source of Fur_d3: Ca_p4.,.,al Imp :� e.ment ?�ro�? -an;, P:cc;jeCt
it_'31099, aitywide Swimin411q UOoI
Minority Participati-on: Awr xd to E.. ro .-minor-, ty firm.
94 c�P
606
s
CITY OF MIAMI, FLORIDA
+ INTER -OFFICE.. MEMORANDUM
TO. Judy S. Carter, Chief DATE June. 17, 1994 FILE
Chief Procurement Officer
susUECT Award of Bid/FUNDING
_ Jose Marti Pool Heater
. fir.
REFERENCES
No. 93 - 94 -131
FROM
Albert Rud- r, Director, ENCLOSURES:
i arks and -eation Department Resolution Cover Memo
7/
The Parks Recreation Department �:, s verified with the
appropriate y offices that funding i.s availai)le for the
subject pu .e as follows:
Bid: No. 93-94-131
Jose Marti Pool Heater Replacement
Amount: $31,202
Funding Source: Capital Improvement Program (#331099)
"Citywide Swimming Pool Improvements"
Account Code: Project #331099/#589301-830,
APPROVED AS TO CAPITAL PROJECT
FUNDS:
E and Rodrig z, irector
Office o Asset Management and
Capital Projects
CC: Alex Martinez
D . E . , -)hnson
r'crm. ir _ , arez
Robin no Boclai r
94- 606 3
CITY OF MIAMI, FLORI"")
.'.LLD SHEET (Continued,)
~~. BID NO. 9,3-94-113
',IMP(2AM=: BID SHEET AND ATTACHMENTS MUST BE RETL17NED 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 30 DAYS _(Include cash discount for prompt payment, if any)
Additional discount of NONE % if awarded all items.
Warranty and/or guarantee: ONE (11) YEAR PARTS & LABOR
Delivery: 21 calendar days required upon receipt of Purchase Order or Notice
of Award. .
I
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 , ached bid sheet(s).
NAMES OF COMPANY OWNER(S):
Edwin n M Green., Tr _
Mary H. Shaw
NAMES OF COMPANY OFFICER(S):
Edwin M. Green, 'Tr -
a) List principal business address: (street address)
775 N.W. 21st St. Miami, FL 331.27
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)
MINORITY PROCUREMENT COM2LIANCE
The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 a!
amended, the Minority Procurement Ordinance of the City of Mii and agrees to comply with al
applicable substantive and proce:Jiir al provisions therein, luding any amen nts thereto.
Bidder: EDWIN M. GREEN, INC. _ ^ Signature
(company name)
Date: MAY 17, 1994 Print Name: Edwin M. Green, Jr.
Indicate if Business is 51q -iority-owned: (Check one box only)
r ] BLACK [ ] HISPANIC [ ..MALE
.FFIRMATTVE ACTION PLAN
.f firm has an existing plan, f .rive date -of implementation:
If firm does not have an e:_Gt.;ng plan, the Successful Bidder(s) shall be required t
establish an Affirmative Action P,:Iicy, pursuant to Ordinance 0062 as amended. See Append:
I for sample.
Bidder: EDWIN M. GREEN, INC. Signature:
( company name) . Edwin M. Green, Jr. President
PQ T I IIRF TO COMPLFTE.,._S_I_G , AND RMRN THIS FORM MAY DISQUALIFY THIS D •
94-- co6
AWARD OF BID
I
Bid No. 93-94-113
ITEM: Furnishing and installation of the swimming
pool water heater and for
the replacement of
the cooling and butterfly valves at Jose Marti
Pool.
pEPARTM Parks and Recreation
TYPE OF PURCHASE: Short Term Contract
REASON: To provide co).ti.nuous swimming
all year round
for City of Miaii,i residents.
PQTENTIAL BIDDERS: 24
BIDS RECEIVED: 1
FUNDS: Capital Improvement Program
"Citywide Swimming
Pool Improvements", Account
Code No. 589301-
830, Project No. 331099.
BID TABULATION: EDWIN M. GREEN, INC. $31,202.00
BID EVALUATION: Bid
Invitations
Did
Mailed
Resp
ALL VENDORS ............................ 24
1
MINORITY/FEMALE (M/F) VENDORS.......... 10
0
Within City limits .................. 1
0
Registered with City ................ 10
0
Black (B) Vendors ...... .. ............ 4
i
0
Located within City limits.......... 0
0
Registered with City ................ 4
p t
Female (F) Vendors..... .............. 1
0
Located within Citylimits.......... 0
0
Registerec' with City ................ 1
0
Hispanic (H) Vendors ... .. ............ 5
0
Located within City limits.......... 1
0
Registered with City................ 5
0
NON MINORITY (NM) VENDORS .............. 14
1
Located within City limits.......... 3
1
S
..No Bids" .............................. -
7 F
Reasons for "No Bids" are as follows:
All American Playworld- "can't meet specifications"
City Air Inc.- "our company does not handle water heaters"
A All Major Brands Corp. "we do not carry this commodity"
G-T Sports Enterprises- "we are not currently carrying this equipment"
Weathertrol Maintenance Corp. -"not in our scope of work"
f Recreaonics, Inc.- "we do not carry these items"
I Adams Electrical -"not in our line of service"
RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE MADE TO EDWIN
i M. GREEN, INC. A NON -MINORITY, LOCAL VENDOR A
TOTAL PROPOSED AMOUNT OF $31,202.00.
• .,.,l�n_sacp�zT..
I D� ..pr,Ac Fran �Z,VjaNSTALLAT.ION OF TWO (2) WATER HEATERS _ FOR THE, SWIMMING POOL AT JOSE MARTI PARK.
P ID 10. Q 93-94-113
PATS IlID (S) OpjwjD r UMAY 20 „ 1994 11:00 AM�____
TOTAL AIDOD�ot�
�IDDlt1t PID AIADVVT SASEIRR_A-CHICK—
EDWIN M. GREEN, INC.
•
PLAYWORLD
RANDS CORP.
TERPRISES
WETHFRTROL MAINTENANCE CORP.
RECREONICS, INC.
$28,058.00
CAL
CAL
--------
--�—i____�__-s_a__— M�rO��p _--a—__. --�.—sM—_1 _l Vayr ls�►.+_
.-------------- ..--- -------- -------
---------------
o
Z�xo�-�--!;,- rec•lved (_%) envelopes on lbobalt o!
(Parson recei�ira
GSA/S01i4_Waste-Procurement Division ca
eCity rip�rteontj-
- fICNEtia _
(Deput' Ci CIerk)
f
tr
LEGAL ADVERTISEMENT = -
BID N0. 93 - 9-4--11
Sealed bids will be received by the City of Miami City Clerk at
her office located at City Hall, 3500 Pan American Drive,' Miami,
Florida 33133 not later than 11.00 A.M. MAY 20
for the furnishing of all. labor, material and equipment necessary
for the replacement and installation of two (2) water heaters for
the swimming pool at Jose Marti Park in accordance with bid
specifications.
Bids submitted past such deadline and/or submitted to any other
location or office shall be deemed not responsive and will be
rejected.
A MANDATORY PRE -BID CONFERENCE WILL BE HELD AT MAY 11, 1994 AT
10:00 A.M. (please be on time) AT JOSE MARTI PARK 351 NW 4TH
STREET, MIAMI, FLORIDA. ANY SUCH CHANGES AS A RESULT OF SUCH
CONFERENCE SHALL BE MADE AT THAT TIME. Vendors arriving after
10:15 a.m. will of be allowed to attend t e co erence.
FAILURE TO ATTEND THE MANDATORY PRE -BID CONFERENCE WILL
DISQUALIFY YOUR BID, AND DEEM IT NON -RESPONSIVE.
Ordinance No. 10062, as amended, established a goal of Awarding
51% of the City's total dollar volume of all expenditures for All
Goods and Services to Black, Hispanic and Women Minority Business
Enterprises on an equal basis.
Minority and women vendors who are interested in submitting bids
and who are not registered with the City as minority or women
vendors are advised to contact the City Procurement Office, 1390
N.W. 20th Street, Second Floor, Telephone 575-5174.
LQcal Preference Section 18-52.1( ) 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 lowest other responsible and
responsive bidder.
The City reserves the right to request copies of the
occupational license, professional and/or trade licenses,
corporate charter and any other documents to verify the location
of the firm's primary office.
Detailed specifications for the bids are available upon request
at the City Procurement Office located at 1390 NW 20th Street,
2nd floor or call 575-5174.
The City Manager may reject all bids and readvertise.
(Ad No. 1462)
='
City of Miami
'' "2 2
::; ,�1`-�
REQUISITION FOR ADVERTISEMENT
This number must
appear in the
advertisement.
INSTRUCTIONS. Please lype
and attach a CODV of the advertisement with this. regui5ition.
1. Department:
2. Division:
3. Account Code number:-,,'
+
4. Is this a confirmation: _
5. Prepared by:
-'r'
❑ Yes ❑ No
_
6. Size 6f advertisement:
7. Starting date:
8. Telephone number:
9. Number of times this advertisement is to be
Ll. Type of advertisement:
published:
Le -gal ❑ Classified ❑
Display
11. Remarks:
3 - 9 <; 11
12.
G.S.A. (Procur2mlInt
Date(s) of
Advertisement
invoice No.
Amount
Publication
lrj
'I
/
13.
❑ Approved
❑ Disapproved
� r
Director/Designee Date
Approved for Payment
Date
Department
C IGS/PC 503 Rev. 12189
Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
, .,
SID_SECDRITT_LIST
311D I?Clta .,5:...�:._28_jEN11E A_.L"Y PAVING PROTECT 33-4564 `..—_��—
$1D QG. $ 9 3- 9 4 - 16 3
S11TE DID(S) OPIKID: AUGUST , 1994 11:30 sP»e:.r�....__.. -
�d
SYIDDER DID A116JU T CASHIRR'S_CHECK_�
MIRI CONSTRUCTION INC. $ 18,835.00
rw — 13.13— 51-----._,._....___...._.
c
C.i� '
•�;�
r_-....._ .�
-----------------
- —r..__--------L _ a.r_rr._e.--_.t...w—_.._r,--------
.._...--------------- i----------- ---- t-------------- ---
----- ---�------------------------------------
----------------_L------------------------------
------------------- J�---------------I? -------__--_—__--_-----
----------------------------- ------ ---
AL
-----------------------------------= - --
7e,
_r_____--_r___� _____________ _ __�.:__- v--
.
r
---------------------------- -----------------------
--------------------------------------------------
- ........►{--------------f----------------------
---------------- j--------------- ------- _._-------
-.._ ... ___ _.._ _...... -..------ ------I-----------------------
__- ._-,�seceioed C_� onveiopes on aehel? of
{?argon recai+eir�bSQs'
1.__
_Publ is Wor}tf_-__---__-- om -_ __ ___ --_.___ram
(City Departoiat)
rput? Cit? Cirak
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
TO Matty Hirai DATE July 8, 1994 '-ILL
I City Clerk
r SUBJECT: S.W. 28 AVENUE ALLEY PAVING
PROJECT B-4564
FROM 1 i s s e t t e Lopez �� REFERENCES 5 I D NO. 9 3- 9 4 -16 3
Department of Pubs i- Works
ENCLOSURES:
i
Contractors will submit bids for the above reference project to
be opened on.
August 4, 1994 Time: 1 sDZ 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
t .,
P
r
I
BID, NO. 93-91-isCT�.�
ADVERT:SEAUIT FOR SIDS
Sealed bids for construction of "S.W. 23 AVENUE ALLEY PAVING -;PROJECT 8-4564, will
be received by the City Clerk of the City of Miami, Florida 'at 11:00 AM on the
4th day of August, 1994, 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 construction of drainage facilities in the
intersectii.)n by S.W. 28 Avenue, along 10 Terrace. It will include perforated
aluminum french drain (24" diameter), ductile iron pipe (12" diameter), catch
basins, manholes, and surface paving. Bidders will furnish a bid bond in
accordance with Resolutions No. 86-983 and No. 87-915. For clarification of
technical issues as presented in documents and specifications, please contact
Leonard Helmers, P.E. Chief Civil Engineer, or Fred Latey 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, in accordance
with Chapter 10 of the Metropolitan Dade County Code, 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 July 12, 1994. If bidders wish, a set of
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 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 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 Ordinances Nos. 10062 and 10538
regarding allocation of contracts to minority vendors, contractors and
subcontractors. All bidders must submit an Affirmative Action Plan with their
bids.
The City of Miami has adopted Ordinance No. 10032, which implements the "First
Source Airing 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 of all bids, and readvertise (8-4564, Req.2545).
Cesar H. Odio
City Manager
City of Miami 2 5 ('� 5)
This number must
REOUISITION FOR ADVERTISEMENT appear in the
advertisement.
1INSTRUCTIONS: Please type and attach,a copy of the advertisem2nt with thi§ reguisition.
1. Department:
2. Division: i j. t 1: i
3. Account Code number:
I I Ii I i❑
4. Is this a confirmation:
11 Yes E❑-1 No
5. Prepared by:
6. Size of advertisement:
i7. Starting dat
8. Telephone number:
9. Number of times this advertisement is to be
published: n C 0
10. Tye of advertisement:
Legal 0 Classified Display
-EL
11. Remarks:
W . 2 "), A V e n uc' k:! J. i I V r o t:
12.
Publication
g.S.A. (Pro
urgment Mjjnag2Menfl
USE !QNLY
Date(s) of
Advertisement
Invoice NO.
Amount
13.
Approved
El Disapproved
6-' Department.Director/Designee Date
Approved for Payment Date
I
C GS/PC 503 Rev. 12/89 --TRouting: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy.
&J101MUU11wil. V11111a - %lespluly - UUpaltmullt
,IUL-13-04 WEIR 8 ; 48 I U31 I0 Wplly FAX NO, 57P"�71 P, 05 '
,f
r'
B,IU:., NQ:.9.31-94.- 163
ADVERTISEMENT FOR .BID
Sys' 3, L d5 f-)r cuns'.'uc:.ion if
"S,'W, 23 ;tVE'1'i". 4Ll.7Y ^�V-,-G
by th. -, `.,y
Cl irk
�F ty )f 11igR11
a
1 I $1n t'1�
' tfy
aF �1u`gti'St, 1994. at
.he Ci*y Clerk
ir>r .F
th; Mia,,)i
malt
35'JJ
Pin AmT.-rirao Drive, Dinner Key,
Ii.3ni, 71 ridi
13i33 it
.ihiC�i tiait2 and
7i3c,?
they ail be publicly )Pent�.i
111d
r�,3�, any bid
ibraitted
after the above
appointed t.icne will not be accepted
by
the City Clerk.
'ne, project c.)nsi;ts of the construction of drainage f l c i 1 i t i e s in he
lnterse�ti-.)n by S.W. 28 Avenur7, along 10 Terrace, It will include perforj
a1,,um-inan french drain (24" diameter), ductile iron pipe (12" diamPtpr), c
basi , manhoie5, and surfar e paving. Bidders will furnish a bid Mond
actin, -nce with Resolutions No. 86-983 and No. 87-915. For clarification of
t.2c— i i;suHs as presented in documents and specifications, please contact
L,�o(,_ He rs, P.F. Chief Civil Engineer, or Fred 1-atey at (305) 579-6365_
Prospective bidders mill he required to submit, with their bid, a copy of the
appropriate Certificate of Competency, as issued by Dade County, in accordance
with Chra;)ter 10 of the Metropolitan Bade County Code, which authorizes the bidder
to perform the ,proposed ► ork.
All bids shall be submitted in accordance with the Instructions to bidders and
Specifications. Mew City regulations will require each bidder to subunit
proposals in duplicate originals. Plans and specifications may be obtained from
the Office of 5e"13rector of public Works, 275 N.W. 2 Street, 3rd Floor, Miami,
rlorida, 33128, on or after July 12, 14g4, If bidders wish, aset of
specifications will be mailed to them by writing to the Department of Publir,
Works and including a se prate check for There will be a JL0 deposit
rc cuired for the first set of specifications. Additional sets may he purchased
r. , a fee of go per set and this is not refundable, Deposits will be refunded
only upon the return of one set of 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 Ordinances Nos. 10062 and 10638
regarding allocation of contracts to minority_ vendors, contractors and
subcontractors. All bidders must submit an Affirmative Action Plan with their
bids.
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 or) Contracts resulting in
the creation of new permanent jobs. Contractors may be eligible for wage
reimbursement undVT- this program. for further information contact the Department
of Public ',Works, City of tdiami, at (305) 579-6856.
` Prop,)sal includes the time of performance, and specifications Contain pr visions
For liquidated damages for faiIur to complete the Nork on time, Th, Ci:y
Commi scion reserves the right to waive any informal ity in any bid, and thy_, City
Maniger may reject any :)F all bids, and readvertise (6--4564, Req.2545).
Cesar ''�, Odio
City !tanager