Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking Professional Engineering Consulting Firms To Provide Design, Construction Management And Inspection Services Related To The Southern Regional Wastewater Treatment Plant Influent Pump Station Upgrade; And Authorizing The Appropriate City Officials To Negotiate An Agreement With Hazen And Sawyer, P.C., The Highest Ranked Firm.
...Strategic Plan Focus
Infrastructure & Facilites
Body
Staff Recommends: Approval of the attached Resolution.
Explanation:
The Department of Public Utilities (“Department”) operates and maintains 85 sewer-lift stations throughout the City. These lift stations move sewage to the wastewater plant for treatment and prevent localized sewage back-ups and sanitary sewer overflows to protect the public’s health and safety.
The influent pump station was installed in 1968 and updated in 1999. The pump station requires complete rehabilitation and upgrade. The work consists of structural rehabilitation of the pump station, wet well, flow split, and pump room, replacement of all mechanical, electrical, instrumentation, and HVAC equipment, expansion or new building for VFD facilities, evaluation and rehabilitation of a 72” pipe/split box between the bar screen/ grit chamber and influent pump station.
The strategy to expand the Electric/VFD building and new pump technology is expected to be reviewed as part of the Basis of Design Report. Design, permitting, construction administration, grant management or state resource fund, and inspection services are solicited for this project.
The Department needs to retain a professional engineering firm to provide design, construction management and inspection services related to the rehabilitation and upgrade of the SRWWTP Influent Pump Station.
The Department followed the procedures outlined in Section 287.055, Florida Statutes entitled “Consultants’ Competitive Negotiation Act” (“CCNA”), and the City’s Procurement Ordinance to advertise a statement of qualifications via RFQ-238-25-JJ for the design, construction management, and inspection services for the influent pump station upgrade project on September 23, 2024.
On December 12, 2024, RFQ-238-25-JJ was opened at 3:00 pm, and the Office of Procurement and Contract Compliance received qualification packages from the following three engineering firms:
1. Hazen and Sawyer, P.C.
2. R.J. Behar & Company, Inc.
3. Tetra Tech, Inc.
Procurement assembled a Selection Committee comprised of four professionals, which was assigned the task of evaluating the statements of qualifications and ranking the responses. On April 30, 2025, members of the Selection Committee met for the first time, evaluated the three proposals, ranked the firms based on the stipulated evaluation criteria, and arrived at the following rankings, with the highest score being the highest ranked:
|
COMPANY |
TOTAL POINTS |
RANKING |
|
Hazen and Sawyer, P.C. |
87.5 |
1st |
|
Tetra Tech, Inc. |
84.75 |
2nd |
|
R.J. Behar & Company, Inc. |
77 |
3rd |
All 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 June 3, 2025, oral presentations were provided by the three firms, followed by a public Selection Committee meeting during which the Selection Committee ranked the shortlisted firms. Scores were compiled to arrive at the following rankings, with the lowest score being the highest ranked:
1. Hazen and Sawyer, P.C 5 points 1st
2. Tetra Tech, Inc. 7 points 2nd
3. R.J. Behar & Company, Inc. 12 points 3rd
The Selection Committee determined that it is in the City’s best interest to select one firm to provide Design, Construction Management, and Inspection services for the project.
This agenda item seeks City Commission’s authorization that the appropriate City officials to negotiate a professional engineering consultant services agreement with the highest ranked firm, Hazen and Sawyer, P.C., to provide the services set forth above.
Fiscal Impact:
Approval of this resolution will not fiscally impact the City as this resolution seeks to negotiate an engineering agreement with the highest ranked firm. The contract cost is unknown until negotiations are finalized and required funding will be determined at the time.
Department staff will manage this project. No additional staff is needed as a result of this project.
Recommended for inclusion on the agenda by:
Vincent Morello, Director, Public Utilities
Chris O’Brien, Director, Public Safety