Skip to main content
Hollywood FL banner
File #: R-2021-021    Version: 1 Name: HBGC - Ranking Architectural/Engineering Firms To Provide A/E
Type: Resolution Status: Passed
File created: 12/17/2020 In control: Department of Design & Construction Management
On agenda: 1/20/2021 Final action: 1/20/2021
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking Architectural/Engineering Firms To Provide Architectural/Engineering Consulting Services For The Hollywood Beach Golf Course And Clubhouse Project, A General Obligation Bond Project; Authorizing The Appropriate City Officials To Negotiate An Agreement With Bermello Ajamil & Partners, Inc., The Highest Ranked Firm, For Consideration By The City Commission At A Later Date.
Attachments: 1. Resolution - HBGC AE FINAL.pdf, 2. Packet_for_Bid_RFQ-4653-20-DCM with Q&A.pdf, 3. Notice of Intent to RANK Shortlisted Firms RFQ-4653-20-DCM Golf Course A&E.pdf, 4. Combined Summary 12.01.20.pdf, 5. TermSheetRankingFirmsNegotiateContractArchitecturalServicesHBGCBermello.pdf

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking Architectural/Engineering Firms To Provide Architectural/Engineering Consulting Services For The Hollywood Beach Golf Course And Clubhouse Project, A General Obligation Bond Project; Authorizing The Appropriate City Officials To Negotiate An Agreement With Bermello Ajamil & Partners, Inc., The Highest Ranked Firm, For Consideration By The City Commission At A Later Date.

 

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the Attached Resolution.

 

 

Explanation:

On March 12, 2019, the City held a Special Election where a majority of voters approved funding, through a General Obligation Bond (GO Bond), for the Hollywood Beach Golf Course and Clubhouse project.

 

The Project is located at 1650 Johnson Street, in the City of Hollywood. The work to be accomplished under the contract includes, but is not limited to, schematic design, design development, construction documents, bidding and construction administration of a new clubhouse using “Spanish” style architecture based upon the 1924 original design by Martin L. Hampton and a parking lot in the SW corner of the property.

 

Services will also include creation of a new plan for site drainage and raising the east side of the golf course to allow faster recovery after rain events, as well as design of a new golf course maintenance and restroom building, renovation of site landscaping, and irrigation (with the assistance of a Golf Course Architect hired separately by the City). The selected A/E Consultant will supervise all required site work and the construction of a perimeter multi-use path on the north and west sides of the property.  The City will seek green building certification for the clubhouse facility, in accordance with requirements in the City Code of Ordinances.

 

The renovations of golf course features (tees, fairway shaping, bunkers, greens, etc.) are to be designed by a Golf Course Architect (retained separately by the City) and coordinated with A/E Consultants construction documents.

 

Background: The City’s voters approved a General Obligation Bond that includes funding to renovate the Hollywood Beach Golf and Country Club.  The championship par-70 18-hole golf course was originally designed in 1924, and is located at 1650 Johnson Street. The 104-acre parcel is bounded to the east by N 14th Ave, to the west by N 17th Ave, to the north by Johnson Street and to the south by Polk Street. The intent of the renovation project is to retain as much of the original design as possible, and restore the design intent by replacing a new clubhouse at its original location. It is expected that the existing cart building and pro-shop will be removed and replaced with a new cart barn and maintenance facility to be located along N. 17th Avenue.

 

This RFQ is for Architectural and Engineering Consulting Services, an overall Golf Course Site Redevelopment or Master Plan, Site Plan, Design Development, Construction Plans and Specifications.

 

The project was advertised on www.bidsync.com <http://www.bidsync.com> on September 30, 2020.  On November 3, 2020, the Office of the City Clerk and the Division of Procurement Services received statements of qualifications packages from the following nine Architectural firms:

 

1.                     BEA Architects, Inc.

2.                     Bermello Ajamil & Partners, Inc.

3.                     Birse/Thomas Architects, Inc.

4.                     Currie Sowards Aguila Architects

5.                     HKS Architects Inc.

6.                     Nichols Brosch Wurst Wolfe & Associates, Inc.

7.                     OLC Architects

8.                     Sun Patrick Architecture, d/b/a sparcdesign

9.                     Synalovski, Romanik, Saye, Inc

 

On November 19, 2020, a Selection Committee, comprised of in-house professionals, including the ESS Manager of the Department of Design and Construction Management, the Parks Manager of the Department of Parks, Recreation and Cultural Arts, the Planning Manager, the Senior Project Manager of the Community Redevelopment Agency, and a Project Manager from the Department of Design and Construction Management, was assigned the task of evaluating the Statement of Qualifications and ranking the responses. The firms were ranked based on the following criteria as established in the RFQ: Firm Qualifications and Experience, Organizational Profile and Project Team Qualifications, Approach to Scope of Work, and Past Performance-References.

 

Four firms were invited for oral presentations to present their qualifications.

On December 1, 2020, the Evaluation Committee conducted oral interviews with the following four highest-ranked firms:

 

1.                     Bermello Ajamil & Partners, Inc.

2.                     Currie Sowards Aguila Architects

3.                     Nichols Brosch Wurst Wolfe & Associates, Inc.

4.                     Synalovski, Romanik, Saye, Inc.

                     

The shortlisted firms provided 20-minute presentations, followed by a 20-minute question and response period. The evaluation process ranked the firms following the stipulated guidelines/criteria in the statement of qualifications package. It was the recommendation of the Selection Committee to rank these three firms in the following order for consideration:

 

1.                     Bermello Ajamil & Partners, Inc.

2.                     Synalovski, Romanik, Saye, Inc.

3.                     Nichols Brosch Wurst Wolfe & Associates, Inc.

 

City officials will negotiate an Architectural/Engineering Professional Services Agreement with the highest-ranked firm. If City officials are unable to negotiate an agreement with the highest-ranked firm, they are then authorized to terminate negotiations with that firm and commence negotiations with the next highest- ranked firm for consideration by the City Commission at later date, if possible.

 

 

Fiscal Impact:

Funding for this project was included in the General Obligation Bond.  The contract cost is unknown until negotiations are finalized.  An agreement with terms of the contract will follow under a separate resolution and required funding will be determined at that time. 

 

 

Recommended for inclusion on the agenda by:

Jose Cortes, Director, Design and Construction Management

Paul Bassar, Director, Division of Procurement Services

Gus Zambrano, Assistant City Manager for Sustainable Development