Loading...
C2E-Award Contracts Purchase And Delivery Of Rock Soil And SandCOMMISSION ITEM SUMMARY Condensed Title: Request For Approval To Award Contracts Pursuant To Invitation To Bid No. 10-11/12, For The Purchase And Delivery Of Rock, Soil, And Sand To The Following Vendors: Austin Tupler Trucking Inc., Florida Superior Sand, Inc., G7 Holding, Inc., And Pro-Grounds Productions Inc., In The Estimated Annual Amount Of$ 159,000. Key Intended Outcome Supported: Ensure Well-Maintained Facilities and Ensure Well-Maintained Infrastructure. Supporting Data (Surveys, Environmental Scan, etc.) N/A Issue: Shall the Mayor and City Commission approve the award of contracts? Item Summary/Recommendation: The purpose of Invitation to Bid (IT B) No. 10-11/12 was to establish contract(s), by means of sealed bids, for the supply and delivery of rock, soil and sand on an as-needed basis, from a source(s) of supply that will give prompt and efficient service. This contract(s) shall remain in effect for one (1) year from the date of contract execution by the Mayor and City Clerk. Providing the successful bidder(s) will agree to maintain the same price, terms and condition of the current contract, this contract may be renewed, at the sole discretion of the City, through its City Manager, for two (2) additional one (1) year terms. ITB No. 10-11/12 was issued on February 14, 2012, with a bid opening date of March 21, 2012. A pre-bid conference was held on February 21, 2012, and two (2) addenda were issued to provide additional information and respond to all questions submitted by the prospective bidders. Funding subject to Fiscal Year 2012/2013 Budget Approval. APPROVE THE AWARD OF CONTRACT. Board Recommendation: Source of Funds: OBPI $24,000 $20,000 $15,000 $159,000 I Impact Summary: rk's Office Le islative Trackin ulla Si n-Offs: Department MIAMI BEACH Account ter and Sewer Account No. 425-0410-000342 iami Beach Golf Course Account No. 011-0970-000343 ater and Sewer Account No.425-0420-000342 Normandy Shores Golf Course Account 011-0975-000343 ndscape Maintenance Account No. 011-0940-000343 torm Water Account No. 427-0427-000342 64 r AGENDA ITEM___;:.......:....:...=:::......_.._ DATE _...f,.......L.;~,s._;:;;;_ (9 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov COMMISSION MEMORANDUM TO: Mayor Matti Herrera Bower and Members of the City Co sion FROM: Kathie G. Brooks, Interim City Manager DATE: September 12, 2012 SUBJECT: REQUEST FOR APPROVAL TO AWARD CONTRACTS PURSUANT TO INVITATION TO BID N0.10-11/12, FOR THE PURCHASE AND DELIVERY OF ROCK, SOIL, AND SAND TO THE FOLLOWING VENDORS: AUSTIN TUPLER TRUCKING INC., FLORIDA SUPERIOR SAND, INC., G7 HOLDING, INC., AND PRO-GROUNDS PRODUCTIONS INC., IN THE ESTIMATED ANNUAL AMOUNT OF $159,000. ADMINISTRATION RECOMMENDATION Approve the award of contracts. KEY INTENDED OUTCOME Ensure Well-Maintained Facilities and Infrastructure. FUNDING Funding will be provided from the following Accounts for Fiscal Year 2012/2013: $ 38,000 $ 32,000 $ 30,000 $ 24,000 $ 20,000 $ 15,000 $159,000 ANALYSIS Water and Sewer Account No. 425-0410-000342 Miami Beach Golf Course Account No. 011-0970-000-343 Water and Sewer Account No.425-0420-000342 Normandy Shores Golf Course Account 011-0975-000-343 Landscape Maintenance Account No. 011-0940-000343 Storm Water Account No. 427-0427-000342 The purpose of Invitation to Bid (ITB) No. 10-11/12 was to establish contract( s ), by means of sealed bids, for the supply and delivery of rock, soil and sand on an as-needed basis, from a source(s) of supply that will give prompt and efficient service. The ITB consisted of the following three sections: Public Works delivery during regular hours, Public Works delivery after hours, and Parks and Recreation delivery of materials during regular hours. This contract(s) shall remain in effect for one (1) year from the date of contract execution by the Mayor and City Clerk. Providing the successful bidder(s) will agree to maintain the same price, terms and condition of the current contract, this contract may be renewed, at the sole discretion of the City, through its City Manager, for two (2) additional one ( 1) year terms. 65 Commission Memorandum -ITB 10-11112 Purchase and Delivery of Rock, Soil and Sand September 12, 2012 Page 2 ITB PROCESS ITB No. 10-11/12 was issued on February 14,2012, with a bid opening date of March 21,2012. A pre-bid conference was held on February 21, 2012, and two (2) addenda were issued to provide additional information and respond to all questions submitted by the prospective bidders. Bid net issued bid notices to 88 prospective bidders, which resulted in the receipt of the following five (5) bids: • Allied Trucking of Florida • Austin Tupler Trucking, Inc. • Florida Superior Sand, Inc. • G? Holding, Inc. • Pro-Grounds Products, Inc. The ITB stipulated that award of this contract may be presented to the lowest and best bidders, as defined in General Conditions 1.38. Should the primary vendor fail to comply with the terms and conditions of this Bid, the City reserves the right to award to the secondary vendor if it is deemed to be in the best interest of the City. Prices were submitted on the estimated annual quantity per tonnage, at firm, fixed rates. Please refer to Appendix "A" for tabulated results for each item. EVALUATION PROCESS The Technical Review Panel {the "Panel") consisting of the following City staff members met on June 26, 2012, to discuss each company's bid: • Carlos DaCruz, Office Associate V, Parks and Recreation Department • Martha Torres, Warehouse Supervisor, Public Works Department The Panel recommended Austin Tupler as the lowest and best bidder for Public Works regular hours. The following prices were submitted by Austin Tupler. The following table shows the primary and secondary awards for these items. Public Works Regular Hours AUSTIN TUPLER Items Total Approx. Concrete Screening nd 3,400 $16.11 $54,774.00 Crushed Lime Rock Base Ballast Rock # 4 Pea Rock A.S.T. M. Rock# 57 66 ALLIED TRUCKING, INC. ce Total $ 18.50 $62,900.00 Commission Memorandum -ITB 10-11112 Purchase and Delivery of Rock, Soil and Sand September 12, 2012 Page 3 G? Holding, Inc., was the only bidder that submitted prices for emergency/after hours prices for Public Works Department, as noted below: Public Works Emergency Hours G7 HOLDING, INC. Approx. Unit Price Total Items Tonnage Concrete Screening Sand 3,400 $26.82 $91,188.00 Crushed Lime Rock Base 2 000 $20.45 $40,900.00 Ballast Rock # 4 600 $26.82 $16,092~ Pea Rock 600 $26.82 $16 092. A.S.T. M. Rock# 57 1 '1 00 $26.82 $29,502.00 The Panel recommended Pro-Grounds Products and Florida Superior Sand, as the lowest and best bidder for the Parks and Recreation Department. The following table shows the primary and secondary award for each item: Parks and Recreation Regular Hours nd USGA Medium Dressin 75 5 3 8 5 5 7 800 1080 Florida Superior Sand Unit Price Total Pro-Grounds Products, Inc. Unit Price Total *Florida Superior proposed J-Angle Bunker sand as an alternate material for G-Angle Bunker Sand. Therefore, the Procurement Division, at the request of the Parks and Recreation Department, instructed Florida Superior Sand, Inc., to provide a sample and specifications for J-Angle Bunker 67 Commission Memorandum-ITB 10-11/12 Purchase and Delivery of Rock, Soil and Sand September 12, 2012 Page4 Sand for evaluation. On August 2, 2012, Florida Superior Sand's sample was sent to Tifton Physical Soil Testing Laboratory, Inc., for testing and to determine if it met United States Golf Association (USGA) recommendations. The report concluded that the FSS J-Angle Bunker Sand was rated "outstanding" in the seven guidelines that the USGA recommends for selecting bunker sand. Austin Tupler. Trucking, Inc. Austin Tupler Trucking, Inc. (Austin Tupler) has been in business for 56 years and has been servicing the City on the latest contract, which has already expired. The performance evaluation submitted by the Public Works and Parks and Recreation Departments for Austin Tupler regarding their ongoing services with the City where favorable and indicated that the quality of the work performed was satisfactory. Florida Superior Sand. Inc. Florida Superior Sand, Inc., commenced operations in 1987 and has been servicing the City on the latest contract. The performance evaluation submitted by the Public Works Department was favorable and indicated that the quality of the work performed was also satisfactory. G7 Holdings, Inc. G7 Holdings, Inc. has been in business for 12 years. G? customers include Bouygues Civil Works, Balzebre Children Trust, Inc., Tech America and APS Construction. Performance evaluations received noted that their services were favorable and indicated that the quality of the work performed was satisfactory. Pro-Grounds Products, Inc Pro-Grounds Products, Inc., has been in business for the nine (9) years and has been servicing the City on the latest contract. The performance evaluation submitted by the Parks and Recreation Department for Pro-Grounds regarding their ongoing services with the City was favorable and indicated that the quality of the work performed was satisfactory. CONCLUSION: Based on the aforementioned, the Administration recommends that the Mayor and City Commission award contracts pursuant to Invitation to Bid (ITB) No. 10-11/12 for the purchase and delivery of rock, soil, and sand to the following vendors: Austin Tupler Trucking, Inc., Florida Superior Sand, Inc., G7 Holding, Inc., and Pro-Grounds Production, Inc., in the estimated annual amount $159,000. T:\AGENDA\2012\9-12-12\ITB-10-11-12 Rock Soil and Sand Memo.doc 68 APPENDIX "A" Note the following regarding Regular Prices items for Parks And Recreation : (1) Item No. 1 was no longer needed; (2) Items No.2, 19, and 26 were duplicated; (3) Items No.3 and 20 were duplicated; (4) Item No.9 was the same as item 5 for Pubic Works and was awarded to Austin Tupler which was the lowest bidder. 69