CITY OF ORLANDO
COUNCIL AGENDA ITEM


Items Types:
Business and Financial Services
For Meeting of:
March 9, 2015
District: ALL From:
Contract ID: Document Number:
Exhibits: Yes On File (City Clerk) : Yes Draft Only: No
Grant Received by City?: No

Subject:
A Contract with CPH, Inc., for Design Review, Construction Administration, and Construction Inspection for I-4 Ultimate Relocation Project, RQS15-0060

Summary:

A Request for Qualification Statements (RQS) was issued for the subject project on October 27, 2014.  Subsequently, on January 21, 2015, short-listed Respondents provided presentations to the City’s Advisory Committee and, at the end of the presentations, City staff ranked the Respondents.  On February 9, 2015, City Council approved the Committee’s ranking and authorized staff to commence negotiations for a contract with the top-ranked Respondent, CPH, Inc.  Based on this approval, staff proceeded and successfully completed negotiations for a Rate Sheet with Respondent.

These consulting services are needed to provide engineering oversight of City utilities for the proposed FDOT I-4 Ultimate Roadway Project.  The I-4 Ultimate Project is being designed and built by the Public Private Partnership (P3) Team, I-4 Mobility Partners.

As design work proceeds, plans will be presented to the City for review by I-4 Mobility Partners, or its design builder Skanska-Granite-Lane (SGL), and engineering services will be provided by CPH at the negotiated rates on an as need basis.  Reimbursement is to be received from the design builder, SGL, for the services solicited in the Request for Qualification Statements.  The actual amount of work is not known at this time, however the current estimate is $750,000.

It is the policy of the US Department of Transportation and the City that DBEs (disadvantaged business enterprises) have an equal opportunity to participate in the performance of contracts and subcontracts.  The DBE participation goals on the Project are 9% DBE and 3% non-DBE Small Business.  In order to assist Respondents in determining their DBE commitment level, the City has estimated 2.2% DBE availability on this Project.  CPH, Inc., has listed the following firms to be utilized on this project:

            Brindley Pieters & Associates            DBE                8%       Utility Review

            Electrical Design Associates               DBE                2%       Electrical/Controls Review

Singhofen & Associates                      Non DBE        6%       Storm Water Support


Fiscal & Efficiency Data:  

Recommended Action:
Authorize the Chief Procurement Officer (CPO) to execute the attached Contract with CPH, Inc., as set forth above, for these Professional Engineering Services, on the subject project, subject to review and approval of the City Attorney’s Office.


Agenda Item attachment(s) on file in the City Clerks Office.

Note: All agenda items must be in the City Clerk's office by Noon Friday, six(6) business days prior to the regular Monday City Council meeting.

Contact: David Billingsley
Approved By:

Department Date and Time
Budget Outside Routing Approval 2/27/2015 8:45 AM
City Clerk 2/27/2015 8:46 AM

ATTACHMENTS:
Name: Description: Type:
Contract.pdf Contract Backup Material
FIS_I-4_Ultimate_CPH_Professional_Services_2-24-2015.docx FIS for I-4 Ultimate Utilities Reloc Backup Material

"Enhance the quality of life in the City by delivering public services in a knowledgeable, responsive and financially responsible manner."