CITY OF ORLANDO
COUNCIL AGENDA ITEM


Items Types:
Business and Financial Services
For Meeting of:
October 9, 2017
District: ALL From:
Contract ID: Document Number:
Exhibits: Yes On File (City Clerk) : Yes Draft Only: No
Grant Received by City?: No

Subject:
Award of Contracts in Response to Request for Qualification Statements for Citywide Rapid Response and Minor Projects for Infrastructure and General Grouting Repair or Replacement of Drainage Wells, RFQu17-0359

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.


Fiscal & Efficiency Data:

Services with qualified listed firms are contracted on an as-needed basis.  See the attached Fiscal Impact Statement.


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.



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: Roger Cooper
Approved By:

Department Date and Time
Budget Outside Routing Approval 9/28/2017 9:36 AM
City Clerk 9/28/2017 9:56 AM

ATTACHMENTS:
Name: Description: Type:
1st_Committee_Mtg.pdf 1st Committee Mtg Backup Material
2nd_Committee_Mtg.pdf 2nd Committee Mtg Backup Material
FIS_Citywide_Rapid_Response_Contracts_RFQu17-0359.docx Fiscal Impact Statement Backup Material
2017.rapid_.response_project.rfqu17_0359.pdf 2017 Rapid Response RFQu17-0359 Backup Material

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