Summary:
A Request for Qualification Statements (RFQu) for the subject project was issued on July 17, 2017. Eight (8) firms responded to this solicitation. Seven (7) of those firms indicated that they were seeking to be selected for Infrastructure work while two (2) firms indicated that they were seeking to be selected for General Grouting and Repair or Replacement of Drainage Wells work. The Advisory Committee met to generate a ranking of the firms as follows:
Infrastructure
|
1.
|
Cathcart Construction Company-FL, LLC
|
2.
|
PCL Constructions Services, Inc.
|
3.
|
Gibbs & Register, Inc.
|
4.
|
Prime Construction Group, Inc.
|
5.
|
Schuller Contractors Incorporated
|
6.
|
C.E. James, Inc.
|
7.
|
JCB Construction, Inc.
|
General Grouting and Repair Or Replacement
|
1.
|
Henderson Wilder, Contractor
|
2.
|
PCL Constructions Services, Inc.
|
The members of the Advisory Committee are as follows:
1.
|
Hector Sanchez, P.E.
|
CIID Project Manager (Chair)
|
2.
|
Howard Elkin
|
Streets and Stormwater Assistant Division Manager
|
3.
|
Ron Proulx
|
CIID Assistant Division Manager
|
4.
|
Charles Shultz
|
Asst. Wastewater Division Manager
|
5.
|
Byron Raysor
|
MBE, Contract Compliance Investigator III
|
These contracts allow the Public Works Department to respond quickly to infrastructure deficiencies, many of which are sanitary or storm sewer repair projects, preventing further serious damage and therefore more costly repairs. Individual authorizations do not exceed $300,000.00 unless they are deemed an emergency. When there is a project, firms submit bids for the specific project and the work is awarded to the lowest responsive bidder.
While the Advisory Committee recommended awarding to the top six firms for Infrastructure, Public Works Department is requesting award to all seven firms. The initial contract term is two (2) years with an option to renew for one (1) additional one (1) year term.
The M/WBE Office has reviewed the Contractors’ qualification statements and found good faith efforts for each Contractor's intentions to meet M/WBE goals. |
Recommended Action:
Approval of the Advisory Committee's rankings and authorize the Chief Procurement Officer (CPO), subject to review and approval by the City Attorney’s Office, to award and issue subsequent renewals for Citywide Rapid Response Repair for Infrastructure contracts with the above seven (7) top ranked firms in that category and Citywide Rapid Response Repair for General Grouting and Repair or Replacement of Drainage Wells contracts with the above two (2) ranked firms in that category. Also authorize the CPO to issue Purchase Orders and change orders for all work ordered, against the resulting contracts, in the estimated annual amount of $10,000,000. |