Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Ranking Engineering Firms And Authorizing The Appropriate City Officials To Negotiate An Agreement With The Highest-Ranked Firm To Provide Engineering, Survey And General Consulting Services For The Tidal Flood Mitigation And Shoreline Protection Project, A General Obligation Bond Project.
Strategic Plan Focus
Resilience & Sustainability
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 Tidal Flood Mitigation and Shoreline Protection project.
The project scope includes the construction of shoreline protection where none exists at this time. The project will focus on the City-owned shoreline along Holland Park, N. North Lake Drive, S. North Lake Drive, N. South Lake Drive, and S. South Lake Drive.
The shoreline protection will be designed to meet the Broward County Regional Resilience Standard-Seawalls and all other applicable regulations.
This shoreline protection effort requires a masterplan to guide a multi-year coastal resiliency approach to City-owned seawall repair/replacement, which are currently not funded. The project scope includes assistance by the Consultant in the identification and application of grants, as well as to assist in obtaining additional funding for these shoreline protection projects and future resiliency initiatives.
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 November 5, 2019.
On December 10, 2019, the Office of the City Clerk and the Office of Procurement Services received Statements of Qualifications packages from the following 13 Engineering firms:
1. AECOM
2. APTIM Environmental & Infrastructure, LLC
3. Atkins NA
4. Coastal Systems International, Inc.
5. Cummins I Cederberg
6. Edgewater Resources
7. H.W. Lochner, Inc.
8. Kimley-Horn, Inc.
9. Moffat & Nichol
10. South Florida Engineering & Consulting
11. Stantec
12. Taylor Engineering, Inc.
13. TetraTech
On January 9, 2020, members of the City’s Evaluation Committee, comprised the Assistant Director of the Department of Design and Construction Management, the Director of Parks, Recreation and Cultural Arts, the Sustainability Coordinator, a Senior Project Manager from the Department of Design and Construction Management, and a Senior Project Manager from the Department of Public Utilities, met in a publicly-advertised meeting to evaluate the Statements of Qualifications. The firms were ranked based on specific selection criteria by the Evaluation Committee. Seven firms were invited for oral presentations to present their qualifications.
On February 13, 2020, the Evaluation Committee conducted oral interviews with the following seven highest-ranked firms:
1. AECOM
2. APTIM Environmental & Infrastructure, LLC
3. Coastal Systems International, Inc.
4. Cummins I Cederberg
5. Kimley-Horn, Inc.
6. Mofatt & Nichol
7. TetraTech
The shortlisted firms provided their 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 Evaluation Committee to rank these three firms in the following order for consideration:
1. Cummins | Cederberg
2. AECOM
3. Mofatt & Nichol
City officials will negotiate a Professional Engineering 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:
Armando Linares, Director, Design and Construction Management
Paul Bassar, Director, Office of Procurement Services
Gus Zambrano, Assistant City Manager for Sustainable Development