Loading...
HomeMy WebLinkAboutR-94-0004J-94-24 12/6/93 RESOLUTION NO. 9 4 - 4 A RESOLUTION ACCEPTING THE BID OF CENTRAL CONCRETE SUPERMIX, INC. FOR FURNISHING READY MIX CONCRETE TO THE DEPARTMENT OF PUBLIC WORKS ON A CONTRACT BASIS FOR AN INITIAL PERIOD TO EXPIRE ON SEPTEMBER 30, 1994, AT A UNIT COST OF $41.50 PER CUBIC YARD, ON AN AS - NEEDED, WHEN -NEEDED BASIS, FOR AN ESTIMATED TOTAL COST FOR THE INITIAL CONTRACT PERIOD IN THE AMOUNT OF $209750; ALLOCATING FUNDS THEREFOR FROM ACCOUNT CODE NO. 310501-750; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS MATERIAL AND TO EXTEND THIS CONTRACT FOR TWO(2) ADDITIONAL ONE(1) YEAR PERIODS AT THE SAME UNIT PRICE, TERMS AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed- bids were received on November 17, 1993, for FURNISHING READY MIX CONCRETE on a contract basis for one(1) year, renewable annually,to the Department of Public Works; and WHEREAS, invitations to bid were mailed to nineteen(19) potential suppliers and two(2) bids were received; and WHEREAS, funds for this purchase are available from Account Code No. 310501-750; and WHEREAS, this material will be used by the Department of Public Works for the purpose of replacing broken or deteriorated concrete sidewalk and pavement or other concrete repairs required in the public rights -of -way or other public property; and em COMMSSIOX MEETING Or, JA N 13 1994 A®voluu= 140, 94- 4 WHEREAS, the City Manager and the Director of the Department of Public Works recommend that the low bid received from Central Concrete Supermix, Inc., be accepted as the lowest 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 i Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. i Section 2. The November 17, 1993 bid of Central Concrete Supermix, Inc., for FURNISHING READY MIX CONCRETE to the Department of Public Works on a contract basis for an initial period to expire September 30, 1994, at a unit cost of $41.50 per cubic yard, on an as -needed, when -needed basis, for an estimated i total cost for the initial contract period in the amount of i $20,750.00, is hereby accepted with funds therefor hereby allocated from Account Code No. 310501-750. Section 3. The City Manager is hereby authorized tc instruct the Chief Procurement Officer to issue purchase orders for this material and is further authorized11 thereafter to extend this contract, in a form acceptable to the City Attorney, i for two additional one (1) year periods at the same unit price, V terms and conditions subject to the � availability of funds. 1� 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 Code and Charter provisions. - 2 - 94- 4 Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 13th day of January ► 1994. EPHEN P. qLARK, MAYOR ATTEST: CITY CLERK SUBMITTED BY: �)' �-6- - WALDEMAR E. LEE, DIRECTOR DEPARTMENT OF PUBLIC WORKS PREPARED AND APPROVED BY: G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: 3 BUDGETARY REVIEW: ASSIS MCITY MANAGER 94- 4 f% A CITY OF MIAMI, (k]TgFWNAGEii , INTER -OFFICE MqQ `t .A lWE 93 DEC 14, QM I,jJ 4 1994 F,LE TO The Honorable Mayor and Members DATE of the City Commission FROM Ces dio Cit ager RECOMMENDATION SUBJECT Resolution Awarding Contract for Furnishing Ready Mix Concrete to the Department of Public Works REFERENCES. Bid Evaluation Memo ENCLOSURES Resolution It is respectfully recommended that the City Commission adopt the attached Resolution accepting the low bid of Central Concrete Supermix, Inc., a hispanic, Dade County vendor, for furnishing ready mix concrete to the Department of Public Works on a contract basis for one year at a total proposed first year cost of $20,750; authorizing the City Manager to extend this contract for two(2) additional one(1) year periods at the same price, terms and conditions, subject to the availability of funds. BACKGROUND Amount of Bid: $41.50/cu. yd. Cost Estimate: $42.00/cu. yd. Source of Funds: % of Cost Estimate: 99% Fiscal Year 1993-94 Public Works Operating Budget, Account No. 310501-750 Minority Representation: Public Hearings/Notices: Assessable Project: No Discussion: 19 Invitations 2 Contractors submitted bids (1 Female, 1 Hispanic) No public hearings The Department of Public Works has evaluated the bids received on November 17, 1993, and determined that the lowest responsible and responsive bid, in the amount of $41.50/cubic yard, was submitted by Central Concrete Supermix, Inc., a Hispanic -minority controlled corporation. C/96-1 99- 4 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO Judy S. Carter DATE : December 6, 1993 FILE Chief Procurement Officer General Services Administration SUBJECT: Bid Evaluation Bid No. 93-94-010 FRoM : Waldemar E. Lee, Director REFERENCES Ready -Mix Concrete Public Works Department ENCLOSURES: On November 17, 1993, bids were received for supplying Ready -Mix Concrete to the Department of Public Works on an as -needed, when - needed basis. Two (2) bids were received by the City Clerk. We are recommending that the City Commission accept the bid submitted by Central Concrete Supermix, Inc., a Hispanic, Dade County vendor, in the amount of $41.50 per cubic yard. The proposed first year cost of the contract will be $20,750.00 (500 cubic yards @ $41.50 per cubic yard), with the initial contract period to expire on September 30, 1994. The Department has determined that the only other bidder, South Florida Concrete, was non -responsive. The City's bid. documents required that the successful bidder be able to supply the concrete with 24-hour notice provided by the City. South Florida Concrete indicated on their bid proposal that they could only supply concrete with 48-hour advance notice. This revision to the City's bid documents by South Florida Concrete is unacceptable to the Department. Therefore, South Florida Concrete's bid is considered to be non -responsive for failure to meet delivery requirements. WEL/DCB/cay 94- 3 'SD S?'xt READY -MIXED CONCRETE AND PEAROCKPUMP -MIX .--�+�- g3-94-010 NOVEMBER 17, 1993 11:00 A.M. 31ASa DrD(S) OZSNSDt _ �.!-----..------ (� JOTA AID 1101tD,Sor2 f EDDZR PID hl2Up—T CASEItA_S-CHICK I S: FLORIDA CONCRETE SEE ATTACHED B D CENTRAL CONCRETE SUPERMIX, INC. ------------ --- —_—..--...� ------------- -rwMf_--lDw-sM -...ice-e. i`- �--•-Mi-iw -- -----_--- ------ ------� - D--- esw --MOM-�riwi0-ti ►.!_w------_-_-- -- -------_w--_--------r ---------w-----_----- �i-_----- - - --.,.-------- ------------- ----- ------ ---- M _-i--a- s_ Y-s-m.-----0 s-recap__-.r--Y -------- ------------rwY------ �%'Gvl_-_-_-----received ( ) onveIopts on behalf of (Eamon ceiviat bids) GSA/Sol i_d Waste -Procurement Division C----------- ---- -_oa _ � LEGAL ADVERTISEMENT BID NO. 93-94-010 1 Sealed bids will be received by the City of Miami City Clerk at j her office located at 3500 Pan American Drive, Miami, Florida, 33133 not later than 11:00 a.m. November 17, 1993 for the furnishing of Ready -Mixed Concrete and Pearock Pump Mix as needed on a contract basis, to the Department of Public Works. i Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. 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. Local preference may be applied to those vendors whose primary office is located in the City of Miami, provided the amount of the bid or bid is not more than ten percent (10%) in excess of the lowest other responsible bidder or bidder. Detailed specifications for the bids are available upon request at the City Procurement Office. The City Manager may reject all bids and readvertise. (Ad No.m1439) Cesar H. Odio City Manager *93 NOV 17 Al 1 :Cl 0 (',.F ',IRK CITY OF tilAMl, Fl- A. 4 . tt►-,t4 i City of Miami 1439 i a I,t1i �This number must �a. REQUISITION FOR ADVERTISEMENT . appear In the advertisement. i INST UCT DN : P h a copy 91 th i 1. bepartmeri4: 2. Division: i pp yy� 3. Account Code number: 4. Is this a confirmation: 5. Prepared by: BOCLAIR s �of, Yes ?❑ No 6.sement: 7. Starting date: 8. Telephone number: �i { 575-5174 9. Number of times this advertisement is to be 10. Tye of advertisement: i Legal ❑ Classified ❑ Display published: 1 11. Remarks, BID NO 93-94-010 } READY MIX CONCRETE 12. Publication Date(s) of Invoice o. Amount Advertisement s { MIAMI REVIEW i 9 MIAMI TIMES S i i i f 4 � i j j F f } i i. S f , I 4 f . F 1 13. ❑ Approved ❑ Disapproved i , AepartmentDlrector/ Desig nee Date Approved for Payment Date gg { C GS/PC 503 Rev. 12189 DISTRfSUForw YIONr White G.d Canary an Canary GDepa(rtrocurement Management) and retain Pink copy. t-