| | | | | | | |  | CITY OF ORLANDO AGENDA ITEM
|
|
| | | | | | | |
Items Types: Business and Financial Services
| For Meeting of: 8/10/2015
| | District:ALL | On file (City Clerk):Yes |
|
| | | | | | | | | Subject: | Request for Qualification Statements for Continuing Stormwater Services, RQS15-0293 | | Summary: | A Request for Qualification Statements (RQS) for the subject project was issued on May 4, 2015. Twelve (12) firms responded to this solicitation and the Consultants' Qualifications Board certified all twelve (12) firms on June 5, 2015. On July 9, 2015, the Advisory Committee shortlisted five (5) firms for formal interviews, which resulted in the Committee’s ranking as follows:
|
1.
|
GTC Engineering Corporation
|
|
2.
|
CDM Smith, Inc.
|
|
3.
|
RS&H, Inc.
|
|
4.
|
E Sciences, Incorporated
|
|
5.
|
AVCON, Inc.
|
The members of the Advisory Committee are as follows:
|
Lisa Henry
|
Streets and Stormwater Division Mgr (Chair)
|
|
James D. Hunt
|
Deputy Director of Public Works – City Engineer
|
|
Richard Allen
|
City Surveyor
|
|
Lihua Wei
|
Project Mgr
|
|
Rene Carcamo
|
Contract Compliance Investigator II, MBE Office
|
The Committee recommends awarding contracts to the top five (5) firms. The term of these contracts will be for a period of two (2) years, with a renewable option to extend the contracts for one additional year.
These firms have agreed to meet or exceed the City of Orlando’s 18% Minority Business Enterprise (MBE) and 6% Women Business Enterprise (WBE) participation goals, for a combined 24% total M/WBE participation. See the attached Proposed Utilization of M/WBE Subconsultants. | | Fiscal and Efficiency Data: | Funding will be obtained from the specific project account when a particular project is identified that necessitates a scope of work associated with the services noted herein. Contracts will be used on an as-needed basis. Based on previous usage reports for stormwater services, the average annual expenditure will not exceed $1 million. | | Recommended Action: | Approval of the Advisory Committee's ranking and approval for the Chief Procurement Officer (CPO) to negotiate and execute contracts, and all subsequent renewals, for Continuing Contracts with the top five (5) ranked firms, GTC Engineering Corporation, CDM Smith, Inc., RS&H Inc., E Sciences, Incorporated, and AVCON, Inc., subject to the review and approval of the City Attorney;s Office. Authorize the CPO to execute Service Authorizations up to an amount of $200,000.00 per authorization. | | Contact: | David Billingsley |
|
| ATTACHMENTS: | | File Name | Description | Type | | 1st_Committee_Mtg_pkg.pdf | 1st Advisory Committee Mtg | Backup Material | | 1st_Mtg_Ind_Scoring_Ranking_(1).pdf | 1st Mtg Scoring Ranking (1) | Backup Material | | 1st_Mtg_Ind_Scoring_Ranking_(2).pdf | 1st Mtg Scoring Ranking (2) | Backup Material | | 2nd_Mtg_Minutes_pkg.pdf | 2nd Advisory Committee Mtg | Backup Material | | RQS15-0293_Proposed_Utilization_of_MWBE_Subconsultants.pdf | RFQ15-0293 Proposed Utilization of MWBE Subconsultants | Backup Material | | RQS15-0293_MWBE_Bid_Summary_Sheet_Final.pdf | RQS15-0293 MWBE Bid Summary Sheet | Backup Material |
|
| | | | | | | |
 "Enhance the quality of life in the City by delivering public services in a knowledgeable, responsive and financially responsible manner." |
|
|