Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving The Final Ranking Of Architecture Firms To Provide Architectural And Engineering Consulting Services For The Sunset Park Master Plan Implementation; And Authorizing The Appropriate City Officials To Negotiate A Contract With The Highest Ranked Firm, Miller, Legg & Associates, Inc.
Strategic Plan Focus
Infrastructure & Facilities
Body
Staff Recommends: Approval of the attached Resolution.
Explanation:
On March 12, 2019, the City electorate voted to approve a General Obligation Bond that included the purchase of the privately owned 40+ acre site of the former Sunset Golf Course.
The Department of Parks, Recreation and Cultural Arts (“PRCA”) worked in conjunction with Chen Moore and Associates, Inc. (“Chen Moore”) to develop a master plan concept for the development of this property into a passive park. These options, developed with extensive public involvement and participation, were later presented for consideration of the City Commission.
On March 20, 2024, the City Commission passed and adopted Resolution No. R-2024-094, approving the proposed master plan developed by PRCA and Chen Moore. In order to deliver the vision for this park, the City needs a consultant to provide architectural and engineering consulting services for the project.
The City followed the procedures set forth in Section 287.055, Florida Statutes, entitled "Consultants' Competitive Negotiation Act" ("CCNA"), and other applicable regulations to advertise for Statements of Qualifications for engineering design services. The project was advertised on www.bidsync.com <http://www.bidsync.com> on September 12, 2024.
On October 22, 2024, the Office of the City Clerk and the Office of Procurement Services received Statements of Qualifications packages from the following nine firms:
1. Bermello Ajamil & Partners, LLC
2. Brooks + Scarpa Architects, Inc.
3. Calvin, Giordano & Associates, Inc.
4. Craven, Thompson & Associates, Inc.
5. Keith and Associates, Inc.
6. Kimley-Horn and Associates, Inc.
7. Miller Legg & Associates, Inc.
8. Urban Robot Associates, Inc.
9. Weston & Sampson Engineers, Inc.
A Selection Committee comprised of in-house professionals, including the Chief Resiliency Officer, Deputy Director of the Department of Design and Construction Management, the Assistant Director of PRCA, the Special Events Program Manager of PRCA, and the Planning Director of Development Services, were assigned the task of evaluating the Statements of Qualifications and ranking the responses.
On November 18, 2024, members of the Selection Committee and the Chief Procurement Officer, as a non-voting technical advisor, met in a publicly advertised meeting to evaluate the Statements of Qualifications and to shortlist the firms to be invited to present their qualifications for further consideration at an oral presentation.
Upon review of the Statement of Qualifications, the following three architecture firms were ranked and selected based upon the published selection criteria, and invited to present their qualifications to the Selection Committee at the oral presentation:
1. Miller Legg & Associates, Inc.
2. Calvin, Giordano & Associates, Inc.
3. Keith and Associates, Inc.
On December 5, 2024, in a publicly advertised meeting, the short-listed firms provided 30-minute presentations, followed by a 15-minute question and response period; after which the Selection Committee completed the evaluation process and ranked the firms following the stipulated guidelines/criteria in the Statement of Qualifications package. The following is the overall and final ranking of the short-listed firms:
1. Miller Legg & Associates, Inc.
2. Calvin, Giordano & Associates, Inc.
3. Keith and Associates, Inc.
The RFQ, Statement of Qualifications and Section 287.0554(b), Florida Statutes, require that a minimum of three consulting firms be selected. It is the recommendation of the Selection Committee that the ranking of the top three firms should be in the following order for consideration:
1. Miller Legg & Associates, Inc.
2. Calvin, Giordano & Associates, Inc.
3. Keith and Associates, Inc.
The Director of the Department of Design and Construction Management and the Chief Procurement Officer recommend that the City Commission authorize the appropriate City officials to negotiate an Architectural and Engineering Consulting Services Agreement with Miller Legg & Associates, Inc., the highest-ranked consultant 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.
Fiscal Impact:
Approval of this resolution will not fiscally impact the City as this is a proposal to negotiate an Architectural and Engineering Consulting Services Agreement.
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:
Otis Thomas, Director, Procurement and Compliance Office
Jose Cortes, Director, Design and Construction Management
George R. Keller Jr., CPPT, City Manager