Loading...
Agenda 02/12/2019 Item #16D 702/12/2019 EXECUTIVE SUMMARY Recommendation to approve the selection committee’s ranking and authorize staff to negotiate contracts with Quality Enterprises USA, Inc., Capital Consulting Solutions, LLC, and NR Contractors, Inc., related to Request for Professional Services (RPS) # 18-7490 “Design Build Contractors for Collier County Bus Shelters.” OBJECTIVE: To obtain services to design and construct bus stop shelters with amenities and/or improve existing stops to become ADA compliant. CONSIDERATIONS: On September 26, 2018, the Procurement Services Division sent out 19,960 email notices for the “Design Build Contractors for Collier County Bus Shelters” and interested firms downloaded 106 solicitation packages. The County specifically created RPS # 18 -7490 to obtain a pool of qualified contractors to design and construct bus stops with shelters and amenities and/or bring existing stops into ADA Compliance to better serve our passengers. The County received three (3) proposals on October 29, 2018. Upon reviewing the proposals, staff determined all three (3) firms were responsive and responsible. The Selection Committee met on November 16, 2018 and scored each proposal with the ranking as follows: Company Name Ranking Quality Enterprise USA, Inc. 1 Capital Consulting Solutions 2 NR Contractors, Inc. 3 Staff recommends approval of the Committee’s final ranking and requests authorization to begin negotiating contracts with all three (3) firms to bring back to the Board for approval. FISCAL IMPACT: Funding for this contract is available within the following grants: FTA 5339 FY14 Grant Fund (424) Project 33425; 5339 FY15/16 Grant Fund (424) Project 33474; 5307 FY15 Grant Fund (424) Project 33441; 5307 FY17/18 XU Grant Fund (424) Project 33555; 5307 FY17 Grant Fund (424) Project 33526; 5339 FY17 Grant Funds (424) Project 33552. There will be future grants obtained as well. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SRT GROWTH MANAGEMENT IMPACT: There is no Growth Management impact. RECOMMENDATION: To approve the Selection Committee rankings for Solicitation #18-7490, “Design Build Contractors for Collier County Bus Shelters” and authorize staff to negotiate contracts with all three (3) firms to bring back to the Board for approval. Prepared By: Robbyn Jennings, Project Manager, Public Transit & Neighborhood Enhancement Division ATTACHMENT(S) 1. 18-7490_Solicitation (DOCX) 2. 18-7490 NORA (PDF) 3. 18-7490 Final Ranking (PDF) 16.D.7 Packet Pg. 817 02/12/2019 COLLIER COUNTY Board of County Commissioners Item Number: 16.D.7 Doc ID: 7821 Item Summary: Recommendation to approve the selection committee’s ranking and authorize staff to negotiate contracts with Quality Enterprises USA, Inc., Capital Consulting Solutions, and NR Contractors, Inc, related to Request for Professional Services (RPS) #18-7490 “Design Build Contractors for Collier County Bus Shelters”. Meeting Date: 02/12/2019 Prepared by: Title: – Public Transit & Neighborhood Enhancement Name: Robbyn Jennings 01/18/2019 3:12 PM Submitted by: Title: Division Director - Pub Tran & Nbrhd Enh – Public Transit & Neighborhood Enhancement Name: Michelle Arnold 01/18/2019 3:12 PM Approved By: Review: Public Transit & Neighborhood Enhancement Caroline Soto Additional Reviewer Completed 01/18/2019 3:23 PM Public Transit & Neighborhood Enhancement Michelle Arnold Additional Reviewer Completed 01/18/2019 3:47 PM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 01/18/2019 3:51 PM Public Transit & Neighborhood Enhancement Omar Deleon Additional Reviewer Completed 01/18/2019 4:53 PM Procurement Services Swainson Hall Additional Reviewer Completed 01/22/2019 9:01 AM Public Services Department Kimberley Grant Level 1 Reviewer Completed 01/22/2019 1:48 PM Procurement Services Evelyn Colon Additional Reviewer Completed 01/28/2019 10:01 AM Procurement Services Ted Coyman Additional Reviewer Completed 01/28/2019 1:36 PM Public Services Department Todd Henry Level 1 Division Reviewer Completed 01/28/2019 2:11 PM Public Services Department Steve Carnell Level 2 Division Administrator Review Completed 01/28/2019 2:51 PM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/31/2019 10:33 AM Grants Carrie Kurutz Level 2 Grants Review Completed 01/31/2019 3:33 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/31/2019 3:33 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 02/01/2019 8:38 AM Grants Therese Stanley Additional Reviewer Completed 02/04/2019 12:38 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 02/04/2019 3:29 PM 16.D.7 Packet Pg. 818 02/12/2019 Board of County Commissioners MaryJo Brock Meeting Pending 02/12/2019 9:00 AM 16.D.7 Packet Pg. 819 COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR Design Build Contractors for Collier County Bus Shelters RPS NO.: 18-7490 EVELYN COLON, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-2667 evelyn.colon@colliercountyfl.gov (Email) This proposal solicitation document is prepared in a Microsoft Word format (rev 8/16/17). Any alterations to this document made by the Consultant may be grounds for rejection of proposal, cancellation of any subsequent award, or any other legal remedies available to the Collier County Government. 16.D.7.a Packet Pg. 820 Attachment: 18-7490_Solicitation (7821 : 18-7490 Design Build) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 18-7490 PROJECT TITLE: Design Build Contractors for Collier County Bus Shelters RPS OPENING DAY/DATE/TIME: October 25, 2018; 3:00PM PLACE OF RPS OPENING: Procurement Services Division 3295 Tamiami Trail East, Bldg C-2 Naples, FL 34112 All proposals shall be submitted online via the Collier County Procurement Services Division Online Bidding System: https://www.bidsync.com/bidsync-cas/ INTRODUCTION As requested by the Collier County Public Transit & Neighborhood Enhancement Division (hereinafter, the “Division or Department”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issu ed this Request for Professional Services (hereinafter, “RPS”) with the intent of obtaining proposals from interested and qualified Consultants in accordance with the terms, conditions and specifications stated or attached. The Consultant, at a minimum, mu st achieve the requirements of the Specifications or Scope of Work stated. BACKGROUND In January 2001, the Collier County Board of County Commissioners (BCC) approved the Public Transportation Operation Plan (PTOP) and Collier County received delivery of seven new buses for the start-up of the CAT System. Today the system consists of a fixed-route network comprised of 19 routes and also partners with Lee County Transit (LeeTran) to provide the LinC express route between the two counties. The fixed route service operates from 4:30 a.m. to 8:50 p.m. seven days a week excluding holidays. CAT provides approximately one million unlinked passenger trips on its fixed route each year. Amenities are needed to enhance the system in order to maintain and promote ridership. Currently there are about 550 bus stops throughout the County. In 2014 CAT in coordination with the Metropolitan Planning Organization (MPO) commissioned a comprehensive inventory of the conditions of existing bus stops and facilities to help prio ritize improvements and to address accessibility, security, operations and passenger comfort issues. With the completion of the assessment, the Division has been working towards addressing the improvements to stops throughout the system. The County estimates spending $240,000 per fiscal year. PLEASE NOTE, THIS IS A GRANT FUNDED SOLICITATION, ALL INCLUDED GRANT DOCUMENTATION MUST BE SUBMITTED WITH YOUR PROPOSAL. TERM OF CONTRACT The County intends to award a pool of qualified firms for design and construction of bus shelters. Once established, proposals will be solicitated from all qualified firms and a work order awarded to the lowest guaranteed maximum price (GMP). County reserves the right to modify this scope during negotiations for budgetary reasons. The contract term, if awards are made, is intended to be for five (5) years, with one (1) five (5) year renewal. The County Manager, or designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred eighty (180) days. The County Manager, or designee, shall give the Contractor written n otice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term then in effect. All goods are FOB destination and must be suitably packed and prepared to secure the lowest transportation rates and to comply with all carrier regulations. Risk of loss of any goods sold hereunder shall transfer to the COUNTY at the time and place of delivery; provided that risk of loss prior to actual receipt of the goods by the COUNTY nonetheless remain with FIRM. DETAILED SCOPE OF WORK Collier County has a minimum of twenty-five (25) bus stops that are in need of ADA improvements to improve the access to the transit system. The awarded bidders must furnish all professional services, construction, materials, equipment, tools, transportation, 16.D.7.a Packet Pg. 821 Attachment: 18-7490_Solicitation (7821 : 18-7490 Design Build) supplies, etc. required to complete the work in accordance with the specifications listed herein. All work shall include, but not limited to, the following elements to complete improvements to the bus stops: 1. Survey; 2. Site Design (Must meet all current Collier County building code requirements, Collier County and/or Florida Department of Transportation (FDOT) Right-of-way (ROW) requirements, and any Fire review requirements; 3. All Permitting (including but not limited to County Building permit and ROW permit, State ROW permit, and SFWMD permit if necessary) – County will pay permit fees, contractor/designer to prepare and submit application; 4. Mobilization; 5. Compliance with Collier County Maintenance of Traffic (M OT) requirements; 6. Sediment and erosion control; 7. Assembly and installation of a County supplied shelter and amenities to include: • Fill (delivered and compacted); • All clearing and grubbing necessary for the project; • Any grading necessary for the project; • Construction of an ADA compliant, plumb and level concrete pad with a connection to the existing sidewalk; • Installation of a ADA detectible warning tile, if applicable; • Installation of a County supplied bike rack, if applicable; • Installation of a County supplied bench, if applicable; • Installation of a County supplied trash receptacle, if applicable; • Installation of FDOT compliant handrail, if applicable to be supplied by Contractor; and • Purchase and installation of sod. APPLICABLE STANDARDS All plans and designs furnished by the ENGINEER are to be prepared with English Units. The current editions, including updates, at the time this agreement is executed, of the following manuals and guidelines shall be used as resources and reference materia ls in the performance of ENGINEER's work: 1. Manual of Uniform Minimum Standards for Design, Construction, and Maintenance of Streets and Highways, Florida Department of Transportation (FDOT), May 2011 (Florida Green Book); 2. AASHTO Roadside Design Guide, current edition; 3. FDOT Roadway Plan Preparation Manual; 4. FDOT Roadway and Traffic Design Standards, current edition; 5. FDOT Standard Specifications for Road and Bridge Construction, 2015; 6. FDOT Basis of Estimates Handbook; 7. FDOT's Districts One and Seven Transit Facility Handbook; 8. MUTCD, current edition; 9. FDOT Drainage Manuals, Vol. 1-4; 10. FDOT Structures Design Guidelines; 11. 2010 ADA Standards for Accessible Design; 12. SFWMD Chapter 40E-4.051 Exemptions from Permitting; and 13. Accessing Transit – Design Handbook for Florida Bus Passenger Facilities, Ver. III, 2013 Listing of the above reference materials is not intended to establish these documents design standards or criteria to be used on this project. Selection of appropriate standards and criteria for design of roadway elements is influenced by several factors including, but not limited to: traffic volume and composition, governmental policies, rules and regulations, desired levels of service, terr ain features, roadside developments, existing conditions, environmental considerations, budgetary constraints, and other individual characteristics of the existing conditions. The ENGINEER will decide which design standards and criteria will be used based on an evaluation of these and other factors. Please note: • The contractor will be responsible to repair any damage caused by Contractor during construction to include but not be limite d to damage to existing utilities, landscaping, and irrigation. • Upon completion of the bus stop improvements, the contractor is responsible to submit signed and sealed as -built drawings and obtain a Certificate of Completion (CO). Payment will not be approved until the improvements pass inspection and a CO is obtained. REQUEST FOR PROFESSIONAL SERVICES (RPS) PROCESS 1.1 The selection process will involve a two -step proposal review to minimize Proposers’ costs in preparing initial qualification 16.D.7.a Packet Pg. 822 Attachment: 18-7490_Solicitation (7821 : 18-7490 Design Build) proposals and expediting the review process. The Proposers will initially submit a qualifications proposal based on the criteria outlined below, which will be the basis for short -listing no less than three (3) firms. The Proposers will need to meet the minimum requirements outlined herein in order for their proposal to be evaluated and scored by the COUNTY. The COUNTY will then issue an invitation for oral presentations (Step 2) to at least the top three short-listed firms and produce a final ranking for approval by the Board of County Commissioners. Upon approval, the County will establish a pool of qualified firms for the design and construction of bus shelters. Technical proposals will be solicitated from all qualified firms and a work order awarded to the lowest guaranteed maximum price (GMP). 1.2 The COUNTY will use a Selection Committee in the Request for Professional Services (RPS) selection process. 1.3 The intent of the Step 1 scoring of the qualifications proposal is for consultants to indicate their interest, relevant experience, financial capability, staffing and organizational structure. 1.4 Based upon a review of these qualification proposals, the short-listed firms will be requested to submit Step 2, to make oral presentations. 1.5 The scores from the RPS - Step 1 used for short-listing for this Project will not be carried forward for the Step 2 of this selection process. 1.6 The intent of the Step 2 oral presentations is to provide the firms with a venue where they can conduct discussions with the Selection Committee to clarify questions and concerns before providing a final rank. 1.7 After review of the Step 2 oral presentations, the COUNTY will rank the Proposers based on the discussion and clarifying questions on their experience, qualification, and related criteria, and then recommend the qualified firms for award. 1.8 All qualified firms will enter into negotiations to reach an agreement on terms. Once established, the firms will submit technical proposals and a guaranteed maximum price for individual work orders to construct bus shelters. All work orders will be solicited to all awarded firms. RESPONSE FORMAT AND GRADING CRITERIA FOR DEVELOPMENT OF SHORTLIST: 1.9 For the development of a shortlist, this evaluation criterion will be utilized by the COUNTY’S Selection Committee to score each proposal. Consultants are encouraged to keep their proposals concise and to include a minimum of marketing materials. Proposals must address the following criteria: STEP 1 Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 30 Points 2. Certified Minority Business Enterprise 5 Points 3. Past Performance 30 Points 4. Location 15 Points 5. Recent, Current, and Projected Workloads of the Firm 20 Points TOTAL POSSIBLE POINTS 100 Points Tie Breaker: In the event of a tie at final ranking, award shall be made to the proposer with the lower volume of work previously awarded. Volume of work shall be calculated based upon total dollars paid to the proposer in the twenty -four (24) months prior to the RFP submittal deadline. Payment info rmation will be retrieved from the County’s financial system of record. The tie breaking procedure is only applied in the final ranking step of the selection process. In the event a tie still exists, selection will be determined based on random selection b y the Procurement Services Director before at least three (3) witnesses. ----------------------------------------------------------------------------------------------------------------------------------------------- Each criterion and methodology for scoring is further described below. ***Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive*** EVALUATION CRITERIA NO. 1: ABILITY OF PROFESSIONAL PERSONNEL (30 Total Points Available) This criterion measures the ability of professional team personnel as shown by their level of experience on projects of similar type, size and complexity. This criterion measures how well the team is staffed to address all facets of the project. It measures how well the team is organized to deliver the pr oject for the COUNTY. Preference will be given to teams with knowledge and experience with local construction and regulatory conditions and who demonstrate a strong commitment to team collaboration proximate to the project site. Preference will also be g iven to teams (both individual within the teams and the companies making up the team) that have worked together on successful delivery of similar projects. It measures the overall level of the team’s qualifications to successfully complete the project. 16.D.7.a Packet Pg. 823 Attachment: 18-7490_Solicitation (7821 : 18-7490 Design Build) EVALUATION CRITERIA NO. 2: CERTIFIED MINORITY BUSINESS ENTERPRISE (5 Total Points Available) Submit certification with the Florida Department of Management Service, Office of Supplier Diversity as a Certified Minority Business Enterprise EVALUATION CRITERIA NO. 3: PAST PERFORMANCE (30 Total Points Available) This criterion measures the professional team’s past experience with projects similar in size, type and complexity as this project. The professional teams will be evaluated on their previous bus shelter design and construction projects of the size and scope of this project, including the experience the team members proposed on this project have together on the previous projects presented. Experience with all elements of the project scope as generally described herein will be evaluated, with specific emphasis on experience addressing the technical, community and project delivery categories. The professional team’s minimization of change orders will be an important consideration. Preference will be given to bus shelter design and construction projects constructed within the last five (5) years in proximity to the proposed project. The County requests that the firm submits no fewer than three (3) completed reference forms from clients whose projects are of a similar nature to this solicitation as a part of their proposal. Provide information on the projects completed by the Proposer that best represent projects of similar size, scope and complexity of t his project using form provided. Proposer may include two (2) additional pages for each project to illustrate aspects of the completed project that provides the PSC information to assess the experience of the Proposer on relevant project work. EVALUATION CRITERIA NO. 5: LOCATION (15 Total Points Available) The professional team’s approach to management and execution of work with respect to location of various key project team members will be evaluated under this criterion. The Proposer shall demonstrate from the project kick-off how they will establish the project location in order to manage day-to-day or on-site information collection and distribution between internal and external team members, and County staff, as well as other entities involved in the project. EVALUATION CRITERIA NO. 6: RECENT, CURRENT, AND PROJECTED WORKLOADS OF THE FIRM (20 Total Points Available) This criterion measures the team’s proposed resources for the project and their availability to complete all elements of this project with regards to the closeout of recent work, current workload, and projected projects that could impact the completion of this project. FIRM CHECKLIST ***Firm should check off each of the following items as the necessary action is completed (please see, Form 2: Firm Check List): The Solicitation Submittal has been signed. The Solicitation Pricing Document (Bid Schedule/Quote Schedule/Proposal Pricing/etc.) has been completed and attached. All applicable forms have been signed and included, along with licenses to complete the requirements of the project. Any addenda have been signed and included. Affidavit for Claiming Status as a Local Business, if applicable. Division of Corporations - Florida Department of State – http://dos.myflorida.com/sunbiz/ (If work performed in the State). E-Verify/Immigration Affidavit (Memorandum of Understanding). 16.D.7.a Packet Pg. 824 Attachment: 18-7490_Solicitation (7821 : 18-7490 Design Build) 16.D.7.b Packet Pg. 825 Attachment: 18-7490 NORA (7821 : 18-7490 Design Build) Selection Committee Final Ranking Sheet RPS #: 18-7490 Title: Design Build Contractors For Collier County Bus Shelters Name of Firm Yousi Cardeso Robbyn Jennings Wayne Karlovich Harry Sells Omar Deleon Total Selection Committee Final Rank Quality Enterprises USA, Inc.2 1 1 1 1 6 1.0000 Capital Consulting Solutions 1 3 3 2 2 11 2.0000 NR Contractors, Inc.3 2 2 3 3 13 3.0000 Procurement Professional Evelyn Colon Step 1: Upon direction by the Procurement professional, the individual selection committee member should provide their ranking of the proposals (from highest being number one (1) to lowest. Step 2: The procurement professional will review the mathematically calculated final rank and discuss the rank order and determine if consensus is reached. Page 1 of 1 16.D.7.c Packet Pg. 826 Attachment: 18-7490 Final Ranking (7821 : 18-7490 Design Build)