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