Loading...
Agenda 06/13/2017 Item #16A1306/13/2017 EXECUTIVE SUMMARY Recommendation to approved the ranked list of design professionals pursuant to RFP No. 17-7128 “Engineering for Doctors and Wiggins Pass Dredging” and authorize staff to negotiate a contract with the top ranked firm CB&I Environmental & Infrastructure, Inc. for subsequent Board approval, and if contract negotiations are not successful with CB&I, then to authorize staff to commence contract negotiations with the remaining ranked firms, and make a finding that this item promotes tourism. OBJECTIVE: To obtain professional engineering services for the Engineering for Doctors and Wiggins Pass Dredging projects. CONSIDERATIONS: Engineering services are required to obtain a Notice to Proceed from the Florida Department of Environmental Protection (FDEP) and the United States Army Corps of Engineers (USACE) for Doctors and Wiggins Pass Dredging. The County intends to dredge Doctors Pass and Wiggins Pass after turtle nesting season beginning on November 1, 2017. Dredging of Doctors Pass and Wiggins Pass has been performed numerous times in the past and will be based on the recently completed survey and monitoring reports performed in February 2017. It is anticipated that these projects will be executed at the same time utilizing one mobilization. The exact sequence of construction has not been finalized, but one dredging event will immediately follow the other with no gaps or delays between dredging events. Services requested under an awarded contract may include but are not limited to the following: Utilize the existing permits for both Doctors Pass (JCP Permit No. 0331817-001-JC) and Wiggins Pass (JCP Permit No.0142538-008-JC), along with the recently completed surveys conducted in February 2017, as the basis for the design and permitting activities. Perform all permitting and design activities necessary to obtain Notice to Proceed authorization from FDEP and the USACE for both projects. Provide design, permitting, plans, specification and bidding documentation as necessary to execute the projects. Provide coordination activities during the design and construction with the contractor and permitting agencies. Review and approve all contractor submittals. Perform an Engineers Opinion of Most Probable Costs. Provide part time construction inspections sufficient to perform Engineer of Record Certification. Perform all Engineer of Record activities, issue a final report for each project and certify the results. Participate in 2 meetings with the County and local stakeholders to discuss the project. The County posted Request for Proposal (RFP) No. 17-7128 “Engineering for Doctors and Wiggins Pass 16.A.13 Packet Pg. 541 06/13/2017 Dredging” for the projects’ design in compliance with the Consultants’ Competitive Negotiations Act (CCNA) on April 4, 2017. The County sent out one-thousand seven hundred-twelve (1,712) notices and sixty-two (62) firms downloaded full document packages. The County received three (3) responsive proposals by May 3, 2017. On May 19, 2017, a four-member selection committee short-listed the three (3) firms based on an evaluation of their technical proposals. The selection committee unanimously ranked the firms as shown below: Name of Firm Final Ranking CB&I Environmental & Infrastructure, Inc. 1 Humiston & Moore 2 Stantec 3 The top firm, CB&I Environmental & Infrastructure, Inc., is sufficiently familiar with the scope of this project and is qualified by having performed similar work in Collier County. Staff recommends approval of the final ranking and requests authorization to commence contract negotiations with CB&I Environmental & Infrastructure, Inc. for this work. If contract negotiations are unsuccessful with CB&I, staff seeks authorization to commence contract negotiations with the remaining ranked firms, in order, with the objective of bringing back an acceptable negotiated contract for Board approval. FISCAL IMPACT: There is no fiscal impact at this time; once negotiations are completed and Board approved, funding is available within the Tourist Development Tax Fund (195) to complete this project. Funding for this work will not be requested for reimbursement from any grantor agency. GROWTH MANAGEMENT IMPACT: There is no impact to the Growth Management Plan related to this action. ADVISORY COMMITTEE RECOMMENDATIONS: Once contract negotiations are completed it will be presented to the Coastal Advisory Committee (CAC) and the Tourist Development Council (TDC) for recommendation for approval. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval.-SRT RECOMMENDATION: To approve the ranked list of design professionals pursuant to RFP No. 17 - 7128 “Engineering for Doctors and Wiggins Pass Dredging” and authorize staff to negotiate a contract with the top ranked firm CB&I Environmental & Infrastructure, Inc., for subsequent Board approval, and if contract negotiations are not successful with CB&I, then to authorize staff to commence contract negotiations with the remaining ranked firms (in order of ranking), an d make a finding that this item promotes tourism. Prepared By: J. Gary McAlpin, P.E., Coastal Zone Management, Capital Project Planning, Impact Fees and Program Management Division ATTACHMENT(S) 1. Notice of recommended award (PDF) 2. 17-7128 - Final Ranking (PDF) 16.A.13 Packet Pg. 542 06/13/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.13 Doc ID: 3258 Item Summary: Recommendation to approved the ranked list of design professionals pursuant to RFP No. 17-7128 “Engineering for Doctors and Wiggins Pass Dredging” and authorize staff to negotiate a contract with the top ranked firm CB&I Environmental & Infrastructure, Inc. for subsequent Board approval, and if contract negotiations are not successful with CB&I, then to authorize staff to commence contract negotiations with the remaining ranked firms, and make a finding that this item promotes tourism. Meeting Date: 06/13/2017 Prepared by: Title: Accountant – Capital Project Planning, Impact Fees, and Program Management Name: Gail Hambright 05/23/2017 2:34 PM Submitted by: Title: Division Director - IF, CPP & PM – Capital Project Planning, Impact Fees, and Program Management Name: Amy Patterson 05/23/2017 2:34 PM Approved By: Review: Zoning Gary McAlpin Additional Reviewer Completed 05/23/2017 2:41 PM Growth Management Department Judy Puig Level 1 Division Reviewer Completed 05/23/2017 3:25 PM Capital Project Planning, Impact Fees, and Program Management Tara Castillo Additional Reviewer Completed 05/24/2017 10:09 AM Growth Management Operations Support Allison Kearns Additional Reviewer Completed 05/24/2017 10:56 AM Capital Project Planning, Impact Fees, and Program Management Amy Patterson Additional Reviewer Completed 05/24/2017 1:57 PM Procurement Services Barbara Lance Level 1 Purchasing Gatekeeper Completed 05/25/2017 8:43 AM Procurement Services Sandra Herrera Additional Reviewer Completed 05/25/2017 9:56 AM Procurement Services Sandra Herrera Additional Reviewer Completed 05/25/2017 10:45 AM Growth Management Department Gail Hambright Level 2 Division Administrator Skipped 05/23/2017 1:45 PM Grants Gail Hambright Level 2 Grants Review Skipped 05/25/2017 10:47 AM Growth Management Department James French Additional Reviewer Completed 05/25/2017 6:27 PM County Attorney's Office Scott Teach Additional Reviewer Completed 05/26/2017 9:02 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 05/26/2017 11:33 AM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 05/26/2017 12:14 PM 16.A.13 Packet Pg. 543 06/13/2017 Budget and Management Office Ed Finn Additional Reviewer Completed 05/30/2017 11:27 AM Grants Therese Stanley Additional Reviewer Completed 06/01/2017 4:46 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 06/04/2017 11:16 AM Board of County Commissioners MaryJo Brock Meeting Pending 06/13/2017 9:00 AM 16.A.13 Packet Pg. 544 16.A.13.a Packet Pg. 545 Attachment: Notice of recommended award (3258 : RFP 17-7128 Dr.-Wiggins Pass Dredging) Page 1 of 1 Selection Committee Final Ranking Sheet (Step 2) RFP #: 17-7128 Title: Engineering for Doctors and Wiggins Pass Dredging Name of Firm Clint Perryman Eric Fey Eddy Chesser Shane Cox Gary McAlpin Final Total Final Ranking CB&I Environmental & Infrasructure, Inc.1 1 1 1 2 1.0 Humiston & Moore Engineers 2 2 2 2 4 2.0 Stantec 3 3 3 3 6 3.0 Procurement Professional Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their final ranking of the proposals. Step 2: The rankings of each committee member will be added together. The Firm with the lowest total shall be the number one (1) ranked firm. The firm with the second lowest total shall be the number tow (2) ranked firm, and so on. Step 3: The County will enter in to negotiations with the top ranked firm. If negotiations with that firm are not successful, the County will move on to negotiations with the second ranked firm, and so on, in accordance with Florida Statute 287.055 Consultants Competitive Negotiation Act. 16.A.13.b Packet Pg. 546 Attachment: 17-7128 - Final Ranking (3258 : RFP 17-7128 Dr.-Wiggins Pass Dredging)