Summary:
A Request for Proposals (RFP) for the subject project was developed utilizing FDOT guidelines and issued on October 12, 2015. Two (2) firms responded to this solicitation and the Consultants' Qualifications Board certified both firms. The members of the Advisory Committee are as follows:
|
Lisa Henry
|
Streets & Stormwater Div. Mgr. (Chair)
|
|
Tom Connery
|
CIID Mgr.
|
|
Dan Dashtaki
|
Environmental Manager
|
|
John Rogers
|
Project Manger II
|
|
Byron Raysor
|
Contract Compliance Investigator III, MBE Office
|
This project is funded by the State through the FDOT’s Local Agency Program (LAP), and the City utilized procedures, guidelines, standards, directives, and manuals in the procurement process as set forth in the FDOT LAP Agreement.
Based on the information presented in the proposals and the evaluation criteria set forth in the RFP, the firms were ranked by the Advisory Committee in the following order:
Ranking |
Firm |
Location |
1 |
Southland Construction, Inc. |
Apopka, FL |
2 |
Gibbs & Register, Inc. |
Winter Garden, FL |
The City of Orlando is receiving U.S. Department of Transportation funding from the Florida Department of Transportation (“Department”) for this Project. Pursuant to the funding requirements of the Department’s grant, Disadvantaged Business Enterprise (“DBE”) utilization shall be in compliance with applicable laws and regulations. The Department has established a DBE program in accordance with such federal laws and regulations. The City followed the Department’s DBE race neutral program for this solicitation. Southland Construction, Inc., has included a list of DBE subcontractors (in the attached MWBE Bid Summary) it intends to utilize for this project. |
Recommended Action:
Approval of the Advisory Committee's ranking and approval for the Chief Procurement Officer (CPO) to execute a contract with Southland Construction, Inc., in the amount of $8,714,000, subject to the approval of the City Attorney’s Office. |