Skip to main content
Hollywood FL banner
File #: R-2026-113    Version: 1 Name: DCM - Holland Park Docks - Thaler
Type: Resolution Status: Agenda Ready
File created: 3/9/2026 In control: Department of Design & Construction Management
On agenda: 4/6/2026 Final action:
Title: A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Contract With Thaler Contracting, Inc. For The Holland Park Dock Removal And Installation Project, In An Amount Up To $206,457.18, In Accordance With Section 38.41(C)(9) Of The Procurement Code. (Best Interest)
Attachments: 1. Resolution - Holland Park Dock Replacement.pdf, 2. Contract Form - Holland Park Docks, 3. General Conditions - Holland Park Docks, 4. Supplementary General Conditions - Holland Park Docks, 5. GC License Exp 8-31-26.pdf, 6. Proposal_802_from_THALER_CONTRACTING_INC, 7. Auto Insurance Coverage.pdf, 8. TC COI exp 3-13-27.pdf, 9. Thaler COI - General Liability.pdf, 10. WC Exemption Exp 3-27-28.pdf, 11. WC exemption Exp 3-28-26.pdf, 12. Term Sheet - Holland Park Dock Removal and Installation Project_Thaler Contracting, Inc.- GENERAL
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

Title

A Resolution Of The City Commission Of The City Of Hollywood, Florida, Approving And Authorizing The Appropriate City Officials To Execute A Contract With Thaler Contracting, Inc. For The Holland Park Dock Removal And Installation Project, In An Amount Up To $206,457.18, In Accordance With Section 38.41(C)(9) Of The Procurement Code. (Best Interest)

 

Strategic Plan Focus

Infrastructure & Facilities

 

 

Body

 

Staff Recommends: Approval of the attached Resolution.

 

 

Explanation:

The Department of Design and Construction Management (“DCM”) requests approval to authorize the appropriate City officials to execute a Contract with Thaler Contracting, Inc. in an amount up to $206,457.18 for the Holland Park Dock Removal and Installation Project, utilizing the Best Interest procurement method.

 

This project consists of the removal and replacement of six existing finger docks at Holland Park. The scope includes demolition and disposal of the existing finger docks and associated components; site cleanup; furnishing and installation of one 6’ x 30’ floating dock, five 6’ x 20’ floating docks, six aluminum gangway ramps, and 12 prestressed concrete pilings; installation of composite Wolf decking to match previously installed rowing docks; non-skid decking and aluminum railings on ramps; pile hoops with rollers; aluminum cleats; heavy-duty bump strips; additional flotation; and all required permitting with applicable regulatory agencies.

 

Thaler Contracting, Inc. recently completed adjacent dock improvements at this same location, including installation of a floating dock and ramp serving the Hollywood Rowing Club. That work required coordination with City, State, and federal regulatory agencies due to the site’s proximity to the Intracoastal Waterway and was completed successfully.

 

Although the six finger docks are not physically attached to the previously completed dock, they are immediately adjacent and function within the same dock area. Utilizing the same contractor provides the following benefits:

 

                     Consistency in construction methods, materials, and installation standards.

                     Visual uniformity with recently completed dock improvements.

                     Continuity with manufacturer specifications and installation practices.

                     Reduced project risk associated with marine construction and permitting coordination.

                     Warranty continuity and clear accountability for dock construction at this location.

 

Based on the contractor’s proven performance, familiarity with site conditions and permitting requirements, and the operational benefits of maintaining a single contractor within this dock area, the Deputy Director of DCM determined that proceeding under the Best Interest procurement method is in the City’s best interest.

 

The total contract amount of $206,457.18 includes an Owner’s Contingency of $20,000.00 to address unforeseen conditions that may arise during marine construction.

 

 

Fiscal Impact:

Funding for this project was included in the amended FY 2026 Capital Improvement Plan and is available in account numbers 333.309901.57200.563010.001213.000.000 and 334.309901.57200.563010.001213.000.000.

 

 

Recommended for inclusion on the agenda by:

Elisa Iglesias, Deputy Director, Design and Construction Management

Raelin Storey, Assistant City Manager