Loading...
HomeMy WebLinkAboutR-96-0130J-96-58 2/16/96 RESOLUTION NO. 9 6— 130 A RESOLUTION ACCEPTING THE BID OF CRYSTAL SPRINGS WATER COMPANY FOR THE FURNISHING OF DRINKING WATER SERVICES FOR VARIOUS CITY DEPARTMENTS AND OFFICES, ON AN AS NEEDED BASIS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR TWO (2) ADDITIONAL ONE (1) YEAR PERIODS, AT A TOTAL ESTIMATED ANNUAL COST OF $40,000.00; ALLOCATING FUNDS THEREFOR FROM THE FY 195-96 OPERATING BUDGETS OF THE USING DEPARTMENTS AS NEEDED; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR SAID SERVICES AND THEREAFTER TO EXTEND SAID CONTRACT FOR TWO ADDITIONAL ONE (1) YEAR PERIODS, AT THE SAME PRICE, TERMS, AND CONDITIONS, SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received April 24, 1995 for the furnishing of drinking water services to various City Departments and Offices, on an as needed basis for a period of one (1) year with the option to extend for two (2) additional one (1) year periods, at the same price, terms and conditions; and WHEREAS, invitations were mailed to fifteen (15) potential bidders and two (2) bids were received; and WHEREAS, funds for said service are available from the FY '95-96 Operating Budgets of the various City Departments and Offices using said service; and CITY COMMISSION MEETING OF FEB 2 9 1996 6ResolutionnNo..� WHEREAS, said service will be used to provide drinking water and cooler services; and WHEREAS, the City Manager and the Director of Finance recommend that the bid received from Crystal Springs Water Company be accepted as the lowest most responsible and responsive bids; 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 bid submitted by Crystal Springs Water Company for the furnishing of drinking water services for various City Departments and Offices, on ail as needed basis for one (1) year with the option to extend for two (2) additional one (1) year periods, at a total estimated annual cost of $40,000.00, is hereby accepted, with funds therefor hereby allocated from the using City Departments' and Offices' FY '95-96 Operating Budgets. Section 3. The City Manager is hereby authorized!' to instruct the Chief Procurement Officer to issue purchase orders for said service and thereafter to extend said contract, as 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 Charter and Code provisions. - 2 - 96- 130 needed for two (2) additional one (1) year periods, at the same price, terms and conditions, subject to the availability of funds. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this 29th ATTES WALTER J. AQgMM4 CITY CLERK day of ebruary 1996 STEPAN P. CLARK, MAYOR PREPARED AND APPROVED BY: i RAFAEL 0. DIAZ DEPUTY CITY ATTORN APPROVED AS TO FORM AND CORRECTNESS: QUINN DONE III Y ATTORNE W619:BSS - 3 - 90_ 130 Honorable Mayor and Members of the City Commission FROM: Cesar City RECOMMENDATION: CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM 78 DATE: FILE : FEB 12 1996 SUBJECT: Resolution Authorizing the award of contract for Drinking Water Services under Bid #94-95-120 REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission pass the attached resolution accepting the bid of Crystal Springs Water Company, a non-minority/Dade County vendor located at 2729 NW 112 Avenue, Miami, Florida 33172, as the lowest most responsible and responsive bidder to provide drinking water services at various City locations, in accordance with Bid No. 94-95-120 at a total estimated amount of $40,000 annually. Services to be provided as needed to various City departments on a contract basis for one (l ) year with the option to extend for two (2) additional one (1) year periods, subject to the availability of funds. Funds are available from the FY 95-96 operating budget of the various requesting departments. BACKGROUND: The Department of Finance has analyzed bids received pursuant to Bid No. 94-95-120 for the furnishing of drinking water services to be used by various City departments. Tropical Water Company provided the lowest initial bid; however, he was deemed non -responsible due to unsatisfactory past performance on Bid No. 93-94-056. It is therefore recommended that the award be granted to Crystal Springs Water Company, a non -minority vendor located in Dade County, as the lowest most responsible and responsive bidder in accordance with Bid No. 94-95- 120. 96- 130 TO: Manohar S. Surana Assistant City Manager FROM: Judy S. Carter Chief Procurement Officer CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM DATE: FILE: SUBJECT: Contract for Drinking Water Services Bid 94-95-120 REFERENCES: ENCLOSURES: This division has verified that funds are available to cover the cost of the subject bid in the amount of $4 0,0 00.00, from FY195-96 operating budget of the various requesting departments. BUDGETARY REVIEW 8L APPROVED BY: Manoh S urana Assistan ity Manager/Director Debar nt of Finance 96- 130 1 CITY OF,MIAMI, FLORIDA ,BID SHEET (Continued) BID NO. 94-95-120 I,MP!QRTANT: BID SHEET .AND ATTACHMENTS ATTACHED ENVELOPE IDENTIFIED BY BID IF SECURITY IS REQUIRED, A *BID WILL BOND IS SUBMITTED IN THIS ENVELOPE. MUST BE RETURNED IN TRIPLICATE• IN THE NUMBER, TIME AND DATE OF BID OPENING. NOT BE ACCEPTED UNLESS THE DEPOSIT OR Terms: NET 30 (Include cash discount for prompt payment, if any) Additional discount of None % if awarded all items. Warranty and/or guarantee: Service Guarantee see attached Delivery: 3 calendar days required upon receipt -of Purchase Order or Notice of Award. two Number of calendar. days -required to complete work after start. In accordance with the Invitation to Bid, the Specifications, General Conditions, Special Conditions, and General Information to Bidders, we agree to furnish the Items) at Prices indicated on the attached bid sheet(s). NAMES OF COMPANY OWNER(S):. NAMES OF COMPANY OFFICER.(,$): SUNTORY WATER GROUV INC: JAMES STEVENS, President DBA/ Crystal Springs Water Co: DON O'SHfiA, Vice President CHRIS WHITE, Vice President,_ G.M.___ a) List principal business address: (street address) 280 Interstate North, Atlanta, Ga.. 30339 b) List all other offices located in the State of Florida: (street address) See Reverse side of this page (Please use the back of this page if more space is necessary) MINORITY PRO-rTMFMP.NT (0MPT*TAN .F. The undersigned bidder acknowledges that (s)he has received a .copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the City of Hiami and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. Bidder: CRYSTAL SPRINGS WATER CO. (company name) Date., APRIL 10, 1995 Signature: Print Name: Robert M. Dore, S.C. MANAGER Indicate if Business is 51% Minority -owned: (Check one box only) [ ] BLACK [ ] HISPANIC. [ ] FEMALE BPETRMATTVE AC-r ON P .AN If firm has an existing plan, effective date of implementation: If firm does not have an existing plan, the Successful Bidder(s) shall' be required to establish -an Affirmative -Action Policy, pursuant to -ordinance 410062•.as. amended. See Appendix I for sample. /) Bidder: CRYSTAL SPRINGS WATER CO. Signature:��7'^� (company name) FAT DRE TO bP1ETE.1--S1fiN.�N_D RFLtlRN T�I'S_ FQRM MAY DISOt1ALIFY TKI BIDr �= 30 BID NO. 94-95-120 DRINKING WATER SERVICES TABULATION OF BIDS VENDORS: CRYSTAL SPRING WATER 2729 NW 112 AVE MIAMI FL 33172 NON-MINORITYIDADE ITEMS: PRICES: 1) Five Gallon Bottles $ 3.15 ea 2) Cooler with cold and hot taps $ 4.00 ea/mo 3) Cooler with cold tap only $ 2.00 ea/mo 4) Paper cups (cost per case) $ 40,00 ea 5) Distilled water (5 gallon) $ 3.15 ea TOTALS: $ 52,30 Page 1 of 1 ZEPHYRHILLS SPRING WATER 2500 NW 55 CT FT LAUDERDALE FL 33309 NON-MINORITY/NON-LOCAL $ 3.05 ea $ 5.00 ea/mo $ 4.00 ea/mo $ 55.00 ea $ 3.05 ea $ 70.10 AWARD OF BID ITEM: DEPARTMENT: TYPE OF PURCHASE: REASON: POTENTIAL BIDDERS: BIDS RECEIVED: FUNDING ALLOCATION: BID TABULATION: BID EVALUATION: ALL VENDORS MINORITY/FEMALE VENDO Within City limits Registered with City Black Vendors Located within City limits Registered with City. Female Vendors Located within City limits Registered with City Hispanic Vendors Located within City limits Registered with City NON MINORITY VENDORS Located within City limits "No Bids" Reason for No Bids is as follows: BID NO. 94-95-120 Drinking Water Services Citywide Contract for one (1) year with the option to extend for two (2) additional one (1) year periods. To provide City departments with drinking water Fifteen (15) Two (2) FY' 95-96 various City Departments' Operating Budgets as needed See Attached .Bid Invitations Bid Mailed Responses 15 2 RS 3 0 0 0 3 0 0 0 0 0 0 0 2. 0 0 0 0 0 1 0 0 0 1 0 12 2 2 0 1 06- 130 9 Betech International Corp.- "Opening date does not allow sufficient time to complete bid." RECOMMENDATION: IT IS RECOMMENDED THAT AWARD BE FADE TO CRYSTAL SPRINGS WATER COMPANY, A NON-MINORITY/DADE COUNTY VENDOR; AT A TOTAL PROPOSJ,D AMOUNT OF $40,000.00. v /21 Date 10 06- 130 BID ITEM: 3,500 BOTTLES OF DRINKING WATER & 50 COOLERS BID NO-9 94-95-120 ------ DATE SIDS) OPENED: MAPRIL 24=1995 10:30 a.m. T ?OTAL BID DOND_jorj C BIDDER DID COUNT CSSHIER_S_CHECK TROPICAL NATURAL WATER SEE ATTACHED BID CRYSTAL SPRINGS WATER CO. _ ! _--� We -received only ,��Ddi Pro2uremeat ne.copy of the bid wl7icti was Department ---w- ZEPHYRHILLS SPRING WATER NO BID 33ETECH INTERNATIONAL CORP only offers if any, Offers from the vendors Iiste other offers submitted in respons phere;n rrn +' -- ------------------ _------ ---_ --------- ------- ---- ---------------- -- ---------------- -- ---- -------------- ----- — ------------- - ---- ------------- --- -_-w__-- --r_-_ 1' ---w------- { _ raoaie0dY�) envelopes on behalf of (P saoa is a) G A/SOLID WASTE- OCUB_Moa _ENT D ISION _ (Cit Dapa tmmnt)—l------�---- — S I GNEODD �Cle--__=__—_w-- (D p Cite rk) RECEIVED '95 APP 24 AlO :30 CH LEGAL ADVERTISEMENT E;wtmg W111 Sealed bids will be received by the City of Miami City Clerk at her office located at 3500 Pan American Drive, Miami, Florida, 33133 not later than 10:30 a.m. April 24, 1995 for the furnishing of approximately 3,500 bottles of Drinking Water, and 50 Coolers as needed on a contract basis, to various City departments. Bids submitted past such deadline and/or submitted to any other location or office shall be deemed not responsive and will be rejected. Ordinance No. 10062, as amended, established a goal of Awarding 51% of the City's total dollar volume of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. Minority and women vendors who are interested in submitting bids and who are not registered with the City as minority or women vendors are advised to contact the City Procurement Office, 1390 N.W. 20th Street, Second Floor, Telephone 575-5174. Local Preference Section 1$ 52,1(h) of the City Code , as amended. states that the City Commission may offer to a responsible and responsive local bidder, whose primary office is located in the City of Miami, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor does not exceed 110 percent of the lowest other responsible and responsive bidder. The attached primary business affidavit must be signed by the local vendor for use in attesting primary office location. The City reserves the right to request copies of the occupational license, professional and/or trade licenses, corporate charter and any other documents to verify the location of the firm's primary office. 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. 2000) Cesar H. Odio City Manager „Np4 \\ IIF Y '- City of Miami r C a 0 This number must REQUISITION FOR ADVERTISEMENT appear in the advertisement INSTRUCTIONS:' Please type and attach a gopy of the v i '' n. 1. Department: GSA/PROCUREMENT (FUR.) 2. Division: CITYW(DE 3. Account Code number: 420401-287. 4. Is this a confirmation: ❑ Yes No 5. Prepared by: JENNIFFER MILLER 6. Size of advertisement: LEGAL 7. Starting date: APRIL 5, 1295 8. Telephone number: 575-5174 9. Number of times this advertisement is to be published: 1 10. Type of advertisement: ❑ Legal ❑ Classified ❑ Display 11. Remarks: BID NO. 94-94--120 Publication Date(s) of Advertisement Invoice No. Amount 141A;MI REVIEW MIAMI TIMES 115IARIO LAS AMERICAS 13. ❑ Approved ❑ Disapproved j Dgpartment Director/Designee =- Date Approved for Payment Date C GS/PC 503 Rev. 12/89 1 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Pink copy. n via � n�uv � wn. vnnv - �a.�a.n., vanai] - voyal ullom