Loading...
Agenda 01/28/2020 Item #16A12 (Contract #19-062-NS w/Apollo Metro Solutions, Inc.)01/28/2020 EXECUTIVE SUMMARY Recommendation to approve Agreement No. 19-062-NS with Apollo Metro Solutions Inc., as a single source provider, for the purchase of Light Emitting Diode (“LED”) Luminaries, not to exceed $500,000 annually. OBJECTIVE: To purchase new and replacement LED Luminaires, repairs, parts, and related materials from Apollo Metro Solutions, Inc., for a period of three years, with an option to renew for two additional one-year periods after the initial term. . CONSIDERATIONS: On March 22, 2016 (Agenda Item No. 11.E), the Board approved the LED lighting program for the County to convert all existing street lights to LED to reduce future electricity costs, promote dark skies, and reduce light pollution. As part of this program, Traffic Operations began replacing existing high-pressure sodium (“HPS”) luminaires with Apollo Metro Solutions, Inc.’s LED luminaires under Agreement No. 15-6508, “Roadway Lighting Upgrade to LED Luminaries.” Having the ability to continue purchasing this equipment, not only reduces labor and equipment time, but it reduces spare parts inventory and training costs for approximately 4,012 county owned street light installations maintained by Traffic Operations and 1,311 Florida Department of Transportation owned street light installations. Currently, Traffic Operations has replaced over seventy percent (70%) of the County owned and maintained HPS luminaires with the Apollo Metro Solutions, Inc., LED Luminaire. Scheduled completion to replace all County owned and maintained HPS luminaires with the Apollo LED Luminaire is approximately March 2021. The average life expectancy of each LED luminaire is twenty (20) years and each luminaire has a ten (10) year warranty. To date, the county has spent approximately one million eight hundred thousand ($1.8 million) and by the end of the current contract, the county will have spent approximately two million three hundred thousand dollars ($2,300,000). With the total amount of money that will have been invested at contract end, it would be very costly to switch lighting to another vendor as it would be inconsistent with the existing LEDs and would create a visual and lighting distribution mismatch. Additionally, accepting a different LED manufacturer would lead to an increase in parts and repair costs. Staff is recommending approval of an agreement with Apollo Metro Solutions, Inc., as a single source provider, with updated pricing, which staff deemed to be reasonable based on historical pricing. The attached agreement is scheduled to commence on March 22, 2020, and the pricing will be held fixed for an initial three-year period. The Agreement will have an additional option to renew for two additional one-year periods after the initial term. Pursuant to Section Eleven, sub-paragraph 11 of the Collier County Procurement Ordinance 2017-08, as amended, staff requests that the Board of County Commissioners find that it is in the best interest of the County to purchase the new and replacement LED Luminaires, repairs, parts and related materials from Apollo Metro Solutions, Inc. as a single source vendor. Prior to the expiration of the contract, including any renewals, the County will once again test the market to evaluate if the technology has improved or other vendors can provide a better value for the next replacement cycle. FISCAL IMPACT: Current historical spend is $1,840,900, however, upon project completion, the expenses would be reduced to maintenance and minor work depending upon needs and available funds. 16.A.12 Packet Pg. 1386 01/28/2020 The estimated annual spend under this agreement is not to exceed $500,000. Currently, project funding is available within Transportation Capital Fund (310), LED Replacement Project (60189). Once the project is complete the funding source for maintenance and minor work will be Transportation Services Fund (101), Traffic Operations Cost Center (163630). Since inception of the LED program, there are an estimated energy savings of $150,000 to date. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval.-SRT GROWTH MANAGEMENT IMPACT: This project meets the current Growth Management Plan standards to ensure the adequacy and availability of viable public facilities. RECOMMENDATION: That the Board approves Agreement No. 19-062-NS with Apollo Metro Solutions, Inc., as a single source provider of equipment used under this agreement and authorize the Chairman to sign the attached agreement. Prepared by: Daniel G. Hall, Principal Project Manager, Transportation Engineering Division, Growth Management Department ATTACHMENT(S) 1. 19-062-NS (PDF) 2. FY20 Waiver Request 052 - Apollo Metro Solutions (Amended) (PDF) 3. Single-Source Justification (DOCX) 16.A.12 Packet Pg. 1387 01/28/2020 COLLIER COUNTY Board of County Commissioners Item Number: 16.A.12 Doc ID: 10201 Item Summary: Recommendation to approve Agreement No. 19-062-NS with Apollo Metro Solutions Inc., as a single source provider, for the purchase of Light Emitting Diode (“LED”) Luminaries, not to exceed $500,000 annually. Meeting Date: 01/28/2020 Prepared by: Title: Project Manager, Senior – Transportation Engineering Name: Daniel Hall 12/17/2019 8:52 AM Submitted by: Title: Division Director - Transportation Eng – Transportation Engineering Name: Jay Ahmad 12/17/2019 8:52 AM Approved By: Review: Growth Management Department Christine Arnold Level 1 Reviewer Completed 12/17/2019 9:30 AM Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 12/17/2019 9:39 AM Procurement Services Sandra Herrera Additional Reviewer Completed 12/17/2019 2:08 PM Procurement Services Priscilla Doria Additional Reviewer Completed 12/17/2019 3:56 PM Transportation Engineering Jay Ahmad Additional Reviewer Completed 12/20/2019 9:48 AM Procurement Services Sara Schneeberger Additional Reviewer Completed 12/26/2019 1:39 PM Growth Management Department Gene Shue Additional Reviewer Completed 12/27/2019 9:14 AM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 01/02/2020 7:45 AM Growth Management Operations Support Heather Meyer Additional Reviewer Completed 01/02/2020 8:44 AM Growth Management Department Anthony Khawaja Additional Reviewer Completed 01/02/2020 3:37 PM Procurement Services Catherine Bigelow Additional Reviewer Completed 01/10/2020 11:26 AM Growth Management Department Jeanne Marcella Deputy Department Head Review Skipped 01/09/2020 1:42 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 01/10/2020 11:49 AM County Attorney's Office Scott Teach Level 2 Attorney Review Completed 01/17/2020 1:56 PM Grants Valerie Fleming Level 3 OMB Gatekeeper Review Completed 01/17/2020 2:04 PM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 01/21/2020 8:02 AM 16.A.12 Packet Pg. 1388 01/28/2020 Office of Management and Budget Susan Usher Additional Reviewer Completed 01/21/2020 8:52 AM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 01/21/2020 2:01 PM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 01/22/2020 11:32 AM Board of County Commissioners MaryJo Brock Meeting Pending 01/28/2020 9:00 AM 16.A.12 Packet Pg. 1389 GENERAL SERVICE AGREEMENT {NON-SOLICITATION) #19-062-NS for Light Emitting Diode (LED} Luminaries THIS AGREEMENT, made and entered into on this __ day of ____ .2020, by and between Apollo Metro Solutions, Inc. authorized to do business in the State of Florida, whose business address is 2900 South Horseshoe Drive, Suite 400, Naples, Florida 34104 (the "Contractor") and Collier County, a political subdivision of the State of Florida, (the "County"): W I T N ES S ET H: 1.AGREEMENT TERM. The Agreement shall be for a three ( 3 ) year period, commencing D tij>OA t t:le date of 8eaFet appFo'ilal er Iii on March 22, 2020 and terminating on three � year(s) from that date or until all outstanding Purchase Order(s) issued prior to the expiration of the Agreement period have been completed or terminated. The County may, at its discretion and with the consent of the Contractor, renew the Agreement under all of the terms and conditions contained in this Agreement for two (L) additional one lL) year period. The County shall give the Contractor written notice of the County's intention to renew the Agreement term prior to the end of the Agreement term then in effect. The County Manager, or his designee, may, at his discretion, extend the Agreement under all of the terms and conditions contained in this Agreement for up to one hundred and eighty (180) days. The County Manager, or his designee, shall give the Contractor written notice of the County's intention to extend the Agreement term prior to the end of the Agreement term then in effect. 2.COMMENCEMENT OF SERVICES. The Contractor shall commence the work upon issuance of a ti] Purchase Order O Notise to PFoseed. 3.STATEMENT OF WORK. The Contractor, as a D �. Iii single source, Iii standardization provider, D OMOFAptioA shall provide goods and services in accordance with Iii the terms and conditions of this Agreement, Iii Exhibit A -Scope of Services, attached to this Agreement [ii Exhibit B -Fee Schedule, attached to this Agreement and Contractor's proposal referred to herein and made an integral part of this Agreement. 3.1 This Agreement contains the entire understanding between the Parties and any modifications to this Agreement shall be mutually agreed upon in writing by the Parties, in compliance with the County's Procurement Ordinance, as amended, and Procurement Procedures in effect at the time such services are authorized. Page 1 of 17 General Service Agreement Non-Solicitation #2017-004 (Ver. I) 16.A.12.a Packet Pg. 1390 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1391 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1392 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1393 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1394 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1395 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1396 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1397 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1398 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1399 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1400 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1401 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1402 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1403 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1404 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1405 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1406 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1407 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1408 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1409 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1410 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1411 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1412 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1413 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) 16.A.12.a Packet Pg. 1414 Attachment: 19-062-NS (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) Collier County Instructions Waiver Request Form Completed waiver requests accompanied by any associated backup documentation (sole source letter, business case, etc.) must be submitted to the division’s Procurement Strategist for any procurement, without competition, in excess of $3,000. Waiver requests greater than $50,000 will require approval by the Board of County Commissioners. Sole source refers to a procurement where the selection of one particular supplier to the exclusion of all others may be based on having only one supplier in the market place, proprietary technology, copyright, patent, or a supplier’s unique capability. Single source refers to a procurement directed to one source because of standardization, warranty, geographic territory, or other factors, even though other competitive sources may be available. Requester Name: Division: Item/Service: Vendor Name: Historical Countywide Spend: ______________________ Requested date range: _____________ Not to Exceed per Fiscal Year: _______________ Is there an agreement associated with this waiver to be reviewed by Contracts? † Yes † No †Sole Source †Single Source †One Time Purchase †Multiple Purchases Description of Purchase: Enter a description of the item(s) that will be purchased under this waiver. Purpose: Describe in detail, the public purpose of the requested item(s) and why it is essential to County operations. Information Technology: Select Yes if the products/services are related to Information Technology. If yes, please provide the Purchasing Compliance Code (PCC) number or email approval documentation. †Yes †No If yes, provide the PCC number:__________________________________________________ Daniel G. Hall Transportation Engineering LED Luminaires Apollo Metro Solutions $1.8M FY20-FY25 $500,000 Light Emitting Diode (LED) Luminaires, warranty repair, parts, and related materials. These LED luminaries will replace existing conventional 480 volt High Pressure Sodium (HPS) luminaries that are currently in service. It is the intention of Collier County Traffic Operations to achieve a savings in energy costs and also reduce the circuit voltage from 480 VAC to 240 VAC after all existing HPS luminaires have been replaced by the LED luminaires. This decrease in circuit operating voltage will provide a safer environment for county maintenance employees and others who may perform underground construction work in the roadway lighting area. It is in the best interest of the county to continue using this product to complete the conversion and also to repair and maintain the existing LED luminaires. ✔ ✔ ✔✔ 16.A.12.b Packet Pg. 1415 Attachment: FY20 Waiver Request 052 - Apollo Metro Solutions (Amended) (10201 : Agreement 19-062 with Apollo Metro Solutions as a single Justification: Identify the criteria that qualifies this purchase as a sole or single source. Select from the list below. Check all that apply (if box is checked, please make sure to provide an explanation below): †Sole Source †Only Authorized Vendor or Distributor: Is this vendor the only vendor authorized to sell this product/service? If yes, explain below and provide documentation from the manufacturer confirming claims made by the distributors. †No Comparable Product or Service: Is there another vendor who can provide a similar product/service, regardless of cost, convenience, timeliness, etc.? †Product Compatibility: Does this product/service provide compatibility with existing equipment that prohibits switching to another comparable brand/vendor? If yes, provide the detailed explanation below, including what would occur if the other brand/vendor were used. †Proprietary: Is this product/service proprietary? If yes, provide a detailed explanation below on how its use is restricted by patent, copyright or other applicable laws and provide documentation validating that claim. †Single Source †Standardization: Is this product/service part of a purchase that the County has already standardized on? If yes, please provide the detailed information below. Date of BCC Standardization: ___________________ BCC Agenda Item number: __________________ †Warranty: Is this the only vendor able to complete factory-authorized warranty services on County owned equipment? If yes, provide the documentation verifying the warranty. †Geographic Territory: Is this vendor the only vendor authorized to sell this product/service in our region? If yes, provide documentation from the manufacturer confirming those claims. †Other Factors: Any other reason not listed above, explain below. Explain: How does this purchase meet the identified sole or single source criteria listed above? This is to establish Apollo Metro Solutions, Inc. as a Single Source manufacturer/vendor of the arterial roadway lighting in Collier County. Having the ability to continue using the LED luminaires, not only reduces labor and equipment time, but reduces spare parts inventory and training costs for approximately 4,012 county owned street light installations maintained by Traffic Operations. Approximately 70% of the county owned and maintained HPS luminaires have already been replaced with the Apollo Metro Solutions, Inc. LED luminaire. These luminaires are warrantied for 10 years (light source, housing, heat sink, and other electrical components, optics, as well as other components. The LED driver (power supply) is covered by a 5 year warranty. ✔ ✔ ✔ 16.A.12.b Packet Pg. 1416 Attachment: FY20 Waiver Request 052 - Apollo Metro Solutions (Amended) (10201 : Agreement 19-062 with Apollo Metro Solutions as a single How was the decision made to use this vendor? Describe in detail if a formal standardization process was performed via Procurement or if there is a historical precedence established for the use of the product, please explain purchase and use history and the current level of County investment in the product. Explain why it is in the County’s best interest to use this product/service rather than issuing a competitive solicitation: What are the benefits from the continued use? Are there costs that would be incurred if a different vendor/product was used? What would occur if another brand/vendor was used? Explain how this pricing compares to other vendors/products and is it considered to be fair and reasonable: Provide information on historical use and whether pricing has increased/decreased. If sole source and no other product is available, provide the cost for addressing the needs via an alternate approach. Will this purchase obligate the County to future ancillary products or services? Either in terms of maintenance or standardization. †Yes †No If yes, explain what types: A Request for Proposal (RFP) was sent out and seven vendors were ranked by a selection committee. The top two vendors were then asked to provide their products for further evaluation. The LED luminaire samples of each product were installed on Rattlesnake Hammock Road and subsequently installed along the southbound lanes of Santa Barbara Boulevard, from south of Radio Road to the Calusa Park Elementary School entrance. This installation was for Collier County Traffic Operations photometric testing and for conducting visual evaluations by the selection committee. On December 15, 2015, the selection committee held a second meeting to discuss the photometric test results, visual evaluations, and reach a consensus on which luminaire would produce the best overall lighting results with the shortest payback in costs, using electrical costs and the cost of the fixture itself as a basis for comparison. By consensus, the selection committee ranked and recommended that negotiations commence with the vendor with the highest score, Apollo Metro Solutions, for the purpose of supplying LED luminaires, warranty repair, replacement parts, and necessary accessories for this upgrade project. The Board approved agreement no.15-6508 on 3/22/2016. The LED conversion project is nearing completion, and it is in the best interest of the county to continue using this product to complete the conversion and also to repair and maintain the existing LED luminaires under warranty. Apollo Metro Solutions' fixture is assembled in Collier County, and may have a significant impact on the local economy. This "next door" location also has the benefit of Apollo Metro providing field engineering and technical assistance as may be needed within the contract period, as well as reducing the cost of returning components for refurbishment or repair due to component failure or due to the increasing number of vehicle accidents that involve roadway lighting assets. At present this LED luminaire has the best lumen per watt / lumen per dollar in the industry. The downside of switching to another provider would be that lighting from another vendor would be inconsistent with the existing LEDs and would create a visual and lighting distribution mismatch. Additionally, accepting a different LED manufacturer would lead to an increase in parts and repair costs. To date, the county has spent approximately one million eight hundred thousand dollars ($1,800,000) and by the end of the current contract, the county will have spent approximately two million three hundred thousand dollars ($2,300,000). With the total amount of money invested at contract end, it would be very costly to switch lighting to another vendor as it would be inconsistent with the existing LEDs and would create a visual and lighting distribution mismatch. Additionally, accepting a different LED manufacturer would lead to an increase in parts and repair costs. Traffic Operations has replaced approximately seventy percent (70%) of the County owned and maintained High Pressure Sodium (HPS) luminaires with the Apollo Metro Solutions Wireless Managed LED luminaires. Scheduled completion to replace all County owned and maintained HPS luminaires with the Apollo LED luminaires is approximately March, 2020. Once the scheduled completion of the program is complete, the expenses would be reduced to maintenance and miscellaneous projects dependent upon needs and available funds. ✔ 16.A.12.b Packet Pg. 1417 Attachment: FY20 Waiver Request 052 - Apollo Metro Solutions (Amended) (10201 : Agreement 19-062 with Apollo Metro Solutions as a single Market research and market alternatives: When was the last time a market evaluation was performed to determine if either the technology or vendor offerings have changed? Based on the life expectancy of the product, when do you anticipate evaluating the market again? Please attach a detailed market evaluation report should the complexity, duration, and dollar amount of the purchase be a high risk to the County. It is a felony to knowingly and intentionally circumvent a competitive process for commodities or services by fraudulently specifying sole source to obtain a benefit for any person or to cause unlawful harm to another. Florida Statute 838.22(2). Requested by: Signature: Date: Division Director: Signature: Date: Department Head: Required if over $50,000 Signature: Date: Procurement Strategist: Signature: Date: Procurement Director: Or designee Signature: Date: For Procurement Use Only:  †Approved †Requesting Additional Information †Requires RFI/Intent to Sole Source †Rejected Procurement Comments: †Current FY Approval †Multi-Year Approval Start Date: ______________ End Date: __________ The last time a market evaluation was performed was during the selection committee meeting for the final ranking of RFP 15-6508 for the roadway lighting upgrade to LED luminaires on December 15, 2015. The committee identified a number of criteria to consider including the LED luminiares, warranties of both the lamp and the driver components, ease of installation, the light aesthetics (including color and light spread), supplier experience, price and price recovery (or return on investment). The vendor with the highest score in the rankings, Apollo Metro Solutions, has a LED that is warrantied for 10 years (light source, housing, heat sink, and other electrical components, optics, as well as other components of the luminaire). The LED driver (power supply) is covered by a 5 year warranty. The next evaluation will be performed prior to the expiration of the new agreement, on or around December 2025. Daniel G. Hall Marlene Messam on behalf of Jay Ahmad, P.E. Thaddeus L. Cohen Sara Schneeberger Catherine Bigelow 03/22/2020 03/21/2025 HallDaniel Digitally signed by HallDaniel Date: 2019.12.30 10:43:52 -05'00' MessamMarlene Digitally signed by MessamMarlene Date: 2019.12.30 15:27:06 -05'00' Thaddeus L. Cohen Digitally signed by Thaddeus L. Cohen Date: 2020.01.02 13:45:37 -05'00' SchneebergerS ara Digitally signed by SchneebergerSara Date: 2020.01.03 09:54:03 -05'00' Cat Bigelow Digitally signed by Cat Bigelow DN: cn=Cat Bigelow, o=Collier County Government, ou=Procurement Services, email=catherinebigelow@colliergov.net, c=US Date: 2020.01.03 12:05:30 -05'00' ✔ ✔ 16.A.12.b Packet Pg. 1418 Attachment: FY20 Waiver Request 052 - Apollo Metro Solutions (Amended) (10201 : Agreement 19-062 with Apollo Metro Solutions as a single Single Source Justification 19-062-NS Roadway Lighting LED Luminaires Growth Management Department Traffic Operations Section Prepared By: Roy Lolly 16.A.12.c Packet Pg. 1419 Attachment: Single-Source Justification (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) The Collier County Roadway Lighting LED Upgrade was initiated in 2015. At that time county staff identified several criteria to consider including the LED luminaires, warranty on both the lamp and the driver components, ease of installation, the light aesthetics (including color and light spread), supplier experience, specialized expertise, warranty and return on investment, cost, company fiscal stability, references, and local vendor preference. Once the criteria was identified it became readily apparent that the overall best procurement tool was a Request for Proposal (RFP) to consider Collier County's multiple priorities and criteria. On July 31, 2015 RFP 15-6508, Roadway Lighting Upgrade to LED Luminaires, was posted. One-thousand four hundred eight (1,408) vendors were notified via email, and ninety-three (93) RFP packets were subsequently downloaded. The county received seven (7) proposals by the September 1, 2015 requested response date. The proposals were ranked by the selection committee during the October 6, 2015 meeting, scoring from the highest to the lowest. As described in the solicitation Collier County reserved the right to conduct testing on the LED proposed products, and consequently, requested that the top two (2) ranked proposers provide their products to county staff for further evaluation. The LED luminaire samples of each product were then installed on Rattlesnake Hammock Road and along the southbound lanes of Santa Barbara Boulevard for conducting photometric testing and visual evaluations by the selection committee. On December 15, 2015 the selection committee held a second meeting to discuss the photometric test results, visual evaluations, and to reach an agreement on which luminaire would meet the established criteria. Also considered was which LED luminaire produced the best overall lighting results with the shortest payback period, using electrical costs and the cost of the fixture itself as a basis for comparison. By consensus the selection committee ranked and recommended that negotiations commence with the vendor with the highest score, Apollo Metro Solutions, Inc., for the purpose of supplying LED luminaires, replacement parts, and necessary accessories for this upgrade project. These findings were presented to the Board on 3/22/2016 (Item 11.E). The Board approved the item and a contract was awarded to Apollo Metro. Currently, Traffic Operations has replaced over seventy percent (70%) of Collier County owned and maintained HPS luminaires with the Apollo Metro Solutions, Inc. LED luminaires. The scheduled completion date to replace all county owned and maintained HPS luminaires with the Apollo LED luminaires is approximately June 2020. The average life expectancy of each LED luminaire is twenty (20) years and each luminaire has a ten (10) year warranty (light source, housing, heat sink, and other electrical components, optics, as well as other components). The LED driver (power supply) is covered by a five (5) year warranty. The cost for Collier County for each LED luminaire (with wireless control, control board, internal driver, radio, and antenna) provided by Apollo Metro Solutions, Inc. is six hundred four 16.A.12.c Packet Pg. 1420 Attachment: Single-Source Justification (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires) dollars ($604.00) each. The weighted 12-month average cost that Florida Department of Transportation (FDOT) spends per luminaire, less labor, is approximately one thousand three hundred sixty dollars ($1,360.00). This would be an average savings of approximately seven hundred fifty-six dollars ($756.00) per luminaire for Collier County. To date, Collier County has spent approximately one million eight hundred thousand ($1.8 million) and by the end of the current contract the county will have spent approximately two million three hundred thousand dollars ($2,300,000). With the total amount of money that will have been invested at contract end, it would be in the county’s best interest to continue the purchase of LED luminaires from Apollo Metro Solutions, Inc. as lighting from another vendor would be inconsistent with the existing LEDs and could create a visual and lighting distribution mismatch. Additionally, by installing all Apollo Metro Solutions, Inc. LED luminaires Collier County would reduce labor and equipment time, in addition to reducing spare part inventory and training costs for approximately four thousand (4,000) Collier County owned street light installations maintained by Traffic Operations. The LED conversion project is nearing completion, and it is in the best interest of the county to continue using this product to complete the conversion and to repair and maintain the existing LED luminaires under warranty. The Apollo Metro Solutions, Inc. luminaire is assembled in Collier County, within proximity of the Traffic Operations building. This "next door" location has the benefit of Apollo Metro Solutions, Inc. to provide field engineering and technical assistance within the contract period, as needed. The closeness of these two buildings would reduce the cost of return shipments for refurbishment and repairs due to component failure, or replacement due to vehicular accidents that could involve roadway lighting assets. Staff is recommending the approval of Agreement 19-062-NS, a single source waiver with Apollo Metro Solutions, Inc., which staff has reviewed and deemed to be reasonable based upon historical RFP (RFP 15-6508) and current FDOT pricing. The proposed agreement is scheduled to commence on March 22, 2020 and the pricing will be held fixed for an initial three-year period. The agreement will have an additional option to renew for two one-year periods after the initial term. 16.A.12.c Packet Pg. 1421 Attachment: Single-Source Justification (10201 : Agreement 19-062 with Apollo Metro Solutions as a single source provider of LED luminaires)