Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving The Final Ranking For Design-Build Firms; Authorizing The Appropriate City Officials To Negotiate A Phase I Design-Build Services Agreement With The Highest-Ranked Firm, Finfrock Construction, LLC, To Provide Design-Build Services For The Harrison Street Parking Garage Project, A Capital Improvement Project; Further Authorizing The Appropriate City Officials To Execute A Phase I Design-Build Services Agreement With The Highest-Ranked Firm, Finfrock Construction, LLC.
Strategic Plan Focus
Infrastructure & Facilities
Body
Staff Recommends: Approval of the attached Resolution
Explanation:
After the City’s acquisition of the site for the construction of the new Harrison Street Parking Garage, a Capital Improvement project, the City is ready to begin design and construction activities for this project.
The Department of Design and Construction Management (“DCM”) in collaboration with the Office of Parking and Code Compliance (“Parking”) and the Office of Procurement and Contract Compliance (“Procurement”), worked together to solicit the services of an experienced Design-Build firm to provide these services for the project.
On July 2, 2025, the City advertised a Request for Qualifications for Design-Build (“DB”) firms.
On August 5, 2025, seven firms submitted statements of qualification packages:
1. Finfrock Construction, LLC
2. Florida Lemark Corporation
3. GC Construction, Inc
4. Gulf Building LLC
5. Kaufman Lynn Construction, Inc
6. KVC Constructors, Inc.
7. Stiles Corporation (dba Stiles Construction)
A Selection Committee including the Construction Support Services Manager of DCM, the Parking Operations Manager, the Project Manager of the CRA as voting members and Program Manager of DCM as non-voting member were assigned with the task of evaluating and ranking the proposals.
On August 20, 2025, the Selection Committee met in a publicly advertised meeting to evaluate and rank the submittals based on the approved Evaluation Criteria established in the RFQ: Firm Qualifications and Experience; Organizational Profile and Design-Build Team Qualifications; Approach to Scope of Work, Knowledge of Site and Local Conditions, References and Financial Resources.
Based on the Evaluation Criteria, the Selection Committee evaluated the seven proposals and the scores were compiled to arrive at the following rankings, with the highest score being the highest ranked:
1. Kaufman Lynn Construction, Inc 97.33 points
2. Finfrock Construction, LLC 97 points
3. KVC Constructors, Inc. 95.67 points
4. Stiles Corporation 92.67 points
5. Gulf Building, LLC 91.33 points
6. Florida Lemark Corporation 83.67 points
7. GC Construction and Consulting Services, LLC 66.33 points
The top three ranked firms were shortlisted and invited to provide oral presentations for further consideration by the Selection Committee in its evaluation and ranking of the firms.
On September 10, 2025, oral presentations were provided by the three shortlisted firms, followed by a public Selection Committee meeting during which the Selection Committee ranked the shortlisted firms. The oral presentations by the firms resulted in the following final ranking:
1. Finfrock Construction, LLC Ranked #1 (4 points)
2. Kaufman Lynn Ranked #2 (5 points)
3. KVC Constructors Ranked #3 (9 points)
DCM and Procurement recommend that the City Commission authorize the appropriate City officials to negotiate and execute a Phase I DB Services Agreement with Finfrock Construction, LLC (“Finfrock”), the highest-ranked firm.
After execution of the Phase I Design-Build Services Agreement, the parties will negotiate the Phase II Design-Build Services Agreement for consideration by the City Commission at a later date.
Fiscal Impact:
Funding for this project was included in the amended FY 2026 Capital Improvement Plan and is available in account number 446.159901.54500.563013.001948.000.000.
The contract cost is unknown until negotiations are finalized and required funding will be determined at that time.
Recommended for inclusion on the agenda by:
Otis Thomas, Director, Procurement & Contract Compliance
Elisa Iglesias, Deputy Director, Design and Construction Management
Raelin Storey, Assistant City Manager