Hollywood FL banner
File #: R-2024-234    Version: 1 Name: DCM: Beverly Park CEI Contract (RJ Behar)
Type: Resolution Status: Agenda Ready
File created: 6/6/2024 In control: Department of Design & Construction Management
On agenda: 7/3/2024 Final action:
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Professional Services Agreement For Construction Engineering Inspection Services With R.J. Behar And Company, Inc. For The Beverly Park Sidewalk And ADA Compliance Project, In An Amount Up To $331,723.20.
Attachments: 1. Resolution CEI Consultant Agreement Beverly Park pr-le.pdf, 2. Professional Services Contract Beverly Park.pdf, 3. Proposal for CEI Serv. Hollywood Beverly Park_Rev2.pdf, 4. 03- 443944.1_Const & CEI LAP_Agreement_..pdf, 5. 04-RFQ-136-24-WV CEI Services for Beverly Park Sidewalk Network.pdf, 6. COI RJ Behar City of Hollywood - Beverly Park.pdf, 7. R-2017-323.pdf, 8. R-2022-104.pdf, 9. R-2022-353.pdf, 10. R-2024-006.pdf, 11. Term Sheet -RJ Behar and Co., Inc. - Beverly Park Sidewalk and ADA Compliance Project - GENERAL.pdf
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Professional Services Agreement For Construction Engineering Inspection Services With R.J. Behar And Company, Inc. For The Beverly Park Sidewalk And ADA Compliance Project, In An Amount Up To $331,723.20.

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the attached Resolution.

 

 

Explanation:

The City of Hollywood seeks to complete the Citywide sidewalk network to improve pedestrian safety and alternative modes of transportation. Grant funding for new sidewalk construction can be secured under the Broward County Planning Organization Complete Streets and other Localized Initiatives program.

 

On November 1, 2017, the City Commission approved Resolution R-2017-323, supporting the Complete Streets and other Localized Initiatives Program (“CSLIP”) grant application to the Broward Metropolitan Planning Organization (“MPO”) for the Beverly Park Sidewalk and ADA Compliance Project, and the Hollywood Beach Heights and Hollywood Country Estates Sidewalk, ADA, and North 58th Avenue Sharrow Installation Project.

The Broward MPO issued an award letter for the projects dated January 22, 2019, which was included in the Florida Department of Transportation (“FDOT”) five-year work program for construction in FY-2024.

 

On April 20, 2022, the City Commission passed and adopted Resolution No. R-2022-104, approving and authorizing the appropriate City officials to execute Local Agency Program (“LAP”) Agreements in order to receive reimbursement funds for the design of the Beverly Park Sidewalk Project.

 

After conducting Consultant Selection, on December 7, 2022, the City Commission passed and adopted Resolution No. R-2022-353 approving and authorizing appropriate City officials to execute a Professional Services Agreement with Kimley Horn and Associates, Inc. (“KHA”) for the design and permitting of the Beverly Park Sidewalks project in an amount up to $531,541.00.

 

 

On January 17, 2024, the City Commission passed and adopted Resolution No. 2024-006, approving and authorizing the appropriate City officials to accept and execute Beverly Park Sidewalks LAP Agreements for construction and construction engineering inspection in the amounts of $2,365,253.00 and $331,978.00.

 

City staff followed the requirements set forth in Section 287.055 Florida Statutes, entitled “Consultants Competitive Negotiation Act” (“CCNA”) and the City’s Procurement Code to obtain the services of Construction Engineering Inspection engineering consultants for this project. On October 26, 2023, the City advertised on www.OpenGov.com <http://www.OpenGov.com> Request for Qualifications No. RFQ- 136-24-WV for Construction Engineering Inspection Services for Beverly Park Sidewalk Network.

 

On November 16, 2023, the Office of the City Clerk and the Department of Design and Construction Management (“DCM”) received Statement of Qualifications packages from the following four firms:

 

                     AE Engineering, Inc.

                     Johnson, Mirmiran & Thompson

                     RJ Behar and Company, Inc.

                     Tectonic Group International, LLC.

 

A Selection Committee, comprised of City staff, was assembled, approved by and working under the guidance of the Procurement Division, and made up of a Project Manager from the Public Utilities Department, as well as a Construction Management Field Services Manager and an Engineering Support Services Manager from DCM. On November 28, 2023, the Selection Committee met in a  publicly advertised meeting to evaluate Statements of Qualifications based on the selection criteria published in the RFQ.

 

The Selection Committee completed the selection evaluation ranking the firms as follows:

 

1.                     R. J. Behar & Company, Inc.

2.                     AE Engineering, Inc.

3.                     Johnson, Mirmiran & Thompson. Inc.

4.                     Tectonic Group International, LLC.

 

The RFQ, consultant responses, and Selection Committee rankings were submitted to the FDOT for their concurrence and approval to conduct and finalize contract negotiations with the top-ranked firm.  A Notice of Intent to Rank was posted on November 28, 2023, and no protests were received.

 

On June 5, 2024, the City Commission passed and adopted Resolution R-2024-164, approving the final ranking and authorizing appropriate City officials to negotiate a contract with the highest-ranked firm, R.J. Behar & Company, Inc. (“RJ Behar”) for the Construction Engineering Inspection services for Beverly Park Sidewalk and ADA Compliance Project.

 

The Department of Design and Construction Management (“DCM”) negotiated a scope and fee with R.J. Behar, the top-ranked firm, in an amount up to $331,716.55 in accordance with FDOT LAP guidelines. Staff has determined, and FDOT has concurred, the scope and fee to be fair and reasonable.

 

 

Fiscal Impact:

Funding for this project was included in the amended FY 2024 Capital Improvement Plan and is available in account numbers 117.179901.54100.563010.001463.000.000 and 334.179901.51900.563010.001463.000.000.

 

 

Recommended for inclusion on the agenda by:

Jose Cortes, Director, Department of Design and Construction Services.

Gus Zambrano, AICP, Assistant City Manager/Sustainable Development