Hollywood FL banner
File #: R-CRA-2023-12    Version: 1 Name: Ranking of CMAR Firms
Type: CRA Resolution Status: Passed
File created: 1/31/2023 In control: Regular Community Redevelopment Agency Meeting
On agenda: 3/1/2023 Final action: 3/1/2023
Title: A Resolution Of The Hollywood, Florida Community Redevelopment Agency ("CRA"), Ranking Construction Management At Risk Firms To Provide Services (Tiered) For Capital Projects; Authorizing The Appropriate CRA Officials To Execute Phase 1 Preconstruction Agreements With Each Of The Highest Ranked Firms Based On Each Tier.
Attachments: 1. Reso - Ranking of CMAR CSA-redline.pdf, 2. BLANK - CRA - 2022-09-27 CMARPhaseIPreConstruction.pdf, 3. RFQ-005-23-GJ Ranking.pdf, 4. RFQ-005-23-GJ CMAR CSA CRA Solicitation.pdf, 5. Proposals Received.pdf, 6. State_RFQ_005_23_GJ.pdf, 7. Llorens_Contracting_RFQ-005-23-GJ.pdf, 8. Burkhardt_RFQ_005-23-GJ_-_FINAL_11.23.22.pdf, 9. MBR_RFQ_005_23_GJ - Rev1.pdf, 10. LEGO_Submission-RFQ-005-23-GJ.pdf, 11. Lebolo_Hollywood_CRA_Continuing_Services.pdf, 12. T&G_RFQ_005_23_GJ_Final.pdf, 13. Kalex - RFQ-005-23-GJ.pdf, 14. Persons_RFQ_005_23_GJ - Rev1.pdf, 15. Term Sheet - CRA- ranking CMAR firms for capial projects.pdf
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

A Resolution Of The Hollywood, Florida Community Redevelopment Agency (“CRA”), Ranking Construction Management At Risk Firms To Provide Services (Tiered) For Capital Projects; Authorizing The Appropriate CRA Officials To Execute Phase 1 Preconstruction Agreements With Each Of The Highest Ranked Firms Based On Each Tier.

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the attached Resolution.

 

 

Explanation:

It is the best interest of the Hollywood, Florida Community Redevelopment Agency (“CRA”) to enter into continuing contracts with multiple firms to provide construction management at risk services that may be required to implement future projects as identified in the beach district and downtown district five-year capital improvement plans. Services to be accomplished under these contracts will include various future unidentified projects in which the estimated individual construction cost does not exceed $4,000,000.00.

 

On October 24, 2022, Request for Qualification (“RFQ”) Number RFQ-005-23-GJ was electronically advertised on OpenGov to solicit the desired firms to provide tiered Construction Manager at Risk (“CMAR”) services. A tiered based system was chosen to provide for a broader selection of different size firms that could meet the requirements for insurance and bonding based on the construction cost of project.

 

The following tiers based on construction cost were solicited in the RFQ:

 

1.                     Tier 1 - Construction Cost - Up to $500,000

2.                     Tier 2 - Construction Cost - $500,001 - $2,000,000

3.                     Tier 3 - Construction Cost - $2,000,001 - $4,000,000

 

The RFQ resulted in Statement of Qualifications (“SOQ”) from the following nine firms by the response due date:

 

1.                     Burkhardt Construction, Inc.

2.                     Kalex Construction & Development, Inc.

3.                     Lebolo Construction Management, Inc.

4.                     LEGO Construction

5.                     Llorens Contracting, Inc

6.                     MBR Construction

7.                     Persons Services Corp.

8.                     State Contracting & Engineering Corp.

9.                     T&G Corporation dba T&G Constructors                     

 

On January 12, 2023, the Selection Committee met to evaluate and rank the SOQs based upon the following Evaluation Criteria established in the RFQ: Firm Qualifications and Experience; Organizational Profile and Project Team Qualifications; Approach to Scope of Work; Knowledge of Site and Local Conditions, References; Location of Firm’s Office and Financial Resources, and decided interviews and/or oral presentations were not necessary.

 

Based on the Evaluation Criteria, the Selection Committee ranked, and qualified firms as described below, with the highest average score dictating the highest ranked, for each of the three tiers:

 

A.                     Tier 1 (two firms qualified out of four submissions for this tier):

 

1.                     State Contracting & Engineering Corp.                                          94

2.                     Llorens Contracting, Inc                                                                                                         78

                                                                                                                              

B.                     Tier 2 (five firms qualified out of seven submissions for this tier):

 

1.                     Burkhardt Construction, Inc.                                                                                    96

2.                     State Contracting & Engineering Corporation                     95

3.                     MBR Construction                                                                                                                              88

4.                     LEGO Construction                                                                                                         87

5.                     Lebolo Construction Management, Inc.                                          86

                                                               

C.                     Tier 3 (six firms qualified out of seven submissions for this tier):

 

1.                     Burkhardt Construction, Inc.                                                                                    98

2.                     State Contracting & Engineering Corporation                     95

3.                     LEGO Construction                                                                                                         86

4.                     MBR Construction                                                                                                                              86

5.                     Lebolo Construction Management, Inc.                                          84                                          

6.                     T&G Corporation dba T&G Constructors                                          83

                                                               

Consulting services for specific projects will be requested on an “as needed - when needed” basis and the initial term for the agreements will be for three years with the option to renew the contract for two subsequent one-year terms based on satisfactory performance and mutual agreement.

 

The selected firms will be required to execute Phase I Preconstruction Agreements and the parties will negotiate Phase II Construction Agreements when retained for the specific project which will be considered by the Board at a later date.

 

The Executive Director of the CRA recommends that the CRA Board authorize the appropriate CRA officials to execute Phase 1 Preconstruction Agreements with each of the recommended highest-ranked firms to provide CMAR services as stated above.

 

 

Fiscal Impact:

There is no fiscal impact associated with this item.  Funding for each agreement will be appropriated through the approved project for which each firm is selected.

 

Recommended for inclusion on the agenda by:

Jorge Camejo, CRA Executive Director