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 Gracewood Neighborhood Sidewalk Project; And Authorizing The Appropriate City Officials To Negotiate And Execute A Professional Services Agreement With The Highest-Ranked Firm, Kimley-Horn And Associates, Inc., For Professional Engineering Design Services For The Gracewood Neighborhood Sidewalk Project, With Funding Provided Under The Florida Department Of Transportation Local Agency Program; Amending The Fiscal Year 2026 Operating Budget And Capital Improvement Plan.
Strategic Plan Focus
Infrastructure & Facilities
Body
Staff Recommends: Approval of the attached Resolution.
Explanation:
The City of Hollywood seeks to complete the City-wide sidewalk network to improve pedestrian safety and alternative modes of transportation. Grant funding for new sidewalk construction can be secured under the Broward Metropolitan Planning Organization’s (“MPO”) Roads for Economic Vitality (“REV”) program, formerly known as Complete Streets and other Localized Initiatives (“CSLIP”) program.
On November 6, 2019, the City Commission approved Resolution No. R-2019-333, supporting the CSLIP grant application to the Broward MPO for a sidewalk construction infill in an area bordered by State Road 7 to the East, N. 64th Avenue to the West, Hollywood Boulevard to the South, and Johnson Street to the North (Gracewood Neighborhood Sidewalk Project).
On November 4, 2021, the Broward MPO approved funding for the REV Cycle 5 project known as the Gracewood Neighborhood Sidewalk Project, which was included in the Florida Department of Transportation's five-year work program for construction in FY-2029.
On August 27, 2025, the City Commission approved Resolution R-2025-273, authorizing the City to enter into a Local Agency Program (“LAP”) Agreement with the Florida Department of Transportation (“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 pay for the upfront costs of the projects.
The FDOT and the City have executed a LAP Agreement to reimburse the City for the design costs related to the Gracewood Neighborhood Sidewalk Project, up to a maximum of $333,850.00. The FDOT issued a Notice to Proceed on October 9, 2025, that requires the City to select, award, contract, issue a design Notice to Proceed.
The 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 of professional engineering design consultants for this project.
On October 13, 2025, the City advertised, on OpenGov, Request for Qualifications No. RFQ- 354-26-WV for Professional Engineering Design Services for the Gracewood Neighborhood Sidewalk Project. On the response due date of November 13, 2025, the Office of the City Clerk and the Department of Design and Construction Management (“DCM”) received Statement of Qualifications packages from the following seven firms:
• CPH Consulting, LLC
• HBC Engineering Company
• Johnson, Mirmiran & Thompson, Inc.
• Kimley-Horn and Associates, Inc.
• Marlin Engineering Inc.
• NV5, Inc.
• R.J. Behar & Company, Inc.
The City Staff Selection Committee, made up of a Facilities and Trades Superintendent from Public Works, an Assistant Parks and Athletics Manager from Parks, and an Assistant Project Manager from DCM, met on January 26, 2026, 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 and, based upon the Evaluation Criteria established in the RFQ, the Selection Committee evaluated seven submittals, and the top three ranked firms were shortlisted and invited to provide oral presentations for further consideration by the Selection Committee.
The Selection Committee met again on February 24, 2026, to conduct oral presentations with the short-listed firms. Scores were compiled to arrive at the following rankings, with the lowest score being the highest ranked:
|
1. |
Kimley-Horn and Associates, Inc. |
4 points |
|
2. |
Marlin Engineering Inc. |
6 points |
|
3. |
R.J. Behar & Company, Inc. |
8 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 the design phase of the Gracewood Neighborhood Sidewalk project requires amending the approved FY 2026 Operating Budget and Capital Improvement Program as detailed in Exhibit 1, subject to approval of this resolution.
Funding for the required matching funds was included in the amended FY 2026 Capital Improvement Plan and is available in account number 334.179901.51900.560003.002018.000.000.
Upfront funding for construction, engineering and inspections, and for construction services will be requested in a future Capital Improvement Plan. These costs will also be reimbursed by FDOT.
Recommended for inclusion on the agenda by:
Marc Gambrill, Director, Design and Construction Management
Jose Cortes, Assistant City Manager
Raelin Storey, City Manager