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