Loading...
HomeMy WebLinkAboutR-88-0878f Ck J-88-866 8/29/88 RESOLUTION NO. 88-S 74 A RESOLUTION APPROVING THE EXTENSION OF THE EXISTING CONTRACT WITH CENTRAL CONCRETE OF MIAMI, INC. FOR FURNISHING READY MIXED CONCRETE AT THE SAME PRICE, TERMS & CONDITIONS FOR THE DEPARTMENT OF PUBLIC WORKS ON A CONTRACT BASIS FOR ONE YEAR RENEWABLE ANNUALLY AT A TOTAL ESTIMATED COST OF $95,000.00 APPROVED ORIGINALLY ON RESOLUTION NO. 87-642, BID NO. 86-87-108; ALLOCATING FUNDS THEREFOR FROM THE 1988-89 GENERAL FUND ACCOUNT CODE NO. 310501-750 ($38,000.00) AND CAPITAL IMPROVEMENT PROJECT NO. 341159 ACCOUNT CODE NO. 319301-750 ($57,000.00); AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE A PURCHASE ORDER FOR THIS SERVICE, AND THEREAFTER TO RENEW THIS CONTRACT FOR AN ADDITIONAL ONE YEAR PERIOD AT THE SAME PRICE, TERMS i CONDITIONS SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, this service 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 right-of-way; and WHEREAS, funds for this purchase will be available from the 1988-89 General Fund Account Code No. 310501-750 ($38,000.00) and Capital Improvement Project No. 341159 Account Code No. 319301- 750 ($57,000.00); and WHEREAS, this contract was originally approved on Resolution No. 87-642 on July 9, 1987, Bid No. 86-87-108; and WHEREAS, the City Manager and the Director of the Department of Public Works recommend the herein contract for one (1) year for furnishing Ready Mixed Concrete provided by Central Concrete of Miami, Inc., a hispanic minority vendor, thereafter subject to renewal by the City Manager for an additional one year periods NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: JULTWO Or 0" S on krCn �r r Section 1. The extension of the existing contract from Central Concrete of Miami, Inc. approved originally on Resolution No. 87-642, Bid No. 86-87-108 to provide Ready Mixed Concrete to the Public Works Department on a contract basis for one year renewable annually at a total estimated cost of $95,000.00 is hereby approved with funds therefor hereby allocated from the 1988-89 General Fund Account Code No. 310501- 750 ($38,000.00) and Capital Improvement Project No. 341159 Account Code No. 319301-750 ($57,000.00). Section 2. The City Manager is hereby authorised to instruct the Chief Procurement Officer to issue a Purchase Order for this service and thereafter to extend this contract for an additional one year period at the same price, terms and conditions subject to the availability of funds. PASSED AND ADOPTED this 6th day of October , 1988. LEGAL REVIEW: OBERT F. CLARK CHIEF DEPUTY CITY ATTORNEY APPROVED AS TO FORD! AND CORRECTNESS: 3mamA, CITV ATTO BY .Z'= Im lJ t 0 CITY OF MIAMI. PWRIDA INTER -OFFICE MEMORANDUM The Honorable Mayor and Members TO of the City Commission FROM. Cesar H. Odio City Manager RECOMMENDATION 11 DATA: S t P 2 7 1988 nLe. Resolution Authorizing the SUBJCCT Extension of Bid No. 86-87-108 for Ready Mixed Concrete and Pearock Pump Mix REFERENCES! ENCLOSURES. It is respectfully recommended that the City Commission adopt the attached resolution awarding. a contract to furnish and deliver ready mixed concrete to Central Concrete of Miami, Inc., a Hispanic vendor who was the lowest responsive bidder in accordance with Bid No. 86-87-108. This was awarded by Resolution No. 87-642, July 9, 1987. Total cost of these materials and services are estimated to be $95,000 which funds have been included in our fiscal year 88-89 budget request and Capital Improvement Program. BACKGROUND Amount of Bid: The original amount of the bid was for $38.00 per cubic yard. The extension is based upon continuing to purchase the material at $38.00 per cubic yard. Cost Estimate/Budgeted Amount: $95,000/$95,000 Source of Funds: FY 1988-89 General Fund 310501-750 FY 1988-89 Capital Project Fund 341159-319301-750 Minority Representation: The vendor is a Hispanic minority. Public Hearing Notices: N/A Assessable Project: N/A 3 E j < ! 9 rg, ti�i 4 rMafr.' ' 1' t CITY OF MIAMI, FLORIDA INTEROFFICE MEMORANDUM Tc. William J. Schaut Procurement Supervisor FROM, Donald W. Cathe D re r iQ Works DAM August 23, 1988 F,«, suuECT: Bid #86-87-108 Ready Mixed Concrete and Pearock Pump Mix Approvals REF[R[NC[!: ENCLOSURES: This department has included in its budget and Capital Improvement Program, funds to cover the subject bid in the amount of: $ $ 8 000 Account Number 10501-750 (FY 188-8 $ 5T,000 1 9-31 301- O (FY 188-89) FINANCE REVIEW & APPROVED BY: ADDITIONAL APPROVALS (IF REQUIRED) Car os Gbtcia, Di c r Sergio Rodriguez, Director Department of Financt Planning Department BUDGETARY REVIEW & APPROVED BY: Manohar,/Surana, Director Department of Management & Budget ti /A Frank Castaneda, Director Community Development (This form properly signed is part of the Bid evaluation ~ recommendation package to be placed on the agenda aad oath attached to the resolution cover memorandum.) s .n U SUBMIT BIDS TO: ,r --oITY OF MIAMI, FLORIDA Office of the City Clerk INVITATION TO DID 35W Pon Anwiean Drive TERM CONTRACT P.O. Box 330708 Miami, Florida 33133 Bidder Afdsnotleledattsetlt TELEPHONE NUMBER MAILING DATE (C-tv) 810 NO. pop I of Dog" 579-6380 June 5 1987 86-87-108 3,05 will be opened $10 TITLE Concrete and Pum Mix Contract 3:00 p.m. June 22, 1987 Reason for 'no bid" ,Intl mwv 'Mt De withdrawn w,fMw ninety days after such date and Bret* - Ail awards made as a rMult of M,I bid I11811 ConfOfm to 60011c6bu ;ect�Onl of me charter and Code of the City of M,an, � ATION OF TrfE AREA CODE TELEPHONE NUMBER VENDOR NO. 1I R1��N�SP�CRETE OF STATE OF MIAMI ------ A1L'N1, ACDRESS VENDOR MAILING DATE: P.O. BOX 7520 Ludlam Branch 1TYSTATE ZIP CERTIFIED OR CASIMER'S CM[Cx ea�IS AtTACH[0. uN[N is[OWSID, iN THE *^CUNT OF S MIAMI FLORIDA 33155 Corr•ty ,mac 'n,s D,d ,r ­KN ',w MOur UnOr u1dWira"fit. arillf"Wr. Or ronnarno,i .,In Iry corodrlpreen r,on f,r,n or psuorri,rane a Old for rM ILI AUTMORI D SIGNATURE IManuall true ,ivnar.Nr supp,•as or 1p,,,O,navir a,id is ,n ail .espet rt raw and .w Nbur .0,lus,on or orauet r Epee to Mode or «, rorie,rro,4 Oe Mir "and cwrfrry ORL NDO CAS DA V.P. tMr i a,n x,inide-no to f,Vi rn,f Diet tu, rase Wddr. AUTHORIZED SIGNATURE fTypeeA TITLE Wilson Alayo - Owner GENERAL CONDITIONS BIDDER: To inswe acceptance M the bid, Ysllew thUO Instrnenans. SEALED BIOS: All bid Sheens and this form must be executed structioni pertaining to Sucoll" and services. Failure to and Suomittld in a Sealed envelope. The face of the envelope Shall M so ,Arill be at bldoer's risk. Caritaln, in addition to me aoove address, the Carl and time of the bid opening and Mee old nfimoer. Bids not SUOM'Fy d On arravua bid loan mar ON rejected. All Dios are SUOIect to the COM01tiOns ' specified Mel soR am On ttM attached shed. 1. EXECUTION OR 610: Bid must Contain a manual Signature of an authorised representative n the space provided Iowa. The company name must also Docear on each page of the bid aS reouireo. i I 2. NO 610: If not SUDMItrlMg a old, respond by returning this form, morlung it "NO 61 p", and eXpiain the reason in the space provided aoove. Repeated failure ip Quote without sufficient iusnflcarlon . ail D! Cause for remove) of the wpnlier's name from th• sod mailing list NOTE. To ouolily as a respondent, oidder m1A1 Submrf a "NO 61 D", and it must Da reCelved no later than the stated Did opening date and hour. 3. 610 OPENING: Shall be public, on the date and at the limit specified an the bid form. It IS the bidder's responSibdify to Mazur@ that his old is delivered at me proper rimt and place of the bid opining. Bids which far Mr reason are not so delivered. will be returned unopened. Offers oy telegram or itelephone are not occepfooit. •. PRICES, TERMS and PAYMENT: Firm prices shall be quoted; typed or printed in ink and include sit pecking. handling, Shipping charges and delivery to any point within Dade Counfv. Bidder 'S ►equesfld to offer CSSA dillCaunf for wrompt invoice payment Oiscounl time will be cOfnpured barn Mae Cott Of Satisfactory delivery at pIK! Of acceptance or from receipt of cor/sacs invoice at the office specified. wnicnever is later. al TAXES: 00 not include Stale or Federal taxes not W oicaoie to municipittit,ta. The appi,caois Tax Exemption number IS shown on the Purchase Order. al MISTAKES: $-fears be expected to examine tM lic"Ificationz, delivery Icheoute. 000 prices. and NI in. CI 6uNwi l TON Any FAC.n %ffllmw* IT 4 Viso,-I,W —,V agreed mat anv item offered or shipped as a reaulr of this bid shall of new (current DroCriction model at the time of Mis OiCI. All Con'rainers snail be suitabte for storage or shtoment and all prices shall ^civda standard cons. mer Clal pacxagrng. d)SAFETY STANDARDS: Unless OtherWrSO S110081e01 in the bid, all manufactured gems and fabricated assemblies shelf Comply with appl;Cable reQU,rtrhrlta of OCL cupational Safety and Health Act and any Standards Morpundlr. el INVOICING AND PAYMENT: The Contractor Wall be paid uOdn suomission of properly CWifild invoices ro the City of Miami N the pricea stipulated On the purcnasr Order. less deductions if any, 44 provided. Alj invOiCes Snail bear the purcna" order. Invoicing of varlanC* with this provision may wbiect the contract to canceilarrOn MANUFACTURER'S NAMES AND APPROVED EQUIVALENTS: Any maniafecturers' names, trade Marries, brand names. a*ortnaf#an or catalog numbers Iisted in a sWificarion are for information, not to limit ColApllilidQ. The oNldar mev offer any brand for wh•rti he �s an sutheritad represenfa►ivt, whrCM rrieefs or exceeds the sm-ficalion for any itam(s). it bids are boW an equi•aldnt products. in - dune on trial bad form the manufacturer's name and nwrioer and indicate any deviation from the sWiticat,oM. YOUR BID, LACKING ANY WRITTEN INDICATION OF INTENT TO QUOTE AN ALTERNATE BRAND. WILL BE RECEIVED AND CONSIOEIlEO AS A QUOTATION IN COMPLETE COMPLIANCE WITH TqE $PICOPiCAT10ae1 ASLISTEOON THE aiDFORM The Oivisietlp 16 to of now -hod of any Dra00s" cr+iiviliea ill (0) fV1aW used, (b) manufacturing process, or (c) 4&ION44lilpl. However. changes snail reel be binding YIW We 01V 1P&M. evidenced oY a Change Notice issued OW SignaM at/ nla PUrChasirg AQMI.