Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-98-1207
J-98-1177 11/19/98 RESOLUTION NO. 2 © 7 A RESOLUTION AUTHORIZING THE PURCHASE OF LITTER CONTAINERS FROM WAUSAU TILE, INC., FOR THE DEPARTMENT OF SOLID WASTE, IN AN AMOUNT NOT TO EXCEED $400,000, UNDER EXISTING STATE NEGOTIATED AGREEMENT PRICE SCHEDULE (SNAPS) #2101242; ALLOCATING FUNDS THEREFOR FROM THE CAPITAL IMPROVEMENT PROGRAM (CIP), "CITYWIDE LITTER CONTAINER ACQUISITION PROGRAM", PROJECT NO. 353012, AS APPROPRIATED BY FY 98,99 APPROPRIATIONS/CAPITAL IMPROVEMENT ORDINANCE NO. 11705. WHEREAS, the Department of Solid Waste maintains approximately 250 litter containers throughout the city which are located on sidewalks, public rights -of -way, and near bus benches in the business and downtown corridors; and WHEREAS, many requests from NET Administrators, citizens, business owners and members of the City Commission have been made to replace 150 of these containers which have been destroyed or damaged; and WHEREAS, specifications have been reviewed and the model to be purchased meets hurricane and graffiti resistant and vandalism proof requirements; and WHEREAS this purchase will be made from the "City Wide Litter Container Acquisition Program", CIP Project No. 353012, in an amount not to exceed $400,000.00; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the My cobu m8mo1w l"PmG or DEC p 8 1998 a wwfim No. -1207 Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. Section 2. The purchase of litter containers from Wausau Tile, Inc., in an amount not to exceed $400,000, for the Department of Solid Waste, under existing State Negotiated Agreement Price Schedule (SNAPS) #2101242, is hereby approved, with funds therefor hereby allocated from the Capital Improvement Program, "Citywide Litter Container Acquisition Program", Project No. 353012. Section 3. This Resolution shall become effective immediately upon its adoption and signature of the Mayor.1/ PASSED AND ADOPTED this 8th day of December , 1998. ATTEST: JOE CAROLLO, MYQR In accordance with Miami Code Sec. 2-36, since the Mayor did not m icafs appmvde this legislation by signing it in the designated place provided, sair 9:� 's.gi=,ticr`: r(W becomes effective with the elapse of ten TJdys from the date of Comaii-� cn actk a.regarding same, without the Mayor ex siv f Clerk WALTER J. FOE'. 7APPROAS J L Y TTORNEY :3078:CSK:kc , CVY CLERK AND CORRECTNESS:C/ Walter l� If the Mayor does not sign this Resolution, it shall become effective at the end of ten calendar days from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective immediately upon override of the veto by the City Commission. CITY OF MIAMI, FLORIDA 0 INTER -OFFICE MEMORANDUM TO: Honorable Mayors and Members DATE : 4U i 3 `' '"" FILE: of the City Commission SUBJECT: Resolution Authorizing the 1 Purchase of Litter Containers from CIP Donald H. Warshaw Project No. 353012 FROM: City Manager REFERENCES: SNAPS Agreement #2101242 ENCLOSURES: RECOMMENDATION: It is respectfully recommended that the City Commission approve the attached resolution authorizing the purchase of litter containers from the "City Wide Litter Container Acquisition Program" CIP Project No. 353012, in an amount not to exceed $400,000.00. This purchase shall be made under an existing State Negotiated Agreement Price Schedule (SNAPS) #2101242 from Wausau Tile, Inc., a non -minority vendor, located at 399 Hwy 27 South, Lake Hamilton, FL, 33851. The City is pursuing the purchase of the TF 1050 Model D Waste Container with Hooded Top and Liner, Exposed Aggregate, Misty Gray w/Gray Matrix, with City logo. BACKGROUND: The City of Miami Department of Solid Waste currently maintains approximately 250 litter containers throughout the city on sidewalks, near bus benches or shelters on business and downtown corridors. Due to an overwhelming amount of requests from NET Administrators, citizens, business owners and members of the City Commission to replace 150 of these containers which have been destroyed and the need to place some at new locations, this purchase is being sought. The department will insure that the placements are required, based upon the level of pedestrian traffic, and will be easily accessible for service by the personnel of Solid Waste. The specifications for said containers have been reviewed and they meet the requirements for placement of public rights -of -way, i.e., hurricane resistant, vandalism proof (side locking door) and anti -graffiti resistant. The existing containers will be removed and utilized in other areas of the city, so as to insure uniformity in appearance in business districts. �i(a i��z DHW/ /CP/bIp C: Raul Martinez, Assistant City Manager Clarance Patterson, Director Department of Solid Waste — rw 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM T° Donalii�I�A AW E*l 2: 02 City Manager "ROM: Clarance Patterson, Director Department of Solid Waste DATE Nov 2In SUBJECT: Authorization to Durchase 500 Litter Co iners REFERENCES: ENCLO S: FILE : The Department of Solid Waste has verified with the Department of Management and Budget that funds are available in an amount not to exceed $400,000.00 from FY'99 General Fund contribution to the "City Wide Litter Container Acquisition Program", Capital Improvement Project, CIP Project No. 353012. CIP Project Review and Approval By: Date: 0 Pilar S en - utter, CIP Adm' istrator w r Budgetary Review and Approval By: it/ Dipak Parekh, Director 0 Department of Management and Budget y` \ DHW/R P/FH/blp �a c u: C C Date: 98—i2 Jr1 DEaMZt MINT of MANA MO NT SERVICES 4M &phnde Way • Tgahat m Florida 3Z93M UVMN CKM GWE NA VzUW1tUMMXSMWMff October 19,1998 Suite 325 Mr. Keith Beck Wausau Tilc, Inc. P. O. Box 659 Lake Hamilton. FL 33851-0659 RE: SNAPS Agreement #2101242 Dear Mr. Beck Enclosed is your copy of the executed State Negotiated Ageernent Price Schedule (SNAPS) form establishing an agreement between the State of Florida and your firer for the purchase of Wausau Tile Products. Sales made under this contract must be furnished to the Department of Management Services State Purchasing Office at the end of each contract quarter. The ending darns for each contract quarter are as follows: January 19,1999 April 19,1999 July 19, 1999 October 18, 1999 Should you not make any sales during the quarter, a negative report must be submitted. You are reminded the Special condition tilled 69kesponsibllitiW, paragraph ( c), TLe contractor shall furnish the Department of Managmrent Services State Purchadag Mice, a detiWed Suamaary of Sala or Services, for each purchasing entity, at the and of each contract quarter. The summary shall include: SNAPS number, contractor's name: total of sales for each commodity sold daring the month: total dollar amount of purchases, and the total of all credits provided to each agetrcy. Fallum to provide dds information within thirty (30) calendar days following the end of each quarter shall rev* in automatic, unilateral cancellation of the contract by the Department of Management Se vkw State Purging Office. Should you have any questions please call G)mia Dixon at (950) 921-2212 or David Wright at (850) 487-3833. Very truly yours, Axz� Gwen Baker SNAPS Administrator GB:ds Enclosure Z RKyaa r'"— 98--iw0'7 Size: Weight: Capacity: Material ColorvUrfaces: Reinforcing: Wall Thickness•. Hardware: Options wNrtet optitosas ry &,=go wlt6ont aottco. Cell to confirm Exposed Aggr_ ewe: Ton w/ Gray matrix Misty Gray w/ Gray Matrix Tan w/ Brown Matrix Tan w/ Sand matrix Smooth Stained Concrete: Sand - Gray - Brown - tight Charcoal Red - Orange - Yellow - Cream - Buff - Brick Red toad Ha,kkm Custom Options Available Door. Size: 19-5/8" Sq. x 30-1/2" H Weight: 13 Ibs. Capacity: 45 gallons Material: Polyethylene Plastic Color. May vary Packaging: Hone Packaging: Maintenance: Anchoring: Logo Options: Special Features: Top Opening: 26" Sq. x 46' H. 830 lbs. 45 gallons with liner Reinforced Concrete See "Options' 1/2' & 3/8" Dia. steel rebor 2' at top with 2% pitch (4) -1/2' Dia. elevator bolts, inserted on site (4) -1/2" Dia. zinc alloy inserts (1) - locking mechanism (8) - 3/8" inserts for hinges (8) - 3/8" x 1' bolts (8) - lock washers (4) -1/4' Inserts (2) - Cast Aluminum Hinges (2) - Hinge pins (4) -1/4' Dia. x 2-1/4' bolts (2) -1/4' x 20' bolts (2) - 5/8' Dia lifting inserts A permanent latch Handle is available upon request. (i ) - 26" x 3" x 31-3/8, powder coated cast aluminum (Broom - Said - Gray - Custom Avolable.) Palletized Occasionally race with water & mild detergent Re -seal annually Optional 16' Dia. x 1/4' dear Lucite silk-screened with permanent inks. Installed with four tamper -proof rivets, or custom cast -in -place logo. Unit has concealed lock which uses a standard allen wrench key. Or a permanent latch Handle is available on request. 17'x7' g8-1207 TW VWW T- tw NdtA A.LARN -+1 L—&Wr .4en ew &A 9-.exs01A U rNo Rrs TH AM rm s 1.1 SUMMARY A. Section includes: Furnish Precast Concrete Waste Containers indicated on drawings or specified herein. 1.2 REFERENCES A. American Society for Testing b Materials 1. ASTM C33 2. ASTM C150 3. ASTM C31 1.5 SUBMITTALS A. Submit product data, shop drawings and samples. 1. Product Data: Manufacturers specifications and technical data edited specifically for proposed system, including the following specific information: a. Detailed specification of construction fabrication. b. Manufacturer's installation instructions c. Maintenance literature d. Product warranty 2. Shop Drawings: Indicate pertinent dimensions, general construction, component connections anchoring methods, hardware and installation procedures. 3. Samples as requested by Architect. 1.6 OUALITY ASSURANCE A. Qualifications of Manufacturer: Manufacturer to be prequatified by specifier prior to bidding. Failure to comply will result in disqualification of bid. Manufacturer to have at least five years experience in the manufacturer of precast concrete waste containers field proven for at least five years. 1.10 WARRANTY Manufacturer shall submit a written warranty for precast products for the period of two (2) years upon acceptance of products. '+ t 2.1 MANUFACTURERS I r I A. Acceptable manufacturer for Precast Concrete Waste Containers a,.s to be known as: Wausau Tile, Inc. Terra -Form Division. PO Box 1520, Wausau, WI 54402-1520. R,s (800)388-0728 FAX (715)355-4627 B. Clarification Note: Drawings and installation specification are based on manufacturers proprietary literature from Wausau Tile, Inc. «0 Other manufacturers shall comply with minimum levels of material rAn�, ,R and detailing indicated on drawings or specified herein. ftCTON M - 4 PER HNOE C. All Precast products for this project shall be of one manufacturer. W Fl_U.5_-R iijkli L E Headquarters P.O. Box 1520 Wausau, WI 54402-1520 National (800)388-8728 2.2 MATERIALS A. Portland Cement: ASTM C150 specifications for Portland Cement. B. Aggregates: All aggregates to meet ASTM C33 specifications, to be cleaned of foreign matter and properly graded to size. C. Coloring: Pigments used shall be inorganic, resistant to alkalinity and used as per manufacturers recommendations. i l t O www_snaps.www_price_schedule. eSchedule?ve... Page 1 of 1 List ofA pproved Price c e u e&Date WAUSAU TILE Vendor number: F 390957472 001 Contract counter: Sequence Pescription xpire date rice list e , DESCRIPTION: Precast concrete Site Furnishings ORDERING LIMITS: Total agency wide acquisitions during the term of the agreement shall not exceed the threshold amount for Category V, except that acquisitions by agencies with decentralized purchasing functions shall be considered on the basis of each purchasing office that maintains full-time purchasing staff. SPURS USERS NOTE: • Use Commodity Class: 210 and Commodity Group: 390 for this SNAPS agreement. If you require three digit Item and/or Detail levels for the Commodity Code please call (850)-488-8694. • Enter the SNAPS agreement number in the "Quote/Bid No./Contract No." field as fallows: SNAPS No. 2101242 • Enter "N" in the 'Purchase Code" field. Change Your Password Logo Account Maintenance Thursday, November 12, 1998 9 81 2+ O 1 4:11 PM www_snaps.www_snaps3.SnapList dor_type_str... Page 1 of I SNAPS AGREEMENT TITLE: WAUSAU TILE PRODUCTS AGREEMENT NUMBER :2101242 TERM OF AGREEMENT :Begin date: 10-19-1998 End date: 10-18-1999 VENDOR: WAUSAU TILE PO BOX 659 LAKE HAMILTON, FL 33851-0659 SPURS NO: F390957472-001 CONTACT: KEITH BECK PHONE: 813-439-7448 COMMODITY CLASS: 210 COMMODITY GROUP: 390 DELIVERY: 4-6 weeks ARO WARRANTY :2 year APPROVED PRICE SCHEDULE & DATE: 1.) Price list eff. 10/19/1998 Expire date: 10-18-1999 CONTACT VENDOR FOR COPY OF PRICE SCHEDULE & CONTRACT INFORMATION. Precast concrete Site Furnishinqs 1qS--1.1%()7 Thursday, November 12, 1998 4:12 PM PurchasingDIRECT - SNAPS Hon- ;e Page 1 of 1 Vendor Record am AddressPO City, State ZiPLAKE HAMILTON, FL 33851-0659 tatus Minority codilTOIT-MlITMTY ontact name one numbeigUT-4397TfS ax number IE-mail address Web Pagi Brought to you by: Gbt,Mnjtt Se! 4 is Thursday, November 12, 1998 4:13 PM 9 8- i K 0 ITEM: AWARDED UNDER STATE OF FLORIDA SNAPS NO.2101242 Litter Containers DEPARTMENT: Solid Waste TYPE OF PURCHASE: Single Purchase REASON: The department currently maintains approximately 250 litter containers throughout the City. This acquisition will allow the department to replace containers that have been destroyed. RECOMMENDATION: IT IS RECOMMENDED THAT THE AWARD BE MADE TO WAUSAU TILE, INC., A NON - LOCAL VENDOR, UNDER STATE OF FLORIDA SNAPS NO. 2101242, AT A TOTAL COST NOT TO EXCEED $400,000.00. FUNDS ARE HEREBY ALLOCATED FROM THE CAPITAL IMPROVEMENT PROGRAM, "CITYWIDE LITTER CONTAINER ACQUISITION", PROJECT NO. 353012. Dire&<—OoAchasind 11 �1 ate AwardUnderStateContracts 98--120