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.