Loading...
HomeMy WebLinkAboutR-92-0785J-92-831 11/19/92 RESOLUTION NO. 9 2- 785 A RESOLUTION ACCEPTING THE BID OF TROPICAL NATURAL WATER COMPANY FOR THE FURNISHING OF WATER SERVICE TO VARIOUS CITY DEPARTMENTS ON AN AS NEEDED 'BASIS FOR A PERIOD OF ONE (1) YEAR WITH THE OPTION TO EXTEND FOR THREE (3) ADDITIONAL ONE (1) YEAR PERIODS AT THE PRICES STIPULATED IN BID NO. 92-93-014; ALLOCATING FUNDS THEREFOR FROM THE VARIOUS CITY DEPARTMENTS FY'92-93 OPERATING BUDGET'S AS NEEDED; AUTHORIZING THE CITY MANAGER TO INSTRUCT THE CHIEF PROCUREMENT OFFICER TO ISSUE PURCHASE ORDERS FOR THIS SERVICE AS NEEDED AND THEREAFTER TO EXTEND THIS CONTRACT ANNUALLY SUBJECT TO THE AVAILABILITY OF FUNDS. WHEREAS, pursuant to public notice, sealed bids were received November 4, 1992 for the furnishing of drinking water services to various City Departments on an as needed basis for a period of one (1) year with the option to extend for three (3) additional one (1) year periods; and WHEREAS, invitations were mailed to nine (9) bidders and five (5) bids were received; and WHEREAS, funds for this service are available from FY192-93 Operating Budgets of the various City Departments as needed; and WHEREAS, this service will be used to provide City Departments with drinking water and cooler services; and WHEREAS, the City Manager and the Assistant City Manager in charge of the General Services Administration and Solid Waste Department recommend that the bid received from Tropical Natural Water Company be accepted as the lowest responsible and responsive bid; and CITY COM USSiON MEETING OF DEC 1 0 1992 Recoludon No. 92- 785 i 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 November 4, 1992 bid of Tropical Natural Water Company for the furnishing of drinking water services to various City departments on an as needed basis for a period of one (1) year with the option to extend for three (3) additional one (1) year periods at prices stipulated in Bid No. 92-93-014 is hereby accepted with funds therefor hereby allocated from various City Departments' 1992-93 Operating Budgets as needed. Section 3. The City Manager is hereby authorized to instruct the Chief Procurement Officer to issue purchase orders for this service. Section 4. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this loth day of ei6er , 1992. XAVIER b SUAR Z, MAYOP ATTEST MATTY HIRAI, CITY CLERK PREPARED AND APPROVED BY: CARMEN L. LEON -- Assist'aritCITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS: A. Q N CITY ATTO Y - 2 - 92- 785 0 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO The Honorable Mayor and Members of the City Commission FROM Cesar H. Odio City Manager t1 iff* _�VrA - DATE : @� _ .. � '�A^ FILE SUBJECT : Bid No. 92-93-014 Drinking Water Services REFERENCES: ENCLOSURES: It is respectfully recommended that the City Commission pass the attached resolution, accepting the bid of Tropical Natural Water Company, a Hispanic Dade County vendor located at 6156 NW 74 Avenue Miami, Florida 33166, as the lowest most responsible and responsive bidder to provide drinking water service at various City locations, in accordance with Bid No. 92-93-014. Services shall be provided to various City departments on a contract basis for one (1) year, with the option to extend for three (3) additional one (1) year periods, on an as needed basis subject to the availability of funds. The General Services Administration and Solid Waste Department has analyzed bids received pursuant to Bid 92-93-014 for the furnishing of drinking water service to be used by various City departments. Five (5) responsive bids were received; two (2) Hispanic, and three (3) non -minority. As a result of the bid evaluation, it is recommended that the award be granted to Tropical Natural Water Company, a Hispanic vendor located in Dade County, as the lowest most responsible and responsive bidder in accordance with Bid No. 92-93-014. Funds for this service are available from the FY' 92-93 Operating Budgets of various City departments. Attachments 92- 785 • antinuea) s BID SHEET 4ATTACHMENTS MUST BE RE ED IN TRIPLICATE IN THE ATTACHED ENVELOPE IDENTIFIED BY BID NUM$ER, TIME AND DATE OF BID OPENING. IF SECURITY IS REQUIRED, A BID WILL NOT BE ACCEPTED UNLESS THE DEPOSIT OR BOND IS SUBMITTED IN THIS ENVELOPE. Terms: 4 ri A±. (Include cash discount for prompt payment, if any) Additional discount of % if awarded all items. Warranty and/or guaran ee: Delivery. calendar days required upon receipt of Purchase Order or Notice of Award. 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 Z /SPA�NY ER (S) s a) List princiPal business address: (stri N S4&COMPANY,7 et address) 3a,'� b) List all other offices located in the State of Florida: (street address) (Please use the back of this page if more space is necessary) MTNORTTY PROCttRRMSNTCOMPLTANCE The undersigned bidder acknowledges that (s)he has received a copy of Ordinance #10062 as amended, the Minority Procurement Ordinance of the city of Miami and agrees to comply with all applicable substantiv and proced r provisions therein, including any amendments thereto. Bidder: 0 /C/�/ '� �� Signature . �C. ,, ,; << (comp y ame) Date: _� Print Name: /DELNme_F,,,yR,9 Indicate if Businesg is 51% Minority -owned: (Check Q= box only) [ ] BLACK [ HISPANIC [ J FEMALE "PTR ATIVR ACTION PLAN If firm has an existing plan, effective date of implementations / / i If firm does not have an existing plan, the Successful Bidders) shall be required to establish an Affirmative Action Policy, pursuant to Ordinance #10062 as amended. See Appendix I for sample. Bidder Signature: company name) fir• .W .3I ►� 1►r rWE I .111 . Aw BID Bid No . 92-93- 014 = Drinking Wi,%er and Cooler Services DEPARTMENT: City Wide TYPE OF PURCHASE: On a cont;,,ict basis for a period of one (1) year with 7-,,he option to extend for three (3) additional 7ne year periods. REASM: To provi,3- city departments with drinking water. POTENTTAL BIDDERS: 9 BIDS_ RECEIVED: 5 TABULATIONS Attached gN$: FYI 92-9ti Various City Departments' Operating Budgets E .!; needed. BID EVALUATION: Bid Invitations Mailed Bid Responses ALL VENDORS ......... ..........: ...... 9 5 MINORITY/FSNALE (N/F' VENDORS... ...... 2 2 Within City limitf......... ...... 0 0 Registered with City....... ........ 0 0 Black (B) Vendors......... ............ 0 0 Located within Cit.,- limits.......... 0 0 Registered with Ci-:y....... ........ 0 0 Female (F) Vendors...,....... ....... 0 0 Located within Citl limits.,........ 0 0 Registered with City....... ........ 0 0 Hispanic (H) Vendors.................... 2 2 Located within City limits..,....... 0 0 Registered with Cit................. 0 0 NON MINORITY (NN) VENIX RS....,......... 7 3 Located within City limits.......... 0 0 "No ....... - 0 ���Af CQ 1 1 1� 'ZQN: IT IS RECOMMENDET) THAT THE AWARD BE MADE TO TROPICAL, NATURAL WATER COMPANY. A HISPANIC VENDOR, THE TaOWEST RESPONSZRLE AND RESPONSIVE BIDDER. C}1:ief Procurement' Offi .er Dad e 92- 785 M fi OF�_ 'M I:• Alt c.P A vS h �7 4 f � i i i i 2� 00 , November 9, 1992-10:30 92-93-014 - - - t — _ ------ I Crystal Springs Deer Park N'W_ 35 T rr __Lauderdage RutherfordN Unit i --- L'nit Water .3-17•- J Zephyrhi -Pa -Belt-a1,004 Tampa Unit is _FL Spring -•2-7.7.9-NFi--1-1-2-av mi Mia, Urtit ite watjr Fl Tropical Wa -B4S09 -P4ow- Miami, 3314 Unit er- --� _- L^�t--T.----- IITEM ---- NO . UF•SCt.IFTIC'+ �---- ------------------- QTY. price price ----- ------ ----- ------ -- -8 I ------------------------ =rice - `- Price Price ---- - ----- ---�_-�---- -. Drinking. Water Service - ... --- L_2- _w_ th_C91a_ &_.Hot TD 2635 ---1'.00. I -- 305 -- _ .50_-- --- - - -- -- -�- 9�drk Z Pa_ 2-25 __ -� - --- t_Cnnler .Cnoler_�aith_Cold Tap -only er_C s— cased-- -_ A -�-PaP up iPfir. j _ SD- ------_�4.g5 _-• 40 00 0 -..- t_ _..- - -- -•Per ._ u _ _- . -�-- 10. 00 __- �Q- ea - 4i_O.Qea_ --- �3 .5_0- a.00 _-- I �- .•----i----_---- -� ! 1 _5 _.I-DP-PoSit— (if -any)- I i ; o coole pisx.11ed _Water est_ (50) __- 3.00-__�--- -- -- - - ---__ r AFC► "rCURITT LIST I I3O`l:"L'LI,S OF WA`i'E'.Z AND 30 COOLERS �I+Q. 92-93-014.,�., MATX 3TD(5) €yrENEDs NUVEMB�R 4 —1992 -� 10:30 a m. ,...__...._-_.��.,.,. BIDDER VIA AbOUIT CASHIRRIS CHECK CRYSTAL SPRINGS WATER �— See attached bid ZEPHYRHII..LS WATER DEER PARR WATER SPRIN0,LITE BOTTLED WATER TROPICAL NATTJIlAI, WATER -- ..---------- -------�------------ -- ----=-------------- -------------�—_—_ �..---- ------ ------------- -- -- -- ---------------- --- -- ----- — r - e A. ._ �'"+- '..,• i'� :3f E*r .. —w I---`�; ,___----___ Ere®SYod envelopes on behalf of (Person receiving bids]-� GSA/Solid Waste -Procurement Division �� 1 l- �� - `1 a (City Departmant) ----_-®______..____ Y GIPS (D puty-City Clerk�- B1D N0. 9 '-93 O1.4 �algid hi_ds w.i.l_I bE- receivnd by City of Miami. Ci-t..y Clerk at. I i- off.ice located at-_ 3500 Pan American Drive, Miami, F'1or.i_da, >1.33 not_ later Char. 1.0.30 November 4, 1992 fol: t.hc t 1117TIis11i.ng _a,m. o f approximately 2,635 bottles of Water and 30 Coolers as needed on a contract basis, t:o various City �_lc�partmenLs . Bide sulmli tt.ed least: such d(!adline arid./or submitted to any other. lc)cation or of fice shall be deemed not. responsive and wi_1.1 he r_ e jetted. Ordinance No. 10062, as emended, establ.istied a goal of Awarding 51°, of the City's total dollar volr.rme of all expenditures for All Goods and Services to Black, Hispanic and Women Minority Business Enterprises on an equal basis. nor.ity and women vendors wl,o 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. _O871) 1 Cesar 11. Odio City Manager r Oty cat N1ia1;1i r� e a ! 3, g� 9 _ ki QUISATI FOR DVE T ASE IE INSTRUCTIONPlease type and attach a_Loyy_of_the aci4erti e rent with this requisition._ 1. Department: 1?. Division: 3. Account Code number: 1 4. Is this a confirmation: 5. Prepared by: �) Yes No - - 6. Size of advertisement. 7. Starting date: 8. Telephone number: 9. Number of times this advertisement is to be 10. Type of advertisement: _, ---- --. Classified 11. Remarks: -----_-----_ rhi; niirnt,-r rnu�a �1,1 -AV-1 tiFmfl" fit ----- - - ---- Display -- 12. - - — -- - --- ---- Publication � A. _ Praa r me t Nfa a e eni fd Y Date(s) of Advertisement Invoice No. Amount 13. ❑ Approved ❑ Disapproved Department Director/Designee Date Approved for Payment Date C JGS/PC 503 Rev. 12/89 Routing: Forward White and Canary to G.S.A. (Procurement Management) and retain Fmk copy. DISTRIBUTIOW White - G.S.A.; Canary - Department