Skip to main content
Hollywood FL banner
File #: R-2021-170    Version: 1 Name: DCM Second Floor Library Build Out
Type: Resolution Status: Passed
File created: 6/14/2021 In control: Department of Design & Construction Management
On agenda: 7/7/2021 Final action: 7/7/2021
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking Construction Management At Risk Firms And Authorizing The Appropriate City Officials To Negotiate Phase I Preconstruction Services With The Highest Ranked Firm, Kaufman Lynn Construction, Inc. To Provide Construction Management At Risk Services For The Second Floor Library Build-Out And Miscellaneous City Hall And Site Work Project, A Capital Improvement Project.
Attachments: 1. Resolution to Rank CMAR for 2nd floor Library (FINAL), 2. RFQ Packet - CMAR Construction Services Contract Only, 3. RFQ Packet - CMAR Precon Services Contract Only, 4. Final Score Sheet, 5. Packet_for_Bid_RFQ-4669-21-DCM Final, 6. Notice of Intent to Award RFQ-4669-21-DCM, 7. Kaufman Lynn Construction, Inc, 8. DPR Construction, A General Partnership, 9. Skanska USA Building Inc, 10. TermSheetRankingFirmsNegotiateContractKaufmanLynn2ndFlLibrary.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking Construction Management At Risk Firms And Authorizing The Appropriate City Officials To Negotiate Phase I Preconstruction Services With The Highest Ranked Firm, Kaufman Lynn Construction, Inc. To Provide Construction Management At Risk Services For The Second Floor Library Build-Out And Miscellaneous City Hall And Site Work Project, A Capital Improvement Project.

 

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the Attached Resolution.

 

 

Explanation:

On May 14, 2002, officials from the City of Hollywood and Broward County executed an Interlocal Agreement and Ground Lease, and subsequently executed amendments to the agreements to address parking and the construction of a shell space for the second floor of the library to be utilized by the City.

 

The Department of Development Services has been undergoing changes to improve efficiency and customer service, and is processing a record number of building permits reflecting renewed investment in the City by residents, developers and businesses.

 

Synalovski Romanik Saye, LLC is providing Architectural Design Services to complete the second floor library office build-out project.

 

The City has followed the procedures set forth in Section 255.20 of Florida Statutes, Section 287.055, entitled “Consultants’ Competitive Negotiation Act” (“CCNA”) and the City’s Procurement Code to advertise for Statements of Qualifications for Construction Management at Risk services.  The City advertised a Request for Qualifications to provide Construction Management at Risk services on Bidsync on April 13, 2021, with the Request for Qualifications attached, and provided a scope of the project and selection criteria to be used for ranking the responses.

 

Statements of Qualifications were received on May 17, 2021 from the following six firms:

1.                     State Contracting & Engineering Corporation

2.                     Gilbane Building Company

3.                     Skanska USA Building Inc.

4.                     Kaufman Lynn Construction, Inc.

5.                     DPR Construction, A General Partnership

6.                     Wharton-Smith, Inc.

 

Upon review of the Statement of Qualifications, the firms were ranked based upon specific selection criteria provided in the Request for Qualifications.  A Selection Committee was established of in-house professionals consisting of the DCM ESS Manager, DCM Project Manager, the Planning Administrator, the Permit Services Manager, and the Code Compliance Manager.  The Selection Committee met in a publicly advertised meeting to evaluate the Statements of Qualifications and to determine which firms would be invited to present their qualifications at oral interviews for further consideration, if any. 

 

The Request for Qualifications and Section 287.055(4)(b) of Florida Statutes require that a minimum of three firms be selected for the shortlist.  Upon review of the Statements of Qualifications, the Selection Committee evaluated the firms based on the selection criteria published in the RFQ, and decided interviews and/or oral presentations were not necessary; therefore, the Selection Committee completed the initial selection evaluation and ranked the firms. It is the recommendation of the Selection Committee to rank the three firms in the following order for consideration, with the highest average score indicating the highest ranking, per the Score Sheet:

 

1.                     Kaufman Lynn Construction, Inc.                                                               99 Points

2.                     DPR Construction, A General Partnership                                          92 Points

3.                     Skanska USA Building Inc.                                                                                    86 Points

 

The Department of Design and Construction Management recommends that the City Commission authorize the appropriate City officials to negotiate the Construction Manager at Risk agreements, as included in the Request for Qualifications package as attached, with the highest ranked consultant to provide Construction Manager at Risk services as set forth above.  If the City cannot reach an agreement with the top ranked firm, then negotiations will be terminated and the City will reach out to the next 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 contract, if the contract amount exceeds his authority, the contract will be brought back to the City Commission for consideration at a later date.

 

 

Fiscal Impact:

Funding for this project was included in the amended FY 2021 Capital Improvement Plan, and is available in account number 334.149901.51900.563010.001285.000.000.

 

The fiscal impact of the agreement will be determined once negotiations with the qualified firm(s) have been completed. If the negotiated contract amount exceeds $100,000 the contract will be brought back to the City Commission for approval.

 

 

Recommended for inclusion on the agenda by:

Steve Stewart, Assistant Director for Procurement, Financial Services

Shiv Newaldass, Director, Development Services

Jose Cortes, Director, Design and Construction Management

Gus Zambrano, Assistant City Manager/Sustainable Development