Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking Consulting Firms And Authorizing The Appropriate City Officials To Negotiate And Execute A Continuing Three (3) Year Agreement Between The Three (3) Highest Ranked Firms And The City Of Hollywood To Provide Mechanical, Electrical And Plumbing Engineering Services.
Body
Staff Recommends: Approval of the Attached Resolution.
Explanation:
The Department of Public Works, pursuant to Florida State Statute 287.055, Consultants Competitive Negotiation Act, is seeking to engage the services and enter into a continuing contract with up to three (3) qualified engineering firms to provide mechanical, electrical and plumbing engineering design services on an as needed basis for miscellaneous City projects as authorized by individual Consultant’s Authorization to Proceed for individual projects.
The City of Hollywood has buildings and other facilities in various locations throughout the City which it needs to maintain and update on a regular basis. It is expected that some projects will be designed by City Staff and the services of the selected engineering consultants would be required for those projects.
On May 8, 2014 notifications of Request for Qualifications (RFQ) Number 4422-14-RD were mailed and the RFQ was legally advertised on the City’s website as well as DemandStar.Com in accordance with the City’s Purchasing Ordinance, Section 38.42(A)(1).
RFQ-4422-14-RD was opened at 3:00 p.m. on Friday, May 30, 2014, and resulted in the following six (6) responses:
• Asphalt Paving Specialists
Hollywood, Florida
• DeRose Design Consultants, Inc.
Pompano Beach, Florida
• Norman F. Bray
Hollywood, Florida
• Project Caine, Inc.
Ft. Lauderdale, Florida
• SGM Engineering, Inc.
Deerfield Beach, Florida
• Wandover Consulting Engineers, LLC
Naples, Florida
The RFQ document’s Consultant Selection Process required an initial evaluation committee to review and score/rank the responsive proposals based upon the Initial Selection Criteria by which a minimum of three (3) firms will be shortlisted for oral interviews.
The initial evaluation of the proposals was based upon the following criteria as established in the RFQ: Past Performance, Professional experience and qualifications of personnel to be assigned to the projects, Demonstrated ability to meet time and budget requirements, Commitment to use the same personnel consistently under the contract, Location of the Consultant’s office, Similar experience - comparable in type, size and complexity, Current capability - Current and projected workloads of the firm in conjunction with the number of registered engineers, Prior mechanical, electrical and plumbing engineering experience of professional personnel with designing City facilities and knowledge of City requirements.
On June 13, 2014, the proposals were evaluated by a five (5) member committee representing the Public Works Department and the Engineering Services Division.
The proposal submitted by Asphalt Paving Specialists was declared non- responsive as they failed to submit a proposal document.
The responsive proposals received were evaluated and the scores were compiled to arrive at the following rankings, (highest score), first choice to fifth choice:
• DeRose Design Consultants 353
• Norman F. Bray 337
• SGM Engineering, Inc. 333
• Project Caine, Inc. 311
• Wandover Consulting Engineers LLC 211
After an evaluation of the RFQ responses, the Evaluation Committee recommended that the four (4) highest ranked proposers be scheduled to make an oral presentation to the Evaluation Committee.
On June 25, 2014, the four (4) highest ranked firms made oral presentations to the RFQ Evaluation Committee.
Evaluation of the oral presentations was based upon the following criteria as established in the RFQ: Knowledge of sites and local conditions, Proposed project staff functions, Overall approach and methodology, Design philosophy and concepts, Cost control and value engineering and Schedule for projects.
The oral presentations were evaluated and the scores were compiled to arrive at the following rankings, (highest score), first choice to fourth choice:
• DeRose Design Consultants 459
• Norman J. Bray 441
• Project Caine,Inc. 399
• SGM Engineering, Inc. 382
The combined scores of the initial evaluation and the oral evaluation/presentations by the Evaluation Committee resulted in the following ranking:
• DeRose Design Consultants 812
• Norman J. Bray 778
• SGM Engineering, Inc. 715
• Project Caine,Inc. 710
The Department of Public Works is seeking to engage the services and enter into a continuing contract with up to three (3) qualified engineering firms:
It is the recommendation of the Evaluation Committee to rank the three (3) highest scoring firms as follows:
1. DeRose Design Consultants
2. Norman J. Bray
3. SGM E Engineering, Inc
All three (3) firms are responsible and it is in the best interest of the City to select one or more firms as needed.
The cumulative amount of fees to be paid for services provided by each consultant under each continuing contract shall not exceed $1,000,000.00 and each contract will provide for an initial term of three (3) years with two (1) one (1) year renewal options.
Funding for the purpose of hiring the consultants will be identified on a project by project basis within the capital budget account for each project.
Award is subject to the City’s receipt and approval of all insurance certificates required by the City’s Risk Manager, and indemnity to the City, along with signed Statement of Hold Harmless and Indemnity in favor of the City.
Recommended for inclusion on the agenda by:
Cathy Swanson-Rivenbark, City Manager
Matthew Lalla, Director, Financial Services
Sylvia Glazer, Director, Public Works
Joel Wasserman, Director, Procurement Services