Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving The Final Ranking For Engineering Firms For The Design Of The Sheridan Park And Hollywood Acres Sidewalk Network Project; And Authorizing The Appropriate City Officials To Negotiate And Execute A Professional Services Agreement With The Highest-Ranked Firm, HBC Engineering Company, For Professional Engineering Design Services For The Design Of The Sheridan Park And Hollywood Acres Sidewalk Network Project, With Funding Provided Under The Florida Department Of Transportation Local Agency Program; Amending The Fiscal Year 2025 Operating Budget And Capital Improvement Plan.
Strategic Plan Focus
Infrastructure & Facilities
Body
Staff Recommends: Approval of the attached Resolution.
Explanation:
On November 6, 2019, the City Commission approved Resolution No. R-2019-333, supporting the Complete Streets and other Localized Initiatives Program (“CSLIP”) grant application to the Broward County Planning Organization (“MPO”) for the Sheridan Park and Hollywood Acres Sidewalk Network project (“the Project”).
On October 10, 2019, the MPO approved funding for the CSLIP Cycle 3 project known the Project, which was included in the Florida Department of Transportation (“FDOT”) five-year work program for construction in FY-2027.
On January 20, 2021, the City Commission approved Resolution R-2021-013, continuing to support the above-referenced CSLIP projects; inclusive of entering into a Local Agency Program (“LAP”) Agreement with FDOT, which serves as an instrument to receive reimbursement funds for expenditures related to the design, construction, and construction engineering and inspections services of these projects. City funds have been committed to paying for the upfront costs of the projects.
FDOT and the City have entered into LAP Agreement that allow the City to be reimbursed for the design costs related to the Project, up to a maximum of $276,902.00. FDOT issued a Notice to Proceed on June 10, 2025, that requires the City to select, award, contract and issue a design Notice to Proceed.
FDOT requires a new Request for Qualifications to be issued for every project that will receive LAP funding for design services. The City has followed the requirements set forth in Section 287.055 Florida Statutes, entitled “Consultants Competitive Negotiation Act” (“CCNA”) and the City’s Procurement Code to obtain the services for professional engineering design consultants for this project.
On June 10, 2025, the City readvertised on www.OpenGov.com the Request for Qualifications No. RFQ- 327-25-WV for Professional Engineering Design Services for the Project. On the response due date of July 10, 2025, the City received Statement of Qualifications packages from the following five firms:
- CPH Consulting, LLC
- HBC Engineering Company
- Kimley-Horn and Associates, Inc.
- R.J. Behar & Company, Inc.
- SSN Engineering, LLC
A selection committee made up of a Senior Project Manager from Engineering, an Assistant Parks and Athletics Manager from Parks, Recreation and Cultural Arts and an Assistant Project Manager from Design and Construction Management (“DCM”), met on June 24, 2025, in a publicly advertised meeting to evaluate Statements of Qualifications based on the selection criteria published in the RFQ.
Section 287.0554(b), Florida Statutes, requires that a minimum of three consulting firms be selected, based upon the Evaluation Criteria established in the RFQ. The selection committee evaluated 5 submittals, and the top four ranked firms were shortlisted and invited to provide oral presentations for further consideration by the selection committee
The selection committee met again on July 30, 2025, to conduct oral presentations with the short-listed firms. Scores were compiled to arrive at the following ranking, with the firm receiving the lowest number of points being the highest ranked:
- HBC Engineering Company 3 points
- CPH Consulting, LLC 8 points
- R.J. Behar & Company, Inc. 9 points
- Kimley-Horn and Associates, Inc. 10 points
DCM recommends that the City Commission authorize the appropriate City officials to negotiate a contract with the highest-ranked firm for this project.
Fiscal Impact:
Funding for this project requires amending the approved FY 2025 Operating Budget and Capital Improvement Program as detailed in Exhibit 1, subject to approval of this resolution.
The City’s contribution for construction engineering and inspections, and for construction contingency will be requested in a future Capital Improvement Plan.
Recommended for inclusion on the agenda by:
Elisa Iglesias, Deputy Director, Design and Construction Management
Raelin Storey, Assistant City Manager