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