Loading...
HomeMy WebLinkAboutR-97-0498J-97-511 7/17/91 RESOLUTION NO. 9 7` 498 A RESOLUTION ACCEPTING • THE BID OF MAGNUM ENVIRONMENTAL SERVICES, INC., FOR THE FURNISHING OF WASTE OIL- REMOVAL SERVICES AT VARIOUS CITY FACILITIES, ON AN AS NEEDED CONTRACT BASIS FOR ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL PROPOSED ANNUAL AMOUNT NOT TO EXCEED $40,000.00; ALLOCATING FUNDS THEREFOR FROM THE DEPARTMENTS OF PUBLIC FACILITIES, ACCOUNT CODES 350506.340 AND 350505.340, FIRE -RESCUE, ACCOUNT CODE 001000.280701.6.670, AND GSA, ACCOUNT CODES 509000.420901.6.670 AND. 503001.291301.6.340; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SERVICE. WHEREAS, pursuant to public notice, sealed bids were received July 2, 1997 for the furnishing of waste oil removal services on an as needed contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods for the Departments of General Services Administration, Fire -Rescue and Public Facilities; and WHEREAS, invitations for Bids were mailed to eighteen (18) potential bidders and four (4) bids were received; and WHEREAS, this contract will provide waste oil removal services, on an as needed basis, at Dinner Key Marina, Miamarina at Bayside lDinner Key Boatyard, Fleet Service Center, Fire Garage, and Heavy Equipment Garage; and WHEREAS, funds for said services are available from the various user Departments' General Operating Budgets; and Cny OORa'I ssion, MEETING OF J U L 2 4 037 Resolution No. 97- 498 WHEREAS, the City Manager, the Directors of the Departments of General Services Administration, Fire -Rescue, and Public Facilities recommend that the bid received from Magnum Environmental Services, Inc., be accepted as the lowest most responsive and responsible 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 July 2, 1997 bid submitted by Magnum Environmental Services, Inc., for the furnishing of waste oil removal services at various city facilities, on an as needed contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods, at a total proposed annual amount not to exceed $40,000.00, is hereby accepted, with funds therefor hereby allocated from the Departments of Public Facilities, Account Codes 350506.340 and 350505.340, Fire -Rescue, Account Code 001000.280701.6.670, and GSA, Account Code 509000.420901.6.670 and 503001.291301.6.340. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for said service. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this24th day of July 1997. JOECAROLLO AYOR WALTER F MAN, CITY CLER APPROVED AS TO FORM AND CORRECTNESS: A. 0N JO ,III CITY ATTOR W 1743:CSK 2 97- 498 TO : Honorable Mayor and Members of the City Commission FRO w rd Marquez City Manager RECOMMENDATION: CITY OF MIAMI, FLORIDA CA-3 INTER-OFFICE MEMORANDUM DATE : JUL I 7 G 7 FILE SUBJECT : Authorizing the furnishing of Waste Oil Removal Services REFERENCES: Bid No. 96-97-074 ENCLOSURES: It is respectfully recommended that the City Commission adopt the attached Resolution accepting the bid of Magnum Environmental Services, Inc. (Al Dimaria, James Frederico, and Osiris Ramos, owners), a Non-Minority/Non-Local vendor, located at 1280 NE 48th Street, Pompano Beach, Florida 33064, for the furnishing of Waste Oil Removal Services at various City facilities on an as needed contract basis for one (1) year with the option to extend for two (2) additional one (1) year periods at a total proposed annual amount not to exceed $40,000.00. Funds are available from the budgets of the various City Departments utilizing this service. BACKGROUND: The Department of Purchasing has analyzed the bids received pursuant to Bid No. 96-97-074 for the furnishing of Waste Oil. Removal Services. , Eighteen (18) invitations for bids were mailed and four (4) responses were received. Magnum Environmental Services, Inc. submitted the lowest most responsible and responsive bid, and is therefore recommended for award. This service will be used by the Departments of General Services Administration, Fire -Rescue, and Public Facilities for waste oil removal at Dinner Key Marina, Miamarina at Bayside, Dinner Key Boatyard, Fleet Service Center, Fire Garage, and Heavy Equipment Garage. MemoWasteOH074 97- 498 �r BID AWARD RECOMMENDATION FORM BID NUMBER: 96-97-074 COMMODITY/SERVICE: WASTE OIL REMOVAL SERVICES DEPARTMENT / DIVISION: PURCHASING FOR CITYWIDE TERM OF CONTRACT: ONE (1) YEAR WITH OPTION TO EXTEND FOR TWO (2) ADDTTTQNAT, ONE (i) YEAR PERIOD: NUMBER OF BIDS DISTRIBUTED: EIGHTEEN (18) NUMBER OF BIDS RECEIVED: FOUR (4) METHOD OF AWARD: LOWEST MOST RESPONSTRIE AND RESDDNSI�� RiD. — -0 RECOMMENDED VENDOR(S): STATUS: CONTRACT VALUE: MAGNUM ENVIRONMENTAL SERVICES. INC. NON-MINORITY/NON-LOCAL $40,000.00 TOTAL: $40,000.00 THE FOLLOWING TO BE COMPLETED BY USER;DEPARTMENT:- JUSTIFICATION: WASTE OIL REMOVAL SERVICES AT DINNER KEY MARINA, MIAMARTNA AT RAVcrnF, DINNER KEY BOATYARD, FLEET SERVICE CENTER, FIRE GARAC.P, AND HEAVY EQUIPMENT GARAGE - ,pv p ig 7 G PUBLIC FACILITIES - 350506.340 ($10.000.00) 3505n5.340 ($4,nnn nn) / 4 ACCOUNT CODE(S): FIRE -RESCUE - . 001000.. 280701.6.670 ($2, 500. 00) ., GSA & FLEET - 509000.420901.6.670 ($8,500.00); 503001.291301.6.340 ($15,000)' DE"RTMENT APPROVAL: BUDGET REVIEW APPROVAL: PURCHASING APPROVAL: 1 Departme t Director/ Dipak M. Parekh udy . Carter Designee Director Chie Procurement Officer OTHER FUNDING APPROVALS, IF APPLICABLE: TITLE: PAGE 2 OF 2 PAGES 97- 498 3 TO: FROM ® CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM Judy S. Carter, Director Department of Purchasing l ar s z, Director Department of Fire -Rescue July 9, 1997 DATE : FILE SUBJECT: Resolution & Award of Bid Waste Oil Removal Services Bid No. 96-97-074 REFERENCES: ENCLOSURES This Department has verified funding with the Department of Budget that funds are available to cover the cost of the subject bid in the amount of $2500.00 in Account Code No. 001000.280701.6.670. BUDGET REVIEWED.AND APPROVED BY: I DIPAK PAREKH, NRECTOR DEPARTMENT OF BUDGET 97- 4985 CITY OF MIAMI, FLORIDA 0 INTER OFFICE MEMORANDUM Judy S. Carter, Director . July 9, 1997 TO Department of Purchasing DATE : FILE SUBJECT : Resolution & Award of Bid For Waste Oil Removal Services FROM 1 `a ollason, Director REFERENCES: Department of General Services Bid No. 96-97-074 Administration ENCLOSURES: The Department of General Services Administration has verified with the Department of Budget that funds are available to cover the cost of the subject bid in the amount of $23,500.00 from the following Account Code Numbers: 503001-291301-6-340 $15,000.00 509000-420901-6-670 $ 8,500.00 BUDGETARY REVIEW AND APPROVED BY: DIPAK PAI;MKH, DIRECTOR 97_ 498 7 TABULATION OF BID WASTE OIL REMOVAL SERVICES: BID NO. 96-97-074 VENDOR EMC Oil Co. Magnum Environmental R.S. Environmental Services, Inc. Ricky's Oil Service, Inc. 8470 NW 68 Street 1280 NE 48 Street 1400 NW 13 Avenue 6330 W. 16 Avenue Miami, FL 33166 Pompano Beach, FL 33064 Pompano Beach, FL 33069 Hialeah, FL 3301je Female/Dade Non-Minority/Non-Local Non-Minority/Non-Local Female/Dade Item 1 Used Oil Description 2 Contaminated Used Oil with Water (to include possibilities of salt water) 3 Non -Hazardous Anti -Freeze 4 Dispoal of oily rags/absobents 5 Used Oil Filters 6 Non -Hazardous Petroleum Sludge $ 0.38 /gal. $ 0.45 /gal. $150.00 /55 gal. drum $ 35.00 /55 gal. drum $165.00 /gal. Unit Cost Unit Cost $ 0.05 /gal. $ - (Payout to City) $ 0.25 /gal. $ 0.28 /gal. nc /gal. $ 0.28 /gal. $ 85.00 /55 gal. drum $ 122.50 /55 gal. drum $ 20.00 /55 gal. drum $ 22.50 /55 gal. drum $ 1.50 /gal. $ 1.75 /gal. *IF AWARDED ALL ITEMS VENDOR WILL PROVIDE 5% DISCOUNT ON ITEMS 1° Prepared by Maritza Fresno 7/3/97 Page 1 Unit Cost $ 0.45 /gal. $ 0.45 /gal. $165.00 /55 gal. drum $ 40.00 /55 gal. 10 NB /gal. Approval: Departn e t Directo Designee Ci AN, - k, d 'le xl?"'".'��Ty of Miami, Florida Bid No. 96-97-74 6.5 *DOR BACKGROUND INFORMA 7. INSTRUCTIONS: This questionnaire is to be included with your bid Do not leave estions qu unanswered. swered. When the question _,.-.., d '&efwo-' "None", Please pply, write words) as COMPANY NAME: rn.46.,oVvr" 7-r-lic- COWANY OFFICERS: President- Vice President Secretary C. /Z e- 6 ;.e_ c1,Z i-c., Treasurer C7.q d T /-"/Z e tz i'o o COMPANY OWNERSHIP: %of ownership _% of ownership _________6__'/-.ofownership % of ownership LICENSES: 1. County or Municipal Occupational. License No. Bj20-WJ+'1?_d C004j, (attach copy with bid); 2. Occupational License Classification &j44-7-6 3. Occupational License Expiration Date: 30 4. Metro -Dade County Certificate of Competency No. --.4. W- 0,0 2 f4-6 7 14&,.,' -0040 7 (attached copy if requested in Bid or RFP) 5. Social Security or Federal I.D. No. EXPERIENCE: 6.---- ---Number of Years your organisation has been in business: 7. Number of Years experience BIDDER/PROPOSER (person, principal of firm, owner) has had in operation ofthe type re4uir6dVy . the specifications of the Bid or RFP: - 8. Number of Years experience BIDDER/PROPOSER (firm, corporation, proprietorship) has had in operation of the type required by the specifications of the BidorRFP: -m-m� aik-Ff 97- 498 CITY OF MIAMI SUMMARY OF AWARDS FOR: WASTE OIL REMOVAL SERVICES AWARDED TO: Magnum Environmental Services, Inc. TIME PERIOD NUMBER OF BIDS DOLLAR AMOUNTS From: 1992 to Present none SUMMARY OF CONTRACTS. DOC 97- 498813 CITY OF MIAMI OFFICE OF THE CITERK BID SECURITY LIST VF BID ITEM: WASTE OIL PICK UP SERVICES te xp1 4 BID NO.: . 96-97-074 DATE BID(S) OPENED: JULY 2, 1997. TIME 11: 00 AM BIDDER TOTAL BID AMOUNT BID BOND (ER) CASHIER'S CHECK EMC OIL CORPORATION (Two 2 Bids) _ MAGNUM (Two 2 Bids) RICKY'S OIL SERVICE',"- INC. (Two 2 Bids) R.S. ENVIRONS ENTAL SERVICES, INC. :.....-.: ; NO BID: SUNRISE SANITARIUM, INC. LAZAROS RECYCLING BROWNING FERRIS INDUSTRIES ALL SERVICE REFUSE COMPANY, INC. WASTE MANAGEMENT.OF DADE COUNTY "Offers trom Ine VM,Jx-._ sof the a -hove received timely as of dafe. and re:^,k ono other offers submillect inresponse are hereby relacied as late. � � 7 received (! Z envelopes on behalf of Person re iving�id(s PORCH SING DEPARTMENT on (City Department) (Da e SIGNED: Deputy City Cle 'NT BY :CITY OF M I M I 6-2 I-97 4 : 35P�1 PRUCURE�iEN��IG1�T. i of iaxnt MICHAEL (;, LAVIN Acting Director JUNI~ 24, 1997 ADDENDUM NO. 1 EDWARD NIARQUFZ City ,,Manager VIA FAX AND REGULAR MAIL BID NO.96-97-074 WASTE OIL REMOVAL SERVICES This addendum is to change the opening date of the subject bid, as follows: The original opening date of June 25, 1997 at 1 1:00 A.M. has been changed to July 2nd, 1997 at 1 1:00 A.M. A new revised Price Sheet is currently being prepared and will be faxed to you on 6/25/97. All other terms and conditions of Bid No. 96-97-074 remain the same. SinceriW , r" y S. Carter, d Sfor J Direc P' .rchasing Department THIS ADDENDUM IS TO BE SIGNED AND DATED BY ALL BIDDERS AND SUBMITTED WITH YOUR BID AS PROOF OF RECEIPT. SIGNATURE: NAME OF FIRM: DEPARTMENT OF FINANCU PROCUREMENT MANAGLMkNT DIVISION 444 S,W, 2nd Avenue, 6th Floor/Miami, Fior+du 3313W(305) 416.1900/Far; (305)4t6 197 Wiling Address: P.O. box 33070d Miami, tL 332..19�0709 CITY OF MIAMI ADVERTISEMENT FOR BID Sealed bids will be received by the City of Miami City Clerk at his office located at City Hall, 3500 Pan American Drive, Miami, Fl. 33133 for the following: BID NO.96-97-074 Furnishing waste oil removal services for one (1) year, on an as needed contract basis. OPENING DATE: 11:00 A.M. June 25, 1997 Detailed specifications for this bid are available upon request at the City of Miami, Procurement, Division, 444 SW 2 Avenue, Sixth Floor Miami, Florida 33130, Telephone No. 416- 1904. Edward Marquez City Manager AD NO. 4348 CITY OF MIAMI LOGO =� F �n r- -Ij ' C Z �-r7 -0 0 City of Miami } 4 This number must REQUISITION FOR ADVERTISEMENT appear,in the ! advertisement. INSTRUCTIONS: Please tybe and attach a . copy of the adv rtis m nt with athi r i ition: 1. Department: r 2. Division;t Public ra6ilities a 3. Account Code number:, ° 4. Is this a .confirmation:.. 5. Prepared by: i 261101-287 ❑ Yes ' O No .. Gladys 13ertnu6ez 6. Size of advertisement:: 7. Starting date: ' 8. Telephone number: Legal. 6/3/.97 416-1904 9. Number. of times .this advertisement is to be 10. Type of advertisement: published: (1) one ! V Legal ` ❑ Classified ❑ Display 11. Remarks: j Vias'te Ufi�l4 Pick Up ,Services Bid No 96-197-07 . • , .. F 12. o. :evl. a �x..P.. } Date(s) of Advertisement Invoice No.. Amount Publication ► MIAMI TIMES IE MIAMI REVIEW DIARIO LAS A14ERICRS A 13. - ❑ Approved ❑ Disapproved . If,9? 7 Department Director/Desi,gne-Y Date Approved for' Paymerit. Date 7. C GS/PC 503 Rev. 12/89 'Routing: Forward White and Canary to G.S.A (Procurement Management) and retain Pink copy. - 'vIaI MOW IV. nnuo - vX.a.n., •anaffr - "Vpaluncni 1 ,?-1P11 PROi•LRF)MEN- "G69T. -• - Al- � +� .�`� �•� Jt NIL 24, '199 A_I 3I F. NI M I INi INO f '),' b t. ity \1, . , Ao. VIA 1°A_N AND kF,(;'iLAk MAC- 131.1) 14o 1. 9t,.97-07a ' iu: add eiiduni is to provide idditional info rmidon tiincl to m:3ke chfrnges to dw Prl: e -,ti���'d, �,�ecizl t:on�iition= kSe�.tion- 3.6 and �3 i a b and Sped ifiLations 44zk;' tiOri 4-2! -i -�he 1,1d. Please. . eplacc the :dttae hpd-i rev;,.vd �heeLs. N you have already SLIbiliked yixtr bid response to the City Clerk's Office, YOU JO trot „ .A to re-iubrNit in entire package, only the revised Price Sheet., wh.ch will mntrl 6W alai Prwc Sheet. Pleasd be remind odi teat "the face of the PnvMope shall contain; in atr1cWJ-ojj �o the 1-Id ler'S=rddtress, the date and time of (hc t)id opening, and the bill iwmb,�-", wil +i�l he aul muted by the new clue bate and tiree Of Ji11y 2, 199 e at i i .00 MT1 All other terms and conditions of Bid No. 96-97-04 remain the same Sincerely/; S- Cat -ter, Director Pr rchaswi%f Dclixtrm-r' ' WS ADDENDUM 1S TO Al" SI(xNFJ) AN[) DATLD BY A I BIDDERS AW� ) �I# ,VTTED WITH YOUR BID AS PROOF OF RECEIPT, t A NAMF Of He.K 1)FPAR)MINT OF FINANCU PROCOREA4EN1 MANAGE.NIINT UI\ NON 444 y•w, 2nd Avenue, Gth r'luur/Aiiami, Hunda JJ131)1i3051 416-1910ft z: (iO 5)41 h-1 tt:5 triad ;ng Addrraa: P.O. Box :3:30708 hiiani;, FL :3123 1-0708 I-1H--25 7 THLI 1 C: 45 305 4 1 t° 1 92S P. 02 of M I b-21:-97 4: '161 M I(A i1o/VA PROCURENIF MT I..'C of . wwlte oil rt-wl,'al �"I .W1.11 �vf- 1 -1,;1 1 Y-c-, !vi,"wwina at Baysjde, Dmiler Yt N. tloql% 'eeFN'If: t ivra�p.- and Heavy f quipim ut (jarfvt PICK I IP RFQ 10 Pf'-li Lit) raquirements are, dlvi(kd mki the lullow,nv hal itenj% fm each -iy'!Jw Ficilit;o5 witammaWd I cl Non I Lizardous Anti 1:Al")S' 1. IA nts Oil Filter;; jA -, i I-trolt:'i Vcndur must I.--7t able to remove awi j.'tPcI IN dispusc of al' of thaooe mew:onrd subv;trlr� '; 0 iki R,E 1 E 1) WORK All Co1i-p0cd work shall be iD;pected and approved by the Facilit,; Work not peribrmc.,ul satisfactori!y ;hall be done or completed at no aulditional charpe. to thi. Of, bidders are reqUired to bid bv iervice type 8s indicaled on the Drive Sheen. f•�w °Iewc< f t he City res,rye& 01- right to elect ov-dons as may be w it, idvofjt-ive 1"'ill 11, 1 4"1 " *-;1t invoicing. arld payment 'I,j�ridor inw.t. he difle to (es;,ond io each of fhe rucifjrie;.-411th'i" 0"',t i m 1-v i)fct: uP it vendor is itm a to -il rr, vIt+ 'I"., the Price She,.I.t the response time voll \.,if! I-,(. Lth1v to -rn�,de 6 -i U N -- 2 5 - ---' 7 THU 15 : 4 6 305 4 i 6 19 '1'5 p . 0 -7 -Fy% wy i i ry if w An 1 6-.05-07 -1 : `'tiPti9 PROCI'RE11E,``1GNiT. if 6 :, i �.a.',+1'Ti• � VIn ]°1t1Ik8'4➢Sl•.- t, TIV intention of the City of- 1Uum to pawwo he qery hxs of a iawll.'led vcil:.lor to plflVifl+_' s+ •,. .i ' eWeq On -it, P`. 'Xllifld vontw wt t t: i' ;tr vnrirkli4 (•ity hc,, itit ti We Miumct shad curnlletice upon the date of a"airt.l and shill be et{xtive. Im one I•t) yri;i o llf, en nd'or w. (it eddKona; not t i ! vear perrd( ?uVtjr;vt to the n•'a+luitt 5 Minds Iur suceNdhie Go, I-C•htEtiLrmwn of tali`' contra beyond the initial t1Ci•0d iq a City p rCJQ,mit•:', rim a "ton' of ,1" NO ;,9r4mg£attvc wal1 be ex r bcd only when such c+intin iat'ion is cic adt i„ the ilea irlttia'wr of +t- (',t:. t' aN1)1*FJ 0NS.F0k RKF.NF,%:'AL ' ash irmew l of this c ititract i,! �vl.iecl to thr 101t,wiriv: :1 Tj'r'rSitCt »'ratters 1011TUtl) Hgreement. b Continued saki dory performanoo vornpll ,lice with the ;peei` c�tt:�,rt;., °t rn::.: and 7ondit`m-, ;:;mi,;i,�i. Availability of fund,, ,;: ihc: event the C•etitmdoa is unaltila to c wnd the contrail Iur a:iiv subsequent under the l�itr\t 41.+Ife]r i; or for whaicvi r cause, advance writreu notice ;and explanatiun rnuc. lie. subinitzud to the chic: C'1;:cui•r,- 0',' iccr, no I-at4r ilian ninety 00) days prA to the annual e;;piratir\n da.IU Stac.h ilorif . +.:.u;i i'• Alb}A t V, .iccvptance Tit tare City or the Contractor may he ftrM to be in Abuir In the event no funds, of insufficient funds am apRqwQwd and hudgcwd or we otiici, ne unav&ibbb iH w., :iwM period our payments Clue under this contract., then the t_itti•, upon written nut"to Common t;i hin .lye tm ,)t such occurrence, Shall have the ungi.lali&d right to tcnninaic tlae contract without any jiomtli: of te c ly A : •0t:'i o T k f:Ur&ao will b"J inatie to the lowcA Ir]fiat r,,jl'otiso, ;k. t'::l<ic r 'i„' i" llus :+.i3v<iilt zCa±iti ',[i the (Ity I he 1-e•, br. i will I al ii:c.•i uri ,+ na,them based upon cunvnt mid cxpeciad percent tt4a;;c by the vwlou3 Dep-irirs. lw; witlon the t ii\, ft ,,-v ed r h! 0-wi:)triir,4tc fj t tee d t'i' tr.A UlardouN ,'Anti r�.i,i:•.l�ai•1ita p!iit�,'i't(TSi'ri;;tli4 I Sc �d Oil Filter: Norl-11,17ardous pfftroleurn Shld> e 10°fn rl-lH— --. 7 THU 15:4S 305 4161925 F. 05 if Vlsy-t ify it MIAMI FJ-25 97 4 6 RIDiVo 116-97 0'-o , i F � (rY- i � 19, ; U AV_proxinjate. PICK Af? `i(+,--dttk Dow.— Mai i'la. Lib 135 gi; lon t-,ii I k s 141) Pan Awncan We WIML f L I N" nt Ra4's1klt 60-135 gallllsl tnllks 101 Nwn"e oNd Mmmq Fl- I'lilluel Kef�. No'llyard, so! 31 Win IMAS I - 0 Q wa squ s mayshure WmIq FL ,!,j I 1ect service center 300 gallon wmv: 1390 N%V 20 Street Nhaiu,. FL ) - tru 6;krage )00 pnihn tank nw,t;i- I I s i NV V 7* Shvet -'Aujili F1 f) Heaq Fquipment,—Lia, age 2000 gallon lank 1/month 1390 N W, 20 sireet NAWK FL, WIDENC PIRLVENTION AND BARRR A.)ES Mccaurmus Shall W,-, txt(im--j at all isfTlt3 for tho protection of pasms and pmptay. All cmumcmi, 4w subconlIaLturs shall cmnwm to W! OSHA, Slate and Cotinty regulatiow., wbi)c pe'rforafiog under :hu lvnii, ,i I Lnndhmnq of Ihis cuntw!L Amy fineb lcvkd by the above inenboned aubmRks wamw of inadwym- n .amply ok Am Ygmamm; ;hull IN: bouie by the Rid(icr the it - JM by the Bidder twhen wuik perto,meJ it OWS SqUIC.M! ht i-r Aneo ciec."it-c CONTUACT N1A.NA(;EKR t wiras numgas W WEI be wsymAbW Rw oMul-cing perfornianct, of the contiact tcrtw, -lilkl ---Ooit ,we w a Whon uwah, Nt i,, .*rvw. I , 4 : I I u- V, 5: '1-11.�Il( Kk-, I-4-1--tco M, RX De a Yrr u4—,q :W; i-� N,:r% we tmrec A VN4 ION 2" Ilan . j,il: s" ;it I kw4alw'?, %4r. ; re.0 liof,son 10 p, JUN-25-37 THU 15'50 305 4161925 P.06 1 6 "9-27 1:-37P%i PP()('I'RF%fF\r VAII 6 0 11111 SIMIE "CRO I : qu f1se tin't; I Or PILA kip, t!polt m-oilication by ;;'-w f 4y. I % k 1 "1 VRF 10 (AMPO I fl: Nits, 41001140 q WPM 91114 q � I � I J.)", n . _SUN —25-37 THU 15:47 305 4161925 P.04 6 `5 9 7 4 ')iPNI I'MIT 6 -F, A' gm T 1, 1'I-11-1-25-3.7 THU 15:43. 305 4161925 P.01 -.N.T BY :CITY OF M I AM I MIC:.HAEL G, LAVIN Acting Director : 6-24-97 : 4:35PM PROCUREMEN— MGMT. QrUittu of Alam"t JUNF 24, 1997 ADDENDUM NO. 1 # 2/ 2 EDWARD MARL?UEZ City Manager VIA FAX AND REGULAR MAIL BID NO.96-97-074 WASTE OIL REMOVAL SERVICES This addendum is to change the opening date of the subject bid, as follows: The orlgtnal opening date of June 25, 1997 at 1 1:00 A.M. has been changed too u�l r 2nd, 1997 at 1 1:00 A.M. A new revised Price Sheet is currently being prepared and will be faxed to you on 6/25/97. All other terms and conditions of Bid No. 96-97-074 remain the same. Since , �,, 9 J dy S. Carter, Director P rchasing Department THIS ADDENDUM IS TO BE SIGNED AND DATED BY ALL BIDDERS AND SUBMITTED WITH YOUR BID AS PROOF OF RECEIPT. SIGNATURE: NAME OF FIRM: DEPARTMENT OF FINANCU PROCUREMENT MANAGLME'NT DIVISION 444 S,W, 2nd Avenue, 6th Floor/Miami, Florida 33130/(305) 41 b.,1900/Fax: (305)416..t 97 Mailing Address: P.O. 8*Jx 330708 Miami, tL 332.13.0708