Hollywood FL banner
File #: R-2024-148    Version: 1 Name: DCM - HB Clubhouse CMAR
Type: Resolution Status: Agenda Ready
File created: 4/17/2024 In control: Department of Design & Construction Management
On agenda: 5/1/2024 Final action: 5/1/2024
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving The Final Ranking For Construction Management At Risk Services Firms; Authorizing The Appropriate City Officials To Negotiate A Phase I Preconstruction Services Agreement with The Highest-Ranked Firm, State Contracting & Engineering Corporation, To Provide Construction Management At Risk Services For The Hollywood Beach Clubhouse/Community Center Project, A General Obligation Bond Project.
Attachments: 1. Reso CMAR HBGC- STATE.pdf, 2. RFP-171-24-WV CMAR Services for the Hollywood Beach Clubhouse-Community Center Project.pdf, 3. COH_Clubhouse_SCEC.pdf, 4. TG_Constructors_City_of_Hollywood_Beach_Clubhouse_Community_Center.pdf, 5. Oral Presentation Final Scores - RFP-171-24-WV.pdf, 6. Notice of Intent to Award (RFP-171-24-WV) .pdf, 7. 24-25 COI City of Hollywood.pdf, 8. State Contracting SunBiz.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving The Final Ranking For Construction Management At Risk Services Firms; Authorizing The Appropriate City Officials To Negotiate A Phase I Preconstruction Services Agreement with The Highest-Ranked Firm, State Contracting & Engineering Corporation, To Provide Construction Management At Risk Services For The Hollywood Beach Clubhouse/Community Center Project, A General Obligation Bond Project.

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the attached Resolution.

 

 

Explanation:

The Hollywood Beach Golf Course Clubhouse, a General Obligation Bond project, is in the final permitting phase and ready to begin construction activities. Given the specialty and blended scope of skillsets required to complete the entire scope of this project, the City procured the vertical construction, such as clubhouse, cart barns, bathrooms, maintenance building, and other miscellaneous scopes separately from the Golf Course Construction.

 

The Department of Design and Construction Management (“DCM”) in collaboration with Parks, Recreation and Cultural Arts and Procurement worked together to solicit the services of experienced Construction Management at Risk firms to provide these services for the project.

 

The City, through its Office of Procurement and Contract Compliance (“Procurement”), published, on February 7, 2024, a Request for Proposals for Construction Management at Risk (“CMAR”) firms.

 

On March 12, 2024, two firms submitted statements of qualifications:

 

1.                     State Contracting & Engineering Corporation

2.                     T&G Constructors

 

A selection committee including the Architectural Support Services Manager of DCM, the Assistant Director of Parks, Recreation and Cultural Arts, the Director of Parks, Recreation and Cultural Arts, and the Deputy Director of DCM as voting members and the chair of the General Obligation Bond Advisory Committee, the Director of DCM and Senior Purchasing Agent of Procurement as non-voting members were assigned with the task of evaluating and ranking the proposals.

 

Proposers were invited to provide oral presentations to present their qualifications to the selection committee. Oral presentations evaluation process resulted in the following final rankings:

 

1.                     State Contracting & Engineering Corporation Ranked #1 (5 Points)

2.                     T&G Constructors                     Ranked #2 (7 Points)

 

DCM and Procurement recommend that the City Commission authorize the appropriate City officials to negotiate the CMAR Services Phase I, Pre-Construction Agreement with State Contracting and Engineering Corporation, the highest-ranked firm.

 

Upon negotiating the Phase I Pre-Construction Services Agreement with the highest -ranked firm, if the contract amount falls within the City Manager’s authority pursuant to Section 38.38 of the Procurement Code, the City Manager will execute the agreement; however, if the contract amount exceeds his authority, the agreement will be brought back to the City Commission for consideration.

 

After execution of the Phase I Pre-Construction Services Agreement, the parties will negotiate the Phase II Construction Services Agreement for consideration by the City Commission at a later date.

 

 

Fiscal Impact:

Funding for this project was included in the amended FY 2024 Capital Improvement Plan, and is available in account numbers 333.309901.57200.531210.001194.000.000, 333.309901.57200.563010.001194.000.000, and 337.309901.57200.531210.001194.000.000.

 

 

Recommended for inclusion on the agenda by:

Otis Thomas, Interim Director of Financial Services for Procurement

Jose Cortes, Director, Design and Construction Management

Gus Zambrano, AICP, Assistant City Manager/Sustainable Development