Loading...
Agenda 11/10/2015 Item #11C Proposed Agenda Changes Board of County Commissioners Meeting November 10,2015 Continue Item 11C to the December 8, 2015 BCC Meeting: Recommendation to approve the award of RFP 15-6424, Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Programs, to Medical Transportation Management, Inc., d/b/a Southeast MTM, Inc. (MTM) for Scheduling and Dispatch Services and to MV Transportation, Inc. for Transit Operation Services. (Estimated annual amount $6,427,033). (Commissioner Taylor's request) Withdraw Item 17D: This item continued from the October 13, 2015 BCCMeetinj. Recommendation to adopt an Ordinance amending Ordinance 97-82,as amended,which created the Bayshore Beautification Municipal Service Taxing Unit,to expand the district boundary to include County owned right-of-way identified for the purpose of constructing pedestrian streetscape improvements within the right-of-way along Thomasson Drive. (Staffs request) Note: Item 16H1 Agenda Index title should read: Recommendation to appoint two three members to the Radio Road East of Santa Barbara Blvd. Advisory Committee. (Staffs request) Time Certain Request: Item 9C to be heard at 9:45 a.m. Item 9A to be heard at 11:00 a.m. Item 9B to be heard immediately following 9A Item 11E to be heard at 11:30 a.m. 11/10/2015 8:30 AM 11/10/2015 11 .C. EXECUTIVE SUMMARY Recommendation to approve the award of RFP 15-6424, Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Programs, to Medical Transportation Management,Inc., d/b/a Southeast MTM, Inc. (MTM) for Scheduling and Dispatch Services and to MV Transportation,Inc. for Transit Operation Services. (Estimated annual amount$6,427,033). OBJECTIVE: To provide scheduling and dispatching services for the transit system and to provide the operations of both fixed route and paratransit systems. CONSIDERATIONS: The current Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program is due to expire and accordingly, the Public Transit and Neighborhood Enhancement Division is procuring a new successor agreement. The County issued Request for Proposal # 15-6424, "Management Services Contract for the Collier Area Transit(CAT)Fixed Route and Paratransit Program," on April 27, 2015. The RFP separated the scope of work into two separate agreements; one to include regular transit operations and the other to include scheduling and dispatch services.Notifications were sent to 651 firms and 73 packages were downloaded. The County received eight proposals for the operations Contract and four proposals for the scheduling and dispatching contract by the June 4, 2015 closing date. Each proposer was given an opportunity to make a presentation to the selection committee. Due to the number of proposals received for the operating contract a second presentation was conducted by the three highest scoring vendors. The table below identifies the final ranking of the selection committee. Operations Fixed and Paratransit Scheduling&Dispatch 1. MV Transportation Inc. 1. MTM 2. Maruti Fleet&Management 2. MV Transportation 3. Keolis 3. Reveal Management Services 4. National Express 4. Intelliride 5. Ride Right 6. McDonald Transit America 7. Transportation America 8. Dolphin Transport Specialists By consensus of the selection committee, the recommended scheduling & dispatching firm for award is MTM and the recommended Operations firm for award is MV Transportation, Inc. The term of each contract is for an initial term of five years with three, one year renewal options thereafter. It is anticipated that further modifications will take place throughout the contract term to provide for added or adjusted transit routes. Throughout the contract negotiations process,the two firms agreed to take primary lead in some functions and work to coordinate others. In the best interest of the County, Staff recommends that these minor adjustments in scope are waived as minor irregularities per Procurement Services Policy Section 10 E. Although the services are separated into two contracts,the vendors are expected to work together to make the provision of transportation services a seamless process, including preparing and completing required reports assuring that at the end of the contract that all pertinent employees' files are retained by Collier Area Transit. Packet Page-292- 11/10/2015 11 .C. To ensure high level of service without negatively impacting service quality, Performance Standards have been established in the contract,which includes Incentives and Disincentives. The standards are included in Appendix 1 of the contract and will be used to evaluate operations on a monthly basis. The Transit Manager will provide oversight and review all reports and documentation to determine compliance and apply incentives or disincentives where applicable. The application of incentives/disincentives will be distributed to vendors every six months. Procurement Services posted the intent to award to RFP 15-6424, Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Programs for Transit Operation Services on September 3, 2015. Subsequent to that notice, Maruti Fleet & Management LLC filed an intention and their formal protest pursuant to the Board's Procurement Ordinance. As a result of the protest, the Board, on September 8, 2015, extended the current agreement through March 25, 2016 to allow ample time to hear and resolve the forthcoming protest. The Procurement Services Director reviewed the issues raised in the solicitation protest, denied the protest and directed staff to move forward with the award recommendation. The protesting party did not file a written objection to the decision issued by the Procurement Services Director. Staff recommends the award of RFP 15-6424, Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Programs, to Medical Transportation Management, Inc., d/b/a Southeast MTM, Inc. (MTM) for Scheduling and Dispatch Services and to MV Transportation, Inc. for Transit Operation Services for a five (5) year period with three (3) one (1) year renewal options commencing on March 26, 2016. The chart below depicts the estimated contract amounts in total over the five(5)year period. YEAR 1 YEAR 2 YEAR 3 YEAR 4 YEAR 5 $6,427,033 $6.340,767 $6,512,643 $6,632,530 $6,774,178 FISCAL IMPACT: This contract does not coincide with the County's fiscal year. The contract service period runs from March to February each year for the five year contract duration. The numbers in the table above reflect annualized contract costs. The following table identifies the source of funds in FY16 for this contract. Fund Revenue Source Amount 424 CAT Grant Florida Department of Transportation State Block $448,350 FTA Section 5311 Rural Area Grant funds $209,550 Service Development Grant $91,650 426 CAT Ops Gas Tax(313)FY16 Transfer $1,068,850 425 CAT Grant Match 428 TD Grant Federal Transit Administration(FTA) 5307 ADA $144,400 Commission of TD Trip&Equipment $390,850 427 TD Ops General Fund (001)Transfer $859,900 429 TD Grant Match GRAND TOTAL $3,213,550 Annually, the General Fund (001)and Gas Tax Fund(313)provide a subsidy in support of Transportation Disadvantaged (TD)paratransit and Collier Area Transit(CAT)fixed route services. This annual subsidy will not change as a result of this contract. Packet Page-293- 11/10/2015 11 .C. LEGAL CONSIDERATIONS: This item has been approved as to form and legality and requires a majority vote for Board approval.—ERP GROWTH MANAGEMENT IMPACT: Consistent with Objective 12 of the Transportation Element of the Growth Management Plan. RECOMMENDATION: That the Board of County Commissioners awards the Scheduling & Dispatching contract to MTM and the Operations contract to MV Transportation, Inc. to provide operations of both Collier County's Fixed Route and Paratransit and authorize the Chairman to execute the negotiated contract which has been reviewed by the County Attorney's Office. Prepared By: Michelle Arnold, PTNE Division Director Attachments: 1) Due to the size of the solicitation which is 531 MB and 140 pages long, it is accessible at: http://www.colliergov.net/ftp/AgendaSept0815/11 FFRP156424.docx 2) Final Ranking Sheets; Operations and Schedule and Dispatch 3) Due to the size of the Scheduling and Dispatch contract which is 18.3 MB and 501 pages long, it is accessible at: http://www.colliergov.net/ftp/AgendaSept0815/15- 6424Schedul ingandDispatchContract.pdf 4) Due to the size of the CAT Operations Contract which is 10.2 MB and 458 pages long, it is accessible at: http://www.colliercov.net/ftp/AaendaSept0815/15-424CATOperationsContract.pdf 5) Maruti's Formal Protest 6) Protest Response Packet Page-294- 11/10/2015 11 .C. COLLIER COUNTY Board of County Commissioners Item Number: 11.11.C. Item Summary: Recommendation to approve the award of RFP 15-6424, Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Programs, to Medical Transportation Management, Inc., d/b/a Southeast MTM, Inc. (MTM) for Scheduling and Dispatch Services and to MV Transportation, Inc. for Transit Operation Services. (Estimated annual amount $6,427,033). Meeting Date: 11/10/2015 Prepared By Name: ArnoldMichelle Title:Division Director-Pub Tran&Nbrhd Enh,Public Services Department 10/5/2015 8:24:02 AM Submitted by Title: Division Director-Pub Tran&Nbrhd Enh, Public Services Department Name: ArnoldMichelle 10/5/2015 8:24:03 AM Approved By Name: SotoCaroline Title: Management/Budget Analyst,Public Services Department Date: 10/6/2015 8:53:03 AM Name: SainvilusJames Title:Project Manager,Immokalee County Redevelopment Agency Date: 10/7/2015 9:53:51 AM Name: MarkiewiczJoanne Title: Division Director-Procurement Services, Administrative Services Department Date: 10/7/2015 1:54:32 PM Name: TownsendAmanda Title: Division Director-Operations Support, Public Services Department Packet Page-295- 11/10/2015 11 .C. Date: 10/7/2015 2:13:42 PM Name: JohnsonScott Title: Manager-Procurement,Administrative Services Department Date: 10/8/2015 12:39:42 PM Name: JohnsonScott Title: Manager-Procurement, Administrative Services Department Date: 10/8/2015 12:40:13 PM Name: HerreraSandra Title: Manager-Procurement,Procurement Services Date: 10/12/2015 2:04:28 PM Name: BrilhartBrenda Title: Procurement Specialist, Procurement Services Date: 10/15/2015 8:57:36 AM Name: AlonsoHailey Title: Operations Analyst,Public Services Department Date: 10/19/2015 4:02:26 PM Name: AlonsoHailey Title: Operations Analyst,Public Services Department Date: 10/22/2015 11:40:52 AM Name: AlonsoHailey Title: Operations Analyst, Public Services Department Date: 1 0/22/2015 11:41:37 AM Name: CarnellSteve Title: Department Head -Public Services, Public Services Department Date: 10/24/2015 9:03:09 AM Name: PepinEmily Title: Assistant County Attorney, CAO Litigation Date: 10/26/2015 2:22:24 PM Name: OberrathKaren Title: Accountant, Senior, Grants Management Office Date: 10/27/2015 12:39:44 PM Name: PepinEmily Title: Assistant County Attorney, CAO Litigation Packet Page-296- 11/10/2015 11 .C. Date: 10/27/2015 3:14:25 PM Name: KlatzkowJeff Title: County Attorney, Date: 10/30/2015 9:34:33 AM Name: StanleyTherese Title: Manager-Grants Compliance, Grants Management Office Date: 11/2/2015 4:09:58 PM Name: OchsLeo Title: County Manager, County Managers Office Date: 11/3/2015 5:55:28 PM Packet Page-297- 11/10/2015 11 C .... _ = • --r,i- L, .. as • • • .1•--,•:" tz •L— cv re)t4....44 u.. ),,,••: 4i4i1) ern c■I co ,,4-,- 5 as ',,?,4 c‘i O iirM C > rot. ce, < O — it4 ,.. o a) 4.ifie co C.) :R• • . , ,-- = ,,...,&',',::::.-I•ki. I- O 03 a) . •e- 1,,,,-.4. 305 :7.1 ct E F..,..- ,t,....4 C.) _ g a) ca 1— ,--1 0 CO• Li. 1... ...j. =>,.ct ■ ., : t1C U) _, c)... = 0 m .... , ees ci) ....., — 4., •,,, .... CU 65it. i7) C..1 0, 4:4,,, 06 au M E cts tti co ;00 m = .0 wk-4.,-4 o O 0 o ,.. C. rb• _ ' 41,. .,. 75 >, ',"'" C°4 CI Oth '' t- co = X C 0 Fit: L Licoc (...) 0 .- o e.) _1 ..,?..' , = a, . ,,,,- a) ...1.- C LT. CA ..-C"' 4.. (D 0 CD , a) C- C '?,...--:fi' cn O 5 0 Ca ,,,,Z.■ F■9,. ca cf) co iri,:z. cp_ i ti; to f 11W a) Z Z 't °5 Attl CC U) . ,— cr) 2 i.. w a) (75 -- ,,.....,..iilb- .cn- a) Q N -,--- "- 1-- -5 u)'-,,‘,P v1-0 .. = w =;.,„,,,t,L,p, 0 < 11.... i:.. cap) 0 2 2 - •Afex a. Packet Page-298- 11/10/2015 11 .C. ... .-, u, a) o y- 03 ,... -' en e, t _=(1) -910 c CU .— U.. - 0 = o 0 73 c , - 0 a.) "..' - > , -.-' 2 47 j-- „0 r- ,' 4 n...., CU CS Cb CO. cc), co CO r Lc, • le:s3 ,-- N.-- 04 co , - 0 • CU ,_ > C•I 4 . a) +.. %—• 0.1 el CI' ' >4 cf) ... = a, E CD P. -• ' = = , 2 ..:o-.. 03 Ct E .- r- clo.) —g , o .7r CO LL " re ....'r ...f CU D— taA T''' ,• * • CU 0 0— ." C • (4 , 0 4••• = 7';'±'41 CU f■ C ,..„, ,.— 4, "" < "/..• , 1 03 CIS a) ... c) 8 0 ,,, ,. a_ , •E-.. CNI C`^) Mt' '■ ''',- ct C1) CU t... ........ , 1«.- 0 0) 1■1'1.•.14 4.• ,'''"i ...., 2 „. co a) 0 E < t 45 (.) :. u) a c a. 0 0 co --~' ca LL --=' -'a" ... )E 05 " 0 E • - '5 CNI I- '..,,- a) -.,, 0. _ as CD — w z::1) ',:! ti) Vi l'3 c.f.' c?) Z z ss ..0 Ct i 0 11.P 1-1- , = I" i . Packet Page-299- 11/10/2015 11 .C. ONE NORTH CLEMATIS STREET SUITE 500 WEST PALM BEACH,FLORIDA 33401 TELEPHONE:561.832 3300 BROAD AN ID CASSEL,SET ww.bro dandc ssel. om /'ail j-., www.broadandcassei.com A T T O R N L'Y S AT LAW CLIFFORD I.HERTZ,P.A. TELEPHONE:561.832.3300 FACSIMILE:561.655.1109 EMAIL:chertz@broadandcassel.com September 10, 2015 VIA ELECTRONIC MAIL AND FEDERAL EXPRESS Joanne Markiewicz Director, Procurement Services Collier County Procurement Services Division 3327 Tamiami Trail E. Naples, FL 34112 joannemarkiewicz@colliergov.net • Re: FORMAL PROTEST Recommended Award— Solicitation Number 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Dear Ms. Markiewicz: The undersigned represents Maruti Fleet & Management LLC ("Maruti") in connection with the above-referenced matter. Enclosed please find Maruti's formal protest of the Recommended Award for Solicitation Number 15-6424, Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program — Transit Operation Services. Should you require anything further,please do not hesitate to contact us. Thank you. Sincerely, BROAD AND CASSEL Clifford I. Hertz, P.A. Enclosure cc: Maruti Fleet&Mgmt.LLC(via electronic mail) BOCA RATON • FT. LAUDERDALE • MIAMI • ORLANDO • TALLAHASSEE . TAMPA . WEST PALM BEACH 4837-5444-9704.1 47884/0008 Packet Page -300- 11/10/2015 11 .C. FORMAL PROTEST OF RECOMMENDED AWARD SOLICITATION NO. 15-6424 TO: JOANNE MARKIEWICZ DIRECTOR, PROCUREMENT SERVICES 3327 TAMIAMI TRAIL E. NAPLES, FL 34112 joannemarkiewicz @colliergov.net RE: MARUTI FLEET&MANAGEMENT LLC FORMAL PROTEST OF RECOMMENDED AWARD RFP NO. 15-6424—MANAGEMENT SERVICES CONTRACT FOR THE COLLIER AREA TRANSIT (CAT)FIXED ROUTE AND PARATRANSIT PROGRAM In accordance with Procurement Ordinance 2013-69 as amended by 2015-37, MARUTI FLEET & MANAGEMENT, LLC ("Maruti") hereby submits its formal protest of the Recommended Award for the Transit Operation Services for Solicitation no. 15-6424 — Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program. 1. Name and address of County Agency affected and the solicitation number and title. Collier County Administrative Services Department Procurement Services Division 3327 Tamiami Trail E. Naples,FL 34112 and Collier County Public Services Department Public Transit&Neighborhood Enhancement 3299 E. Tamiami Trail#103 Naples,FL 34112 Solicitation no. 15-6424—Management Services Contract for the Collier Area Transit(CAT) Fixed Route and Paratransit Program 4820-5319-4792.1 47884/0008 Packet Page-301- 11/10/2015 11.C. Maruti Fleet &Management LLC Formal Protest Solicitation No. 15-6424 2. The name and address of the protesting party. Maruti Fleet&Management LLC 4533 Highway Avenue Jacksonville, FL 32254 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. Maruti is unaware of whether the material facts stated below are disputed, but assumes that the Selection Committee disputes the ultimate allegations that they departed from the requirements of fair competitive procurement practice as set forth below. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. A "public body is not entitled to omit or alter material provisions required by the RFP because in doing so the public body fails to inspire public confidence in the fairness of the [RFP] process." Emerald Correctional Mgmt. v. Bay Cnty Bd. of Cnty. Comm'rs, 955 So. 2d 647, 653 (Fla. 1st DCA 2007) (quoting Dep't of Lottery v. Gtech Corp., 816 So. 2d 648 (Fla. 1st DCA 2001)). Where an agency's action does not follow the stated bid procedures or the agency acts contrary to the procedures or bid documents, the agency action is arbitrary and capricious, and clearly erroneous. Id. In this case, the Procurement Services Division's Selection Committee conducted a final scoring process that did not apply the criteria and weighting values prescribed in the RFP, which would allow the decision to be subject to review for rationality and fairness, but instead made a final ranking based upon independently improvised criteria not outlined in the RFP. Because the Selection Committee failed to observe the specified criteria delineated in the RFP in making the recommended award,the award is improper. 4820-5319-4792.1 47884/0008 Packet Page-302- 11/10/2015 11 .C. Maruti Fleet &Management LLC Formal Protest Solicitation No. 15-6424 On or about April 27, 2015, the Collier County Board of Commissioners Purchasing Department, at the request of the Collier County Public Transit & Neighborhood Enhancement (PINE;) Department, issued Request for Proposal 15-6424, Management Services Contract for the Collier Area Transit (CAT)Fixed Route and Paratransit Program (the"RFP"). The Scope of Work was divided into two components — Part I, the CAT Transit and Paratransit Services ("Operations"), and Part II, the CAT Scheduling, Dispatching (S&D), Call Center, Intelligent Transportation Systems ("Scheduling & Dispatch"). Vendors were permitted to submit proposals for both portions of the project, but could only be awarded the contract for one part. Maruti timely submitted a proposal for Part I (Operations)under the RFP. Exhibit II, Section 9 of the RFP provides for the evaluation of the proposals, and indicates that the"committee members shall score each Proposal in accordance with the rating criteria set forth below." Exhibit II, Section 11 specifically outlines the rating criteria for the award: Plans and Programs 30 Financial Capabilities& Cost to the County 20 Experience & Capabilities of Firm 30 Past Experiences and References 10 DBE/SBE 10 Total Points: 100 This scoring process is mandatory, as indicated by the term "shall." No other scoring process was authorized under the RFP. On June 22, 2015, the Selection Committee for the Procurement Services Division heard presentations from all companies that submitted proposals under Part I of the RFP, and made its initial scoring and ranking following the presentations. After consideration of the information 4820-5319-47921 47884/0008 Packet Page-303- 11/10/2015 11 .C. Maruti Fleet &Management LLC Formal Protest Solicitation No. 15-6424 presented, the Selection Committee determined that it wished to hear additional presentations from the top three firms, to wit: Maruti, MV Transportation, Inc. ("MV"), and Keolis. See Ex. "A."The second round of presentations was scheduled for June 30, 2015. The Selection Committee subsequently issued a list of"clarification questions" to the three firms, the items of which were to be addressed at the June 30, 2015, meeting. See Ex. "B." The clarification questions do not relate to individual items or sections of the RFP, and it is often unclear to which, if any, scoring items they relate, or what points would be allocated for the responses to such questions. Several of the clarification questions went well beyond the scope of the RFP. Clarification question #2 asks the firms to "list the ITS components that your company is proposing to deploy and are they included in your proposal, to better manage CAT operations" [sic], even though the implementation and management of the Intelligent Transportation System is exclusively within the province of the scope of services for Scheduling & Dispatch. See RFP Ex. A-2, § 1.7 ("The Contractor shall be prepared to provide all resources necessary to operate and administer ... assistance with all aspects of the Intelligent Transportation System (including planning, troubleshooting, assistance with implementation and maintenance of the system)"); Ex. A-2, § 4.3 ("The Contractor shall be prepared to provide all resources necessary to troubleshoot and plan for the systems intelligent transportation systems ... in the near future, it anticipated that the Contractor shall assist in the planning and implementation of future ITS systems."). MV, which had submitted bids for both Part I and Part II of the RFP,presented and offered to the County the free use of technological systems that would benefit the call center, "as a corporate, a partnering team" (MV Transportation answers to proposal_6-30-15.mp3 @ 10:36- 11:09) notwithstanding the fact that MV was being considered for, and ultimately was 4820-5319-4792.1 47884/0008 Packet Page-304- 11/10/2015 11 .C. Maruti Fleet &Management LLC Formal Protest Solicitation No. 15-6424 recommended, the award for the Operations contract. Indeed, the Selection Committee at least in part considered the ability to leverage MV's offer of no-cost technology benefitting the Scheduling & Dispatch call center in issuing the Recommended Award for the Operations contract: • "From a technology standpoint, I can't say anything but great. I mean,they brought so much technology to the table." (Final Selection Committee Mtg_6-30-15.mp3 @ 9:05) • "The software and what it can do, the sophistication of suggestions were top notch. I am really pleased to see what they did already with our other new partner to consider how the tools can come together, and to do that at no extra cost to us." (Final Selection Committee Mtg_6-30-15.mp3 @ 10:44) • "The technology in this proposal was just outstanding." (Final Selection Committee Mtg_6-30-15.mp3 @ 14:30) Clarification question #5, requesting the "one thing that makes [the vendor] stand out above the rest of the vendors that will bring added value to Collier Area Transit," is nebulous at best and could potentially relate to any number of criteria listed in the RFP (with varying applicable scoring points). Further, it is impossible for a vendor to define what makes it "stand out above the rest of the vendors," as bidders did not have access to the bid proposals or business procedures of the other vendors. Following the presentations, the Selection Committee ignored the specific scoring criteria delineated in Exhibit II, Section 11 of the RFP. The Selection Committee did not re-score the proposals, nor did it adjust its prior scoring, but instead issued a simple ordinal ranking of the three firms based upon unspecified criteria. See Ex. "C." MV received the first place ranking, and Maruti received the second place ranking. The Selection Committee's reliance upon the information provided pursuant to the clarification questions and unspecified weighting of this information ignored the delineated criteria as outlined in the RFP. By relying upon subjective 4820-5319-4792.1 47884/0008 Packet Page-305- 11/10/2015 11 .C. Maruti Fleet&Management LLC Formal Protest Solicitation No. 15-6424 criteria not outlined in the RFP to formulate an overall ranking without scoring, the Selection Committee's decision was arbitrary and capricious. On September 3, 2015, the Procurement Services Division issued its Notice of Recommended Award of the Operations contract to MV. In light of the foregoing, the recommended award to MV was erroneous. Maruti timely filed its Notice of Intent to Protest by letter dated September 4, 2015. All applicable conditions precedent to this formal protest have been satisfied. 5. The protesting party's entitled demand for the relief. Maruti respectfully requests that the Board of County Commissioners set aside the recommended award for the Operations contract to MV. Maruti further requests that the Selection Committee split the recommended contract award between MV and Maruti, or, in the alternative, issue a new RFP for the project and award the contract according to the new RFP. 6. Such other information as the protesting party deems to be material to the issue. None. DATED September 10, 2015. Respectfully submitted, Clifford Hertz Florida Bar No. 291935 BROAD AND CASSEL One North Clematis St., Suite 500 West Palm Beach, Florida 33401 Telephone: (561) 832-3300 Facsimile: (561) 655-1109 E-Mail: chertz @broadandcassel.com Attorneys for Maruti Fleet&Mgmt. LLC 4820-5719-4792.1 47884/0008 Packet Page-306- 11/10/2015 11 .C. Coler County Email: BrendaBrilhart@colliergov.net Telephone: (239) 252-8446 Administrative Services Division FAX: (239)252-6697 purchasing Memorandum Date: June 24,2015 From: Brenda Brilhart, Procurement Strategist To: Proposers Subject: Clarification for 15-6424 Management Services Contract for Collier Area Transit Fixed Route and Paratransit Program The Selection Committee for the RFP referenced above met on June 22"d and ranked the Operations Proposals—the Committee could not reach consensus on the final ranking and it was decided that the top three ranked firms would be invited back to provide further clarification. A short list of questions will be provided (in a separate email)that shall be addressed within each firm's allotted timeframe. On June 30th, 2015, each proposer will be provided thirty(30) minutes. 8:30 AM—9:00 AM Keolis 9:10 AM—9:40 AM MV Transportation 9:50 AM—10:20 AM Maruti Fleet& Management 10:30 AM Selection Committee will Reconvene and Rank Firms Please complete the attached spreadsheet and submit to me via email by Friday June 26th If you have any questions, please contact me directly. Thanks C: Michelle Arnold,Director PTNE Enc: 1 EX tBIT Packet Page-307- 1 11/10/2015 11 .C. Tara Pellegrino From: BrilhartBrenda Sent: Thursday,June 25, 2015 8:58 AM To: Sandi Hill;gary.coles @mvtransit.com; eduardo.carrion @marutitransit.com; egriffin@mvtransit.com Cc: ScottTrinity; OteroBrandy; MillerRon; KhawajaAnthony; OberrathKaren;ArnoldMichelle Subject: RFP 15-6424 Mgt Services for CAT Fixed and Paratransit. Attachments: Clarification Questions 6 24 15.doc Good morning, please find list of questions that need to be addressed on June 30th. Thanks Brenda Brenda Brilhart, Procurement Strategist Collier County Government 3327 Tamiami Trail East Naples, Florida 34112 (239) 252-8446 (239) 252-6697 Fax Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request,do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. EXHIBIT Packet Page-308- 11/10/2015 11 .C. 15-6424 CAT Management Services Contract for CAT Fixed Route and Paratransit Program CLARIFICATION QUESTIONS JUNE 30th, 2015 SHORTLISTED FIRMS 1) What immediate options or modifications would your company recommend to CAT management to make the fixed and paratransit operations more cost effective and efficient. 2) List the ITS components that your company is proposing to deploy and are they included in your proposal, to better manage CAT operations. Provide the Technology/Software used, describe its function, capabilities, strengths and shortfalls. Please indicate if there are any additional costs to the County for the use of the technology. Also if there are any technologies that you will be considering in the near future please list those and indicate the cost to the County if any. 3) The current contract requires paratransit drivers to have a CDL, however, since their current equipment doesn't require a CDL, many drivers are unaware of the requirement and do not have it. If an existing paratransit driver meets all other qualifications besides the CDL requirements, what will your company do to assist the drivers in order to retain the otherwise qualified individual? If the driver is willing to obtain a CDL, will that be at the drivers expense or the company's expense? If at the company's expense, has that been accounted for in this price proposal? 4) Clearly define employee benefit packages and incentives for drivers and all other employees related to this project. If there are incentives,what would the qualifiers be? What has been done for previous contracts? 5) What is the one thing that makes you stand out above the rest of the vendors that will bring added value to Collier Area Transit? Packet Page-309- 11/10/2015 11 .C. c - 0Oo N Crf N a0 0 r- r" o LID d • C1 r CV'C+i f/) C. N O C • C i 0 G1 _ ;'Q a c s 3 'm co y R u d o 0 a U L 9- U U J . R Y (� O Q) Y Gyi p C C N O I e ro � C N o _ EXHIBIT LL a ro :401 0 2 2 0- c10° Packet Page-310- 11/10/2015 11 .C. :4,219-0,411.. jfiE I 2 1 '' "1.1 } $ fils1 I yIIIIIIIFIfi t, '1,1 a qf � S, I � l T� f ay l, T `k&it 0 { O O O N f 111 d: i 1'A L 3 1 1 •'• > » • M i CD 4.4. I a a r I i ert 7Er t ' ..4r w: E ca.� � �'�� �q�it,,�ll ��- u�#sig A V G 1L1 j kr4' „ICI'"''' 1 fp ;41 =1s,5 ErS4 EF : Y O ���// �l X11 is +,1dJ�t y t a-i a co 1� ;I m�,I Jnk�' d;l(;g — ..-,e 3a a1 d C C3 f n a�Sc 1^ OD cf) ii- O. -�4' I 4t;;r 1 �Lm ' q, `1 '°r Pg." - ik Q d t4 f. s h 6 h as .,� i' I 4 hot cx) L 1 4 -Ji' Jo f y. ,�'1'1i r±i ` 5 EdI'b„iA rua' t bk , Sf ii �� co 'El rxL t' 1 \0 ¢k1 b � aak so_ � O Ne' �I� ■ l-� , _ CC rt:' r�Y�{tl :. ' f 5 I� t °r nr�tt 2i 1 X I6g�i 5� tM c Jl a dit •p` w a F§' rIC tai- x lEol Ids 0444! 0 .p�4�d .:b.V i5I d1t ilk q ] tIi i1' 1 " C . _ 1 Q) O i as ri I ���I,�,,? V ft ap.44 jq1 ,FaI'� I N'ti • l : 0v N 31t�t�ii � i A lJ ` O a 2- iu. a,5 r s � 1 5 � IS €y Y,I 1 Ol �.pi,.Gil .'�' •rte' k.'L1' �n q^`�i '�'r rcx �.�Ci ,�'A' co Packet Page -311- 11/10/2015 11 .C. • u 111 rig .i I i�7,p 1°41111r• 1.1.m.` 4 I ��II "� j' i q r "•§1=0 I it L1a O O O I 0 Sky,, .- - fie, '1f V a;I * 0 * F.I, � I�F�y1 I�1�5," I� x�+11 YS -fit "� ',..f'i 16.49: I h:1i alr I' �I, ul J' i9 41-�ay �I (591 0 N I _ y ' 1 X16 cy." I _ s f a � I f , 4..---:-,'o ,p 44 li q-i, • /,-- =• ". •0 0 32 c c i„,41,;,;,.,.... 1 I4 , rxl •K . to a co t13 al N LL O na e 9 i4 , 'i z r F tz •, _IA- ,41.,...,F,,: , i L. '4.t. '1'.. ikt 0. 'did S S' '' C3i M l 15#1" d f l r IgI�t� IY ,9i 6t .`TJ;• 4 ir�l,lg. '`SP - ' ' i le'. �e di 6s _ I• ,rirI�^ �n fief r� r d9L te e g " �'+ avid xlr ' 14e.t u n l'- h e. r. 3F I I� . 11 91 F �ci 7'C.l; X �9 I g@ { '��I 31' r't�Ck'dOy �9�y 4.... 1 4 ik� ,� a� j co�� LL .1 447.711 i�f�.,"`, r z*;, ;_. 1 Gig ms q c x-27' h },�I�P� yi5 ' 1' v g iber.�II� g 4 AI 3 DIVA -6;Ip. l ' , 6IA 0 l r�sal�4 'a 4 la IA U I wO�i ii l pip r-I n �I �� n�r'.I Itr� n1 . 2 (0 Ilk§y "t'Y 1 A 1 1 1. r C �i '�' N al C r€ + ,, ' '414,Aµµ " N 4 .�6JI P" I ,V� , ` k '' 11-';,-,.:,-,'a �1� : a)to O V .�#9.0 i - o @ IBr G III �:u fi tiu i §1 c4'g �' . 314911., a+jM 9' (ylr�'s cc O I'4' a ';g 190 �� IL tl' N S _k �' I°' 4 , i a W O xCD o Q a d • F '�O w $ rt r w-4P+'."IL r 05` d Packet Page-312- 11/10/2015 11 .0. —14P o \� O > > N o M 0 0 0 (O m cu e s 2 O ro E � ;m o c U Y C C co a1 C N a_ as tu OC 3 w: C t rn w c Y E' E B. O m t w v o U J i` o E to gi ii) iit ig'" 4:k". :,.,-,_,.',.- N c y a d r Y i=U � Q. as Packet Page-313- 11/10/2015 11.C. Ia b4 'idru�d sp ,� a,�- Ish11�� t 1 far �y pMI 4 h '` ,,I.'44:0„,411,1111g,ict,11E1'Ali c■ 0 o q::,,,opnaritt 40444;4 ::-_- :-..... :..--- dyip,d" 1'f„1a�0a 0: ory aoo # it 4 � Vr Y I ”dx F 0 O� �N i� ao Nxy �,��a�: 0 0 0 0h lh .G b m s c■ 0 _ f it , j f ,a. x u ]�• : I }} �.r r c-I '4:(C)V to r ,xlpN gM"" �a f ^` O 1:13 RS Irli"ek4019,j':`1!!M'44RL/74144iiil 01 " 4f,61a wh �aa % LL I a P.R.i.5a s....• .5h", h.:aa11. 1:. t °n':, t,R Q. g ctrl"' '^��,y '� hew W'` , k `9 w a}h' 'n4...1 .Iid�g ���e y( '''^mo^t CII4 h�.a 9 i 1Y�JrLr P,f A TUi. L C 03 L 14 .�4 Geaew Y b"�y� co 1:, yak t �a 4,, 1,'t �k r rani;. u, a'PR}lF� ti� �at r £0' • 1 r y ialiS 4.1 ,1 h I U_ x-fri r51 wLcr▪ F i ` 1 C; Q 4N { OS nN �?{Ia t='! \°L\° 0 aiA€l�= is1* r lI i a '� lid:444:, - 'I-. Ikf �Y 9�Yk s C_) p 'r ny.q-laI , '.-T.9hinrM •,1a J ,'� V ' ,6∎ i 1 w'45't13&n fi i q t w�.y�i _. m i 142,1 as fl ah �� 9 L�rvk9 i▪ �• 1 1 1 F:01.;+ `l"L�IJ "t , I �tr4 a) .V s''� a 04,1 G 1c▪"aFgg 1 0 t—..��, 1. . s Cl k� s �3 if s Lr cc' ∎, ...-.-4,P1 k w _"mow b CEO 0 ' :a= riles)1 s X1{.$4 !e ° 06r ; / in , ,, , mv,40,,a aher; _ rtN 0 _ ;, CO ` S a y..1�*,S.C„`A6Ei�Ltft� s.- 3HU1i I J� 1, _ -- (((\\\n e L. a 0 0.L',?-1 I.a€ r 's' ji' r '`�,I'^a' LWL 0 `V-. U E .w n a F 'to pi▪ zrc 1 a. *NI I - IC e:.:) Page -314- 11/10/2015 11 .C. $1 k 5, 1i` att yti F r� 1 �] t B F ",L r. 0111 ,AL= :9 O ., I s,1,4 ]N #.'11:91 12F;"J ''' , 1 � 1 Ii o J ' =]ad]` 3 1.4, II VIII O O '7—:..5 N 1 d`.. :%...N LI11 > > o ri°° 7 It1uI • I -- ro - ❑- `` ;e V,th�61 r, 1`i L o # ♦�1 j y 1;c011 a; l r t ' '3 11 :i*r L"1;K 1L.ci / 1 Is 4, 1 i, ti ps, iL X.l i< .€ k f1744,-, 14 r v 'yr .lQ, 'I I rte. Il^cy /'� tied tit), 1 d.. .— „, ti I p F 4 1 �u 1, 1,� a mi 4 i L. -3(if,L 00. f,f,,o i i r a , 8 ' *i:.t 4'I i,..∎. , : 111 —1 f , 4.,., ia�. d I � Ir 1��+�'ry7t*` ��s d �I Is 1 Ci9ku j,ll y I�I C CU (e 4s i.� 1yec ii N O F MI »-' =Za � C "'.t"-'r U1 o C) a) L'G .5 aft 44'",ii e II C.E.O N "' y Y sa c 7 IB m c Te N I to@ E h 'µv.. t 1. ar- y I ~ t� co C I.. 1 , W P Xa d !x.11 L.,.. Iau ral 2 ,.r. = Packet Page-315- 11/10/2015 11 .C. Go -jer County Administrative Services Department Procurement Services Division September 28, 2015 VIA ELECTRONIC MAIL AND CERTIFIED MAIL Clifford I. Hertz, P.A. Broad and Cassel One North Clematis Street Suite 500 West Palm Beach, Florida 33401 Facsimile: 561-655-1109 Email: chertzbroadandcassel.com RE: Protest Decision Regarding Solicitation No. 15-6424 Management Services Contract for the Collier Area Transit(CAT) Fixed Route and Paratransit Program Dear Mr. Hertz: I am writing in response to your formal protest letter of September 10, 2015, filed on behalf of Maruti Fleet & Management, LLC, ("Maruti") pertaining to the recommended award of the above referenced Solicitation. The following is a summary of each of the issues raised in your protest and findings regarding each. A. The Selection Committee conducted a final scoring process that did not apply the criteria and weighting values prescribed in the Request for Proposal (RFP), and no other scoring process was authorized in the RFP making the final ranking based upon independent improvised criteria not outlined in the RFP. FINDINGS: On June 22, 2015, the Selection Committee held a meeting for the purpose of issuing their Step 1 ranking and to afford the Proposers an opportunity to make presentations. At the conclusion of presentations and meeting, the Selection Committee ranked Maruti and MV Transportation, Inc. #1 and Keolis #3. By consensus the Selection Committee voted to either solicit from the top three Proposers additional questions for clarification or request another presentation, in order to break the tie. The above referenced solicitation document, more specifically, Section 9. Evaluation of Proposals, subsection 7 (page 13) permitted the County to request additional information through "interviews or oral presentations." Further, subsection 8 of that same section reserved the County the right to "request[ing] supplemental proposal information." FrorairernentS.,oraces EFnsan•3327 Tarrson Tras East•Naples.Florida 3:112-1 901.219.2523407•wsn oihergov.neup;ocurenxntservices Packet Page-316- 11/10/2015 11 .C. Protest Decision Regarding Solicitation No. 15-6424 Management Services Contract for the Collier Area Transit(CAT) Fixed Route and Paratransit Program Page 2 Maruti now contends that "[The clarification questions do not relate to individual items or sections of the RFP . . .[.]" and that "[s]everal of the clarification questions went well beyond the scope of the RFP." Notably, the RFP admonished prospective firms that it is their sole responsibility to "immediately notify the Procurement Strategist" upon discovering any ambiguity, conflict, discrepancy, omission or other errors "prior to submitting the proposal." See RFP Exhibit II. General RFP Instructions, Section 4, Ambiguity, Conflict or Other Errors in the RFP. The opportunity to protest the terms of an RFP is also found in the Ordinance No. 2013-69, the Purchasing Ordinance, at Section 23B, Protest of Bid or Proposal Award. The Procurement Strategist emailed the list of questions to the competing firms on June 24, 2015; six days in advance of the June 30, 2015 Selection Committee meeting. Despite the opportunity and duty to protest the terms of the RFP prior to submitting its proposal, Maruti failed to do so. Regardless, this office found that the Selection Committee's final ranking by consensus was properly based on their review of the scores and all the information presented to the Committee. The Selection Committee complied with the requirements of the scoring process authorized by the County's Procurement Ordinance and the RFP, specifically as listed below. The Procurement Ordinance, as amended, provides: Section Two: Purpose. The purpose of this Procurement Ordinance is to codify and formalize Collier County's Procurement Policy, to provide for the fair and equitable treatment of all persons involved in public purchasing by the County, to maximize the purchasing value of public funds in procurement, and to provide safeguards for maintaining a procurement system of quality and integrity. Any provision of this Ordinance in conflict with statute is null and void as to the conflict. (emphasis added) Section Twelve: Competitive Proposals. Subsection B. 4. Proposals may be solicited and/or received in one or more steps as permitted by law and deemed appropriate by the Procurement Services Director. Unless otherwise prohibited by law, the Procurement Services Director shall have the discretion to solicit and conduct simultaneous or concurrent negotiations with one or more firms. (emphasis added) RFP "Exhibit II: General RFP instructions," permits the County to take into consideration in the evaluation and ranking process of the proposals the following: Packet Page-317- 11/10/2015 11 .C. Protest Decision Regarding Solicitation No. 15-6424 Management Services Contract for the Collier Area Transit(CAT) Fixed Route and Paratransit Program Page 3 8. Method of Source Selection The County is using the Competitive Sealed Proposals methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. The County may, as it deems necessary, conduct discussions with qualified Vendors determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. (emphasis added) 9. Evaluation of Proposals The County's procedure for selecting is as follows: 7. Collier County will consider all the material submitted by the Proposer and other information Collier County may obtain to determine whether the Proposer is capable of and has a history of successfully completing projects of this type, including, without limitation, additional information Collier County may request, interviews, or oral presentations. (emphasis added) 8. The Selection Committee, as approved by the County Manager or designee, will review, evaluate and rank all responsive proposals received from Proposers responding to this RFP. The committee members shall score each Proposal in accordance with the rating criteria set forth below and may, at their discretion, schedule presentations from any firms submitting a proposal. The Selection Committee will rank qualified firms in order of preference and by consensus using all information presented to the Committee, choose the top ranked firm and will subsequently enter into negotiations with the top ranked firm. Award of the contract is dependent upon the successful and full execution of a mutually agreed contract. (emphasis added) The County reserves the right to withdraw this RFP at any time and for any reason, and to issue such clarifications, modifications, addendums, and/or amendments as it may deem appropriate, including, but not limited, to requesting supplemental proposal information....(emphasis added) It is important to note that the evaluation of proposals involves both a review and individual scoring of each proposal based on the RFP criteria and a collective ranking of qualified firms by the Selection Committee "in order of preference and by consensus using all information presented to the Committee" RFP, Exhibit II, Section 9, subsection 8. Following the individual scoring, and the receipt of all the information presented, the Selection Committee reached a consensus recommendation as required by the RFP. Packet Page -318- 11/10/2015 11 .0. Protest Decision Regarding Solicitation No. 15-6424 Management Services Contract for the Collier Area Transit(CAT) Fixed Route and Paratransit Program Page 4 B. The clarification questions (specifically citing #2 and #5) went beyond the scope of RFP and the Selection Committee's reliance upon the information provided pursuant to the clarification questions were of an unspecified weight and not outlined the RFP to formulate ranking. Therefore, the Selection Committee's decision was arbitrary and capricious. FINDINGS: This office found that the clarification questions were within the scope and criteria of the RFP. The Selection Committee demonstrated good faith and fairness, by deciding to issue clarification questions and to schedule additional presentations with the top three firms, for the purpose of selecting the most qualified Proposer. The Step II final ranking was based on the criteria in RFP, taking into consideration the presentations, discussions, and responses to the clarification questions. Below are the criteria sections in the RFP that specifically address questions #2 and #5, as cited in your protest letter: • Question 2 is a further elaboration to Tab II, Plans & Programs and Tab III, Financial Capacity and Cost of Service of the proposals submitted by the top three firms. • Question 5 is a further elaboration to Tab IV, Experience and Capacity of Firm of the proposals submitted by the top three firms. I have carefully reviewed the issues raised in Maruti's September 10, 2015, bid protest. Based upon my review of Maruti's allegations and my above response to each issue, it is my position that the selection committee's actions were taken in compliance with the aforementioned policy and procedural requirements and, moreover, that the committee exercised its duty within the bounds of its authority under the RFP. In the context of a government procurement dispute, a public body has wide discretion in soliciting and selecting bids, and when based on an honest exercise of discretion, will not be overturned even if it maybe erroneous, and even if reasonable persons may disagree. Liberty County v. Baxter's Asphalt & Concrete, Inc., 421 So. 2d 505 (Fla. 1982). As a result of this wide discretion, the Florida Supreme Court has declared that a reviewing court's "sole responsibility is to ascertain whether the agency acted fraudulently, arbitrarily, illegally, or dishonestly." Department of Transportation v. Groves-Watkins Constructors, 530 So. 2d 912 (Fla. 1988). This threshold has been described as a "very high bar." See, Sutron Corp. v. Lake County Water Authority, 870 So. 2d 930 (Fla. 5th DCA 2004). Additionally, as long as the County has not acted arbitrarily or capriciously, and acted in good faith, its decision is not subject to review. Wood-Hopkins Contracting Co. v. Roger J.Au & Sons, Inc. 354 So. 2d 446 (Fla. 1978); City of Pensacola v. Kirby, 47 So. 2d 533 (Fla. 1950). Arbitrary and capricious has been defined to include acts taken with improper motive, without reason, or for a reason that is merely pretextual. City of Sweetwater v. Solo Construction Corp., 823 So. 2d 798; citing Decarion v. Monroe County, 853 F. Supp. 1415 (F.D. Fla. 1994). Moreover, it is well established that "so long as . . . a public agency acts in good faith, even though [it] may reach a conclusion on facts upon which reasonable men may differ, the courts will not generally interfere with [the agency's] judgment, even though the decision reached may appear to some persons to be erroneous." Culpepper v. Moore, 40 So. 2d 366, 370 (Fla. 1949). Packet Page-319- 11/10/2015 11 .C. Protest Decision Regarding Solicitation No. 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program Page 5 Here, the Selection Committee's decision was consistent with the terms of the RFP and should not be overturned absent a finding of illegality, fraud, oppression or misconduct. See Liberty County, 421 at 507. There is simply no evidence that the evaluation criterion was improperly changed or that it deviated from the requirements of the RFP. Accordingly, it is the decision of this office to deny the protest and direct staff to move forward with the award recommendation for Solicitation No. 15-6424 Management Services Contract for the Collier Area Transit (CAT) Fixed Route and Paratransit Program. The recommendation is tentatively scheduled to be presented to the Board of County Commissioners on Tuesday, October 27, 2015. Under Section Twenty Three (23) of the County's Procurement Ordinance, the decision of the Procurement Division Director shall be considered final and conclusive unless the protestor delivers a subsequent written objection to my attention within two (2) business days from the date of receipt of this decision or not later than close of business on Wednesday, September 30, 2015. Respectfully, Joanne Markiewicz Director, Procurement Services Division 3327 Tamiami Trail E. Naples, FL 34112 Telephone: 239-252-8975 FAX: 239-252-6480 Email: joannemarkiewicz @colliergov.net C: Michelle Arnold, Director, Public Transportaion and Neighnporhood Enhancement Sandra Herrera, Manager, Procurement Services Division Attachment: Collier County Procurement Ordinance 2013-69 as Amended by 2015-37 Excerpt of Protest Policy Packet Page-320- 11/10/2015 11 .C. Gof.lier County Administrative Services Department Procurement Services Division Collier County Procurement Ordinance 2013-69 as Amended by 2015-37 Excerpt of Protest Policy SECTION TWENTY-THREE: Protest of Bid or Proposal Award. The purpose of this section is to accommodate legitimate protests concerning formal competitive invitations to bid or requests for proposals and recommended contract awards above the formal competitive bid or proposal thresholds prior to award of a contract by the Board of County Commissioners. A. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal, who has a substantial interest and alleges to be aggrieved in connection with the solicitation or award of a contract, (hereafter referred to as "the protesting party") may protest to the Procurement Services Division Director, who shall serve as the sole recipient of any and all notices of intent to protest and all formal protests. B. With respect to a protest of the terms, conditions and specifications contained in a solicitation, including any provisions governing the methods for evaluation of bids, proposals or replies, awarding contracts, reserving rights for further negotiation or modifying or amending any contract, the protesting party shall file a notice of intent to protest within three (3) days, excluding weekends and County holidays, after the first publication, whether by posting or formal advertisement of the solicitation. The formal written protest shall be filed within five (5) days of the date the notice of intent is filed. Formal protests of the terms, conditions and specifications shall contain all of the information required for formal protests of recommended contract awards as set forth under subsection C. The Procurement Services Division Director, shall render a decision on the formal protest and determine whether postponement of the bid opening or proposal/response closing time is appropriate. The Procurement Services Division Director's decision shall be considered final and conclusive unless the protesting party files an appeal of the Procurement Services Division Director's decision. C. Any actual or prospective bidder or respondent to an Invitation to Bid or a Request for Proposal who desires to protest a recommended contract award shall submit a notice of intent to protest to the Procurement Services Division Director within two (2) calendar days, excluding weekends and County holidays, from the date of the initial posting of the recommended award. D. All formal protests with respect to a recommended contract award shall be submitted in writing to the Procurement Services Division Director for a decision. Said protests shall be submitted within five (5) calendar days, excluding weekends and County holidays, from the date that the notice of intent to protest is received by the Procurement Services Division Director, and accompanied by the fee, as set forth below. The protesting party must have standing as defined by established Florida case law to maintain a protest. The formal protest shall contain, but not be limited to the following information: Packet Page-321- 11/10/2015 11.C. 1. Name and address of County Agency affected and the solicitation number and title. 2. The name and address of the protesting party. 3. A statement of disputed issues of material fact. If there are no disputed material facts, the written letter must so indicate. 4. A concise statement of the ultimate facts alleged and of any relevant rules, regulations, statutes, and constitutional provisions entitling the protesting party to relief. 5. The protesting party's entitled demand for the relief. 6. Such other information as the protesting party deems to be material to the issue. The formal protest shall contain all arguments, facts or data supporting and advancing the protestor's position. Under no circumstances shall the protestor have the right to amend, supplement or modify its formal protest after the filing thereof. Nothing herein shall preclude the County's authority to request additional information from the protesting party or other bidders or proposers in conjunction with the review and rendering of decisions on the protest, including any subsequent appeal. E. In the event of a timely protest of contract award consistent with the requirements of this section, the Procurement Services Division Director shall not proceed further with the award of the contract until all appropriate administrative remedies as delineated under this section have been exhausted or until the Board of County Commissioners makes a determination on the record that the award of a contract without delay is in the best interests of the County. During this process, the protesting party shall limit their communications with the County to the Office of the County Attorney, and neither the protesting party, their agents or their representatives shall have any private contact or discussions with individual County Commissioners, the County Manager, other County employees, or any independent hearing officer (where applicable) regarding the protest except such communications as may be required or permitted during a hearing, if applicable, or a meeting of the County Commission wherein the solicitation or award is to be considered. F. The Procurement Services Division Director shall review the merits of each timely protest and in consultation with the contract manager and other appropriate County staff, issue a decision stating the reasons for the decision and the protesting party's rights of appeal under this section. Said decision shall be in writing and mailed or otherwise furnished to the protesting party. The decision of the Procurement Services Division Director shall be final and conclusive unless the protesting party delivers a subsequent written notice of appeal to the Procurement Services Division Director within two (2) calendar days, excluding weekends and County holidays from the date of receipt of the decision. In filing a written objection to the Procurement Services Division Director's decision, the protestor shall not introduce new arguments or alter in any other way their protest submission. An appeal of the Procurement Services Division Director's decision shall be limited to a review of the grounds set forth in the formal protest, and no new grounds or arguments will be introduced or considered. G. In the event of a subsequent appeal pursuant to subsection F, the County Manager shall determine whether to appoint an independent Hearing Officer to review the formal protest and the Packet Page-322- 11/10/2015 11 .C. Procurement Services Division Director's decision. The Hearing Officer's review shall be limited to the grounds set forth in the formal protest, and shall be for the purpose of determining whether the County's intended action is arbitrary, capricious, illegal, dishonest or fraudulent. The protesting party shall have the burden of proof. The Hearing Officer shall consider the formal protest, the Procurement Services Division Director's decision, and supporting documents and evidence presented at the hearing. In any hearing, irrelevant, immaterial or unduly repetitious evidence shall be excluded. All other evidence of a type commonly relied upon by reasonably prudent persons in the conduct of their affairs shall be admissible whether or not such evidence would be admissible in a trial in the courts of Florida. The Hearing Officer may grant the motion of any person having standing under Florida law to intervene in the proceedings. Persons or parties shall have the right to be represented by counsel in the proceedings, to call witnesses, and present evidence; provided, however, that the Hearing Officer shall not have the right to compel attendance of witnesses or to permit or compel any discovery. The Hearing Officer will have a maximum of 60 days to schedule and conduct a hearing into the matter and issue a recommended finding of fact and an opinion in writing to the County Manager or designee for submission to the Board of County Commissioners. Should the Hearing Officer find in favor of the County, the protesting party pay, in full, the costs of the Hearing Officer. If the Hearing Officer's recommended decision is in favor of the protesting party, then the County will assume this cost. The County Manager's discretion as to whether to appoint a Hearing Officer shall in no way afford the protestor the right to demand such an appointment or hearing. The decision of a Hearing Officer on a protesting party's appeal shall be submitted to the Board for its consideration as part of a final award decision. Nothing herein shall be construed as creating a right of judicial review of the Hearing Officer's decision, nor shall such decision be binding upon the Board. Additionally, nothing herein shall be construed as limiting the Board's right to reject any and all bids or proposals. H. Decisions of the Procurement Services Division Director and Hearing Officer (where applicable) will be provided to the protestor and other interested parties prior to the award recommendation being presented to the Board of County Commissioners. Neither the County Manager's decision nor the Hearing Officer's recommended decision shall be construed as an award recommendation triggering additional rights of protest pursuant to this policy. Notwithstanding anything set forth herein to the contrary, the Board of County Commissioners shall retain the authority to make the final award decision. Failure to file a formal protest within the time and manner prescribed by this policy shall constitute a waiver of the right to protest by any protesting party as defined by subsection "A" of this policy. J. As a condition of filing a formal appeal to the Procurement Services Division Director's initial finding, the protesting party shall submit a non-refundable filing fee for the purpose of defraying the costs of administering the protest. The filing fee shall be submitted with the formal protest. Failure to pay the filing fee shall result in the denial of the protest. The amount of the filing fee shall be as follows: Estimated Contract Amount Filing Fee $250,000 or less $500 Packet Page-323- 11/10/2015 11 .C. $250,000.01 to $500,000 $1,000 $500,000.01 to $5 million $3,000 $5 million or more $5,000 This fee may be modified by Resolution of the Board of County Commissioners. Packet Page-324-