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-