Loading...
2002-25068 Reso RESOLUTION NO. 2002-25068 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE AWARD A CONTRACT TO R. L. SAUM CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF 53,269,000, PURSUANT TO BID NO. 70-01/02, FOR THE CONSTRUCTION OF THE BEACHW ALK BICYCLEIPEDESTRlAN TRAIL PROJECT FROM 21sT STREET TO LUMMUS PARK, AND APPROPRIATING $3,704,000 FROM REDEVELOPMENT AGENCY SERIES 96B TAX INCREMENT BOND FUND NO. 365, TO PROVIDE THE REQUIRED CONSTRUCTION, PROJECT ADMINISTRATION AND CONTINGENCY FUNDING FOR THE BEACHW ALK PROJECT. WHEREAS, the BeachwaIk will be a multi-purpose public access trail, which will wind its way along the western edge of the sand dune, from the southern end of the existing boardwalk at 211t Street south to the northern end of Lummus Park; and WHEREAS, the trail will be a brick-paved, fifteen-foot wide, on-grade pathway with pedestrian scale lighting, low coral rock accent walls and mosaic paverstone plazas at the public beach accesses and street-ends; and WHEREAS, the oyergrown and nuisance exotic vegetation growing along the dune area will be remoYed and replaced with irrigated, native landscape plantings and coconut palm shade canopy areas; and WHEREAS, the project plans were finalized and the required Coastal Construction Permit from the Florida Department of Environmental Protection (FDEP) was approved in the fallof1997; and WHEREAS, deyelopment of the project was subsequently delayed by the owners of an adjacent property, who pursued a legal challenge in an attempt to block the issuance of the notice to proceed by the State and the deyelopment of the project by the City; and WHEREAS, in October 2001, the Florida District Court of Appeals issued a third favorable ruling, which upheld the City's position relative to proceeding with the BeachwaIk project, strongly affinned the FDEP's determination of the environmental appropriateness of the project and directed the FDEP to issue the Notice to Proceed; and WHEREAS, Invitation to Bid No. 70-01/02 (the "Bid'') for construction of the project was issued on September 3, 2002; and WHEREAS, the bid requirements included providing all labor, materials and equipment necessary to construct the BeachwaIk Project in accordance with the project plans and specifications; and WHEREAS, the bids received pursuant to Bid No. 70-01/02 were opened on October 24, 2002; and WHEREAS, a total of five (5) bids were received from the following contractors: R L. Saum Construction Co., PRM Engineering and Contracting, Inc., Regosa Engineering, Inc., Engineering Controls Systems Corporation, and Carnon Construction Company; and WHEREAS, City staff and the City's consultant, Coastal Systems International, Inc. evaluated the bids and the low bidders' references, in accordance with the criteria in City Code, Section 2- 369; and WHEREAS, RL. Saum ConstIUction Co. was the low bidder with the Total Bid Price of $3,269,000; and WHEREAS, RL. Saum Construction Co. completed a similar project for the Village of Bal Harbour in 2000, and was highly recommended by the Village and other references; and WHEREAS, based on the evaluation of the five (5) bids conducted by City staff and the City's consultant, Coastal Systems International, Inc., the Administration has determined that R.L. Saum Construction Co. is the lowest and best bidder and recommends that the City Commission, approye the award of a contract in the total amount of $3,269,000, for the constIUction of the BeachwaIk Project. WHEREAS, the necessary funds are ayailable from the Redevelopment Agency Series 96B Tax Increment Bond Fund No. 365, which were specificaIly allocated for this Project; and NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission of the City of Miami Beach, Florida, that the award of a contract to R. L. Saum Construction Company, Inc., in the amount of $3,269,000, pursuant to Bid No. 70-01/02, and " the appropriation of $3,704,000 from Redevelopment Agency Series 96b Tax Increment Bond Fund No. 365, to provide the required construction, project administration and contingency funding for the constIUction of the BeachwaIk Project, is hereby approved. PASSED and ADOPTED this ~ day ofNoyember 2002. ATIEST: ~S~ r CITY CLERK- APPROVED A810 FORM&LANGUAGI & FOREXECUT1QN ~~f.I-S-O'" CIr -'r61fA DIll CITY OF MIAMI BEACH COMMISSION ITEM SUMMARY m ""iiiiiiiiiF Condensed Title: A resolution approving the award of a contract to R L. Saum Construction Company, Inc., in the amount of $3,269,000, pursuant to Bid No. 70-01/02, for the construction of the Beachwalk project from 21st St. to Lummus Park, and appropriating $3,704,000 from Redevelopment Agency Series 96b Tax Increment Bond Fund No. 365 to rovide the re uired fundin for the ro'ect. Issue: Shall the City Commission approve the award of a contract to RL. Saum Construction Company, Inc. in the amount of $3 269 000? Item Summary/Recommendation: The Beachwalk will be a multi-purpose public access trail, which will wind its way along the western edge of the sand dune, from the southern end of the existing boardwalk at 21 st Street south to the northern end of Lummus Park. The trail will be a brick-paved, fifteen-foot wide, on-grade pathway with pedestrian scale lighting, low coral rock accent walls, native landscape plantings, coconut palm shade canopy areas and mosaic paverstone plazas at the public beach accesses and street-ends. The project plans and required Coastal Construction Permit from the Florida Department of Environmental Protection (FDEP) were approved in late 1997. Construction subsequently delayed by the owners of the Richmond Hotel, who pursued a legal challenge in an attempt to block the development of the project. In October 2001, the Florida District Court of Appeals issued a third favorable ruling upholding the City's position. Five (5) bids were submitted from the following contractors: R L. Saum Construction Co., PRM Engineering and Contracting, Inc., Regosa Engineering, Inc., Engineering Controls Systems Corporation, and Camon Construction Company. City staff and the City's consultant, CSI evaluated the bids and the low bidder's references. RL. Saum Construction Co. was the low bidder with the Total Bid Price of $3,269,000. RL. Saum Construction Co. completed a similar project for the Village of Bal Harbour in 2000, and has been highly recommended by the Village and CSI. Construction is expected to begin in early December 2002 and be completed by August 2003. The construction will be phased by block and will be subject to "black-out days. to avoid conflicts with special events. Beach access will be maintained throughout the project. Once the Contractor is on board, meetings will be held with the adjacent property owners to advise of them of the schedule and to discuss further impact mitigation measures. The Administration has determined that R.L. Saum Construction Co. is the lowest and best bidder and recommends that the City Commission, approve the award of a contract for the total amount of $3,269,000, for the construction of the Beachwalk Project, plus $326,900 for contingency and $108,100 for project administration for a total of 3,704,000. Flnanclallnfonnatlon' Source of Amount Account Approved Funds: $3,704,000 Redevelopment Agency {/b 1 Series 96b Tax Increment Bond Fund No. 365 Total $3,704,000 City Clerk'. OffIce Legislative Tracking: I Fred Beckmann #'7A- 1/-13-02. DATE CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 www.ci.miami-beach.fl.us COMMISSION MEMORANDUM To: Mayor David Denner and Date: November 13, 2002 Members of the City Commission ~~m O~ A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, APPROVING THE AWARD OF A CONTRACT TO R. L. SAUM CONSTRUCTION COMPANY, INC., IN THE AMOUNT OF $3,269,000, PURSUANT TO BID NO. 70-01/02, FOR THE CONSTRUCTION OF THE BEACHWALK BICYCLE/PEDESTRIAN TRAIL PROJECT FROM 21sT STREET TO LUMMUS PARK, AND APPROPRIATING $3,704,000 FROM THE REDEVELOPMENT AGENCY SERIES 96B TAX INCREMENT BOND FUND NO. 365, TO PROVIDE THE REQUIRED CONSTRUCTION, PROJECT ADMINISTRATION AND CONTINGENCY FUNDING FOR THE BEACHWALK PROJECT. From: Subject: ADMINISTRATION RECOMMENDATION Adopt the Resolution. ~ The Beachwalk will be a multi-purpose public access trail, which will wind its way along the western edge of the sand dune, from the southern end of the existing boardwalk at 21st Street south to the northern end of Lummus Park. The trail will be a brick-paved, fifteen- foot wide, on-grade pathway with pedestrian scale lighting, low coral rock accent walls and mosaic paverstone plazas at the public beach accesses and street-ends. In addition, the overgrown and nuisance exotic vegetation growing along the dune area will be removed and replaced with irrigated, native landscape plantings and coconut palm shade canopy areas (See Attachments A and B). The project plans were finalized and the required Coastal Construction Permit from the Florida Department of Environmental Protection (FDEP) was approved in the fall of 1997. Development of the project was subsequently delayed by the owners of the Richmond Hotel, who pursued a legal challenge in an attempt to block the issuance of the notice to proceed by the State and the development of the project by the City. In October 2001, the Florida District Court of Appeals issued a third favorable ruling upholding the City's position relative to proceeding with the Beachwalk project. The ruling strongly affirmed the FDEP's determination of the environmental appropriateness of the proposed Project and directed the FDEP to issue the Notice to Proceed pursuant to the City's approved Coastal Construction Permit. Following this final ruling, FDEP issued a Notice to Proceed and required the submission of updated topographic survey and vegetative mapping to reflect the changes in existing conditions that had occurred during the delay period. On January 30,2002, the Redevelopment Agency adopted a Resolution authorizing a third amendment to the Coastal Systems International, Inc. contract to update the plans and specifications for the Project. Coastal Systems Intemational, Inc. finished updating the plans and specifications in August 2002 and Invitation to Bid No. 70-01/02 (the "Bid"), for construction of the project was issued on September 3, 2002. The bid requirements included providing all labor, materials and equipment necessary to construct the Beachwalk Project in accordance with the project plans and specifications. The Bid also requires the Contractor to be substantially completed with the work within one hundred and eighty (180) calendar days, and the entire work will be completed within two hundred and forty (240) calendar days after the issuance ofthe Notice to Proceed. The Contractor will also be required to provide Performance and Payment Bonds each in the amount of one hundred percent (100%) of the contract price. A non-Mandatory Pre-Bid Conference was held on September 17, 2002. Several Requests for Information (RFI) were received from prospective bidders, and as a result, two (2) Addendums were issued. The bids received pursuant to Bid No. 70-01/02 were opened on October 24,2002. The Bid resulted in the receipt of a total of five (5) bids from the following contractors: R. L. Saum Construction Co., PRM Engineering and Contracting, Inc., Regosa Engineering, Inc., Engineering Controls Systems Corporation, and Camon Construction Company. BID TABULATION R.L. Saum Engineering Camon VENDOR Construction PRM Engineering Regosa Control Construction Company and Contracting Engineering Systems Corp. Company Total Bid Price $3,269,000 $3,308,720 $3,350,000 $3,477,000 $3,921,000 Pursuant to City Code, Section 2-369, entitled Award of Contract, the contract award shall be made to the lowest and best bidder. In determining the lowest and best bidder, in addition to price, there shall be consideration for the following: (1 ) (2) (3) (4) (5) The ability, capacity and skill of the bidder to perform the contract. Whether the bidder can perform the contract within the time specified, without delay or interference. The character, integrity, reputation, judgment, experience and efficiency of the bidder. The quality of performance of previous contracts. The previous and existing compliance by the bidder with laws and ordinances relating to the contract. The Administration and the City's consultant, Coastal Systems International, Inc. have evaluated the bids using the above criteria and the low bidders' references. RL. Saum Construction Co. was the low bidder with the Total Bid Price of $3,269,000. The reference check information obtained indicates that R L. Saum Construction Co. provides quality work, and completes jobs within the required completion dates. The following reference quotes were secured by the Procurement staff, on the qualifications of R L. Saum Construction Co.; "Very responsible company and well organized" - Marcus Caine, Miami- Dade Housing Agency, "We were very satisfied with the quality and performance of their work" - William Halbruegge, South Florida Water Management District, "Great Contractor, met the budget and provide excellent quality of work" - Jesus Valderrama, State of Florida Department of Transportation. RL. Saum Construction Co. completed a similar project for the Village of Bal Harbour in 2000, and has also been highly recommended by the Village. The Dun and Bradstreet report obtained for R L. Saum Construction Co. reveals that the company is wholly owned by its president, Robert L. Suam, has been in business as a General Contractor since 1975, is based in the City of Miami, has a financial condition rating of fair, and has a clear business history with no record of business related suits, liens, judgments or bankruptcies. Construction is expected to begin in mid-December 2002, with the most invasive portion (ground clearing and grubbing) expected to take 4-6 weeks. The subsequent landscaping, paving and irrigation won't be as disruptive and most of the work will occur in the relatively unused area behind the dunes. The construction will be phased by block, with notice to be provided to all fronting property owners. The construction activities are also subject to "black-out days" to avoid conflicts with special events such as Art Basel. Beach access will be maintained throughout the project. Once the Contractor is on board, meetings will be held with the adjacent property owners to advise them of the schedule and to discuss any other impact mitigation measures they feel might be necessary. The necessary funds are available from the Redevelopment Agency Series 96B Tax Increment Bond Fund No. 365, which were specifically allocated for this Project. CONCLUSIQN: Therefore, based on the above information and pursuant to the evaluation of the five (5) bids conducted by City staff and the City's consultant, Coastal Systems International, Inc., the Administration has determined that RL. Saum Construction Co. is the lowest and best bidder and recommends that the City Commission approve the award of a contract in the amount of $3,269,000, and appropriate $3,704,000 from the Redevelopment Agency Series 96b Tax Increment Bond Fund No. 365, to provide $108,100 (3%) for project administration, $326,900 (10%) for a contingency allowance, and $3,269,000 for the construction of the Beachwalk Project. JMGIRCMlFHBlTW/GUKBIBH T:lAGENDA\2OO2\NOVEMBER 13\REGULAR\BEACHWALK.COM c: o :g Q) C/) .l: 1:: o <C ~ .... c: Z ell W a:: ~ a; J: ::J ~ C. S ~ () ~ ; -5 ell Q) CD . :1; f . I 1 . ... ... . . . .4 . . -;.. , I . -- . ..\ . I I 1iI&OH MIOllWl I 1-1- -+- - - - - -.-L! I J I 'D.lGII OW'WG , .-~-- - I I J,IIKQ" ~. 1NlIOWl.. I J It I ---.-.of I ------/~:..-:-~~~ I J' _ _ J --- - _ _ ___ _ _ -', ----- ~ , '. I I lU~~~ III -I----~.... .)", I g ..."', ""~ " ~~... 'I , ",,~ I~... ""j I' I ..... I . ...~-.;~ ,................, -(Cllw~ "'::7 I....... --'to " " ... " /' / r~~~__~j ,// ~~7/ '/ I , I' it i , ~*I :.,~ . " c: ..... ....~. ~ . en :6 ::s 0 In en l- I . c: Z as ." w ii: ::::liE (ij I J: 0 ~ <C ! S ~ c: .. 0 (,) ~ ~ ~ () as Q) co ~....~ -.........,-----... , J I I ~ __ .-==-_ : .J I 10.,... 0:>>0 , 1 (NOlI .-, - -..- - - - - - ------1 I ' / I I ~-.- I. ( ".!o. oan 10 J I r _ _ ' ---- --'"/ I - - - -- I "'.OM 1MOIl.-. f f " _ _ __ _ _......--4 r