Skip to main content
Hollywood FL banner
File #: R-2015-042    Version: 1 Name: Architectural Design Services
Type: Resolution Status: Passed
File created: 1/27/2015 In control: Department of Public Works
On agenda: 2/18/2015 Final action: 2/18/2015
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, 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 Architectural Design Services.
Attachments: 1. resArchitecturalDesignServices RFQ-4436-14-RD.pdf, 2. Oral Presentations & Final EVALUATION MATRIX RFQ-4436-14-RD.pdf, 3. RFQ Saltz.pdf, 4. RFQ Synalovski Romanik Saye RFQ-4436-14-RD.pdf, 5. RFQ Bermello Ajamil & Partners RFQ-4436-14-RD.pdf, 6. RFQ Acai RFQ-4436-14-RD.pdf, 7. RFQ Singer Architects RFQ-4436-14-RD.pdf, 8. RFQ-4436-14-RD Architectural Design Services.pdf, 9. Addendum 1 RFQ-4436-14-RD.pdf, 10. Term Sheet - Architectural Design Services.pdf, 11. BIS15092.pdf
Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, 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 Architectural Design 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 architectural design firms to provide architectural design services on an as needed basis for miscellaneous City projects as authorized by a 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 and it is expected that some projects will require the services of the selected architectural design consultants.
 
On October 13, 2014, Request for Qualifications (RFQ) Number 4436-14-RD was electronically advertised via BidSync in accordance with the City's Purchasing Ordinance, Section 38.42(A).
 
RFQ-4436-14-RD was opened at 3:00 p.m. on November 6, 2014, and resulted in the following ten (10) responses:
 
             Acai Associates, Inc.
            Fort Lauderdale, FL
 
            BEA Architects, Inc.
            Miami, FL
 
            Bermello Ajamil & Partners
            Fort Lauderdale, FL
 
            CPZ Architects, Inc.
            Plantation, FL
 
            Cartaya & Associates Architects, Inc.
            Fort Lauderdale, FL
 
            Saltz Michelson
            Fort Lauderdale, FL
 
            Singer Architects, Inc.
            Fort Lauderdale, FL
 
            Song & Associates
            West Palm Beach, FL
 
            Synalovski Romanik Saye
            Fort Lauderdale, FL
 
            Walters Zackria Associates
            Fort Lauderdale, FL      
 
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 architectural experience of professional personnel with designing City facilities and knowledge of City requirements.
 
On December 16, 2014, the proposals were evaluated by a six (6) member committee representing the Public Utilities Department, Planning Department, and the Public Works Engineering and Architectural Services Division.
 
The ten (10) responsive proposals received were evaluated and the scores were compiled to arrive at the following rankings, (highest score), first choice to tenth choice:
 
            Saltz Michelson                        519
            Synalovski Romanik Saye                  515
            Singer Architects, Inc.                  513
            Bermello Ajamil & Partners                  497
            Acai Associates, Inc.                        476
            CPZ Architects, Inc.                        475
            Cartaya & Associates Architects, Inc.      471
            Walters Zackria Associates                  468
            Song & Associates                        444
            BEA Architects, Inc.                        433
 
After an evaluation of the RFQ responses, the Evaluation Committee recommended that the five (5) highest ranked proposers by score be scheduled to make an oral presentation to the Evaluation Committee.
 
On January 20, 2015, the five (5) highest scoring firms made oral presentations to the 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 fifth choice:
 
            Saltz Michelson                        547
            Bermello Ajamil & Partners                  530
            Synalovski Romanik Saye                  521
            Acai Associates, Inc.                        485
            Singer Architects, Inc.                  268
      
The combined scores of the initial evaluation and the oral evaluation/presentations by the Evaluation Committee resulted in the following ranking:
 
            Saltz Michelson                        1,066
            Synalovski Romanik Saye                  1,036
            Bermello Ajamil & Partners                  1,027
            Acai Associates, Inc.                              961
            Singer Architects, Inc.                       781
 
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.      Saltz Michelson      
            2.      Synalovski Romanik Saye            
            3.      Bermello Ajamil & Partners            
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 (2) 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:
Wazir A. Ishmael, Ph.D., City Manager
Matthew Lalla, Director, Financial Services
Sylvia Glazer, Director, Public Works
Joel Wasserman, Director, Procurement