Laserfiche WebLink
with the bid submittal requirements. However, four (4) of the prospective bidders did not fully comply <br /> with the bid submittal requirements and were disqualified from further consideration. <br /> The City retained Beiswinger, Hoch & Associates ("BH&A") to serve as its engineering <br /> consultant on the Central Island Project. As part of its consulting services, BH&A was asked to review <br /> the bid responses for fact finding purposes for the City Manager. The review consisted of checking <br /> references and verifying past projects, performance evaluations, and proposed subs-contractors. This <br /> process also required verification of the bidders' unit price schedule and sufficiency of their equipment <br /> and labor. BH&A conducted a thorough and comprehensive review of these requirements. <br /> In a letter to the City dated February 14, 2008, BH&A outlined its rationale to support the City <br /> Manager's recommendation of Southeastern as the contractor for the Central Island Project.' BH&A <br /> emphasized that "the City would be best served not only by the lowest bid but by a contractor <br /> specializing in this type of work." (emphasis added). The construction of the Central Island Project <br /> involves the rebuilding of all of the streets impacted, in addition to landscaping, curb and gutter and <br /> street parking improvements. In particular, the project involves new concrete curb and gutter on all <br /> impacted streets, a ten (10) foot wide hike and bike path on 183"1 Street and North Bay Road, and Gwen <br /> Margolis Park drainage improvements. In its letter, BH&A noted that SoutheasterMspecializes in this <br /> type of project and has a history of successfully completing these projects for local towns and <br /> municipalities. <br /> In comparing the low bid of Tran versus the second lowest bid of Southeastern. BH&A noted <br /> that Tran "is basically a Construction Management type operation which subs odd mostly all of the <br /> work." BH&A also noted that Trans was late on a recent project for the City of Miami Beach and had <br /> the lowest estimated percentage of work to be completed on the project by its own forces. In contrast, <br /> BH&A noted that Southeastern would perform 70% of work on the project by its own forces. In <br /> addition, BH&A also noted that Southeastern is `more in-line with the requirements that we feel are <br /> needed to address the special needs of the [Central Island Project]". BH&A noted iticontacted various <br /> individuals within South Florida's construction industry and "[t]he consensus of our reviews leads us to <br /> recommend [Southeastern] for this project." <br /> A recommendation was made by the City Manager to award Bid No. 07-10-02 to Southeastern. <br /> On or about February 21, 2008, the City Commission, pursuant to its authority under the City Code, <br /> approved and adopted a Resolution awarding Bid No. 07-10-02 to and entering into an agreement with <br /> Southeastern for the construction of the Central Island Drainage and Streets Improvements Project in an <br /> amount not to exceed $3,635,852.02. On or about February 21, 2008, Tran filed a bid protest alleging <br /> that they should have been awarded Bid No. 07-10-02 because they were the lowest bidder in terms of <br /> dollars and cents. The protest letter is hereby attached hereto as Exhibit "B". <br /> III. Issues Presented <br /> A. The City has the authority to select the most qualified bidder under the City Code <br /> i. The City followed the competitive bidding requirements in Section 62-7 of the City Code <br /> 1A copy of the February 14, 2008, letter attached hereto as Exhibit "A". <br />