Title
A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving The Final Ranking Of Engineering Firms For Construction Engineering Inspection Services For Tidal Flooding Mitigation And Shoreline Protection; And Authorizing The Appropriate City Officials To Negotiate A Contract With The Highest-Ranked Firm, R.J. Behar & Company, Inc., For Construction Engineering Inspection Services During The Construction Of The Hollywood Tidal Flooding Mitigation And Shoreline Protection Sites 9,10,17,19,2,22,1 & 18 (FDEP 22FRP13), A General Obligation Bond Project.
Strategic Plan Focus
Infrastructure & Facilities
Body
Staff Recommends: Approval of the attached Resolution
Explanation:
On March 12, 2019, the City held a Special Election whereby a majority of voters approved funding in the amount of $14,091,065.00, through a General Obligation Bond (GO Bond), for the Tidal Flooding Mitigation and Shoreline Protection Project (“Project”). The project’s purpose was to provide tidal barriers to the City-owned properties most vulnerable to tidal flooding, around the two man-made inlets known as North Lake and South Lake.
On September 21, 2022, the City Commission passed and adopted Resolution No. R-2022-281, authorizing the appropriate City officials to accept and execute FDEP Resilient Florida Grant (“Agreement No. 22FRP13”), and authorizing the required match amount to be paid from the GO Bond funds.
FDEP requested updates to Agreement No. 22FRP13’s exhibits and attachments (“Amendment 1”), and the revised Grant Work Plan providing for the City to fund all design and construction administration costs which will count as grant match, with the City to fund construction costs not less than $12,204,935.00 and FDEP to fund construction costs up to $14,112,000.00.
FDEP also requested the project be titled “Hollywood Tidal Flooding Mitigation and Shoreline Protection” going forward. This Amendment 1 was approved by the City Commission on December 6, 2023; also approving and authorizing the appropriate City Officials to execute all applicable grant documents, agreements and amendments.
On August 27, 2025, the City Commission passed and adopted Resolution R-2025-288, approving and authorizing the appropriate City Officials to execute a Construction Management at Risk Phase II Construction Services Agreement with the Whiting-Turner Contracting Company, for construction of Hollywood Tidal Flooding Mitigation and Shoreline Protection Project Sites 9,10,17,19,2,22,1 and 18 FDEP 22FRP13 (“RFP-274-25-WV"), in the amount up to $20,762,347.00. The FDEP Grant Agreement requires that recipients of federal funds demonstrate compliance with federal requirements, that includes the contractor and subcontractors.
To fulfill the compliance requirements of the FDEP grant, the Department of Design and Construction Management (“DCM”) desires to hire an engineering consultant to provide construction engineering, inspections, and federal contract compliance specialist services for this Project.
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 of Construction Engineering Inspection consultants for this project. On May 29, 2025, the City advertised on www.OpenGov.com <https://gcc02.safelinks.protection.outlook.com/?url=http%3A%2F%2Fwww.opengov.com%2F&data=05%7C02%7CKPARKER%40hollywoodfl.org%7C5452aae169cb4b11f61708ddf5293986%7Cf0ba70bfc34c416db2009c6f6a563c05%7C0%7C0%7C638936279594182448%7CUnknown%7CTWFpbGZsb3d8eyJFbXB0eU1hcGkiOnRydWUsIlYiOiIwLjAuMDAwMCIsIlAiOiJXaW4zMiIsIkFOIjoiTWFpbCIsIldUIjoyfQ%3D%3D%7C0%7C%7C%7C&sdata=1JOy4lROjbJ4RwfCPZf57m%2BkdRzvW%2Bk4Dqw6JQAwkr8%3D&reserved=0>, Request for Qualifications No. RFQ-318-25-WV for Construction Engineering Inspection Services for Hollywood Tidal Flooding Mitigation and Shoreline Protection Project.
On July 1, 2025, the Office of Procurement and Contract Compliance and the Department of Design and Construction Management (“DCM”) received Statement of Qualifications packages from the following three firms:
• Metric Engineering, Inc.
• The Engineering Company, LLC
• RJ Behar and Company, Inc.
The Selection Committee comprised of City staff, assembled and approved under the guidance of the Office of Procurement and Contract Compliance, consisted of an Assistant Project Manager and a Construction Management Field Services Manager from DCM, and the Assistant Director of Public Works. On August 6, 2025, the Selection Committee met in a publicly advertised meeting to evaluate Statements of Qualifications and oral presentations ranking the firms as follows:
1. R. J. Behar & Company, Inc.
2. The Engineering Company, LLC
3. Metric Engineering Company, Inc.
A notice of intent to award for this solicitation was posted on August 6, 2025, and the City did not receive any protests.
It is the recommendation of the Selection Committee and DCM to rank the three firms in the following order for consideration:
1. R.J. Behar & Company, Inc.
2. The Engineering Company, LLC.
3. Metric Engineering Company, Inc.
And that the City Commission approve the final ranking and authorize the appropriate City officials to negotiate a contract with the highest-ranked firm.
Fiscal Impact:
Funding for this project was included in the amended FY 2026 Capital Improvement Plan and is available in account numbers 333.149901.54100.563010.001187.000.000, 111.179901.51900.563010.001678.000.000, 337.179901.54100.563010.001187.000.000, 334.179901.51900.531213.001360.000.000.
Recommended for inclusion on the agenda by:
Elisa Iglesias, Deputy Director, Design and Construction Management
Raelin Storey, Assistant City Manager