HomeMy WebLinkAboutItem J09 J9
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
August 20, 2025
Agenda Item Number: J9
2023-4344
BULK ITEM: Yes DEPARTMENT: Building and Permitting
TIME APPROXIMATE: STAFF CONTACT: Ed Koconis
N/A
AGENDA ITEM WORDING: Approval to negotiate contracts for Professional Support Services for
Plan Review, Inspection Services and Planning/Zoning Development Review with M.T. Causley, LLC,
the highest ranked respondent, as primary; CAP Government, Inc., the second ranked respondent, as
secondary backup, including a waiver of minor irregularities; and with All Aspects Inspection Services,
LLC, the third ranked respondent, as tertiary backup. If successful negotiations cannot be reached, then
approval is requested to negotiate with the next highest ranked respondent until successful negotiations
are reached.
ITEM BACKGROUND:
On March 25, 2025, the BOCC approved advertisement of a Request for Proposal (RFP) for one or
more consultants to furnish temporary,part-time "on call" licensed professionals to conduct plan
review, inspections, and development and environmental review to support the day-to-day operations of
the Building, Planning & Environmental Resources, and Fire Departments. Five submittals were
received on June 26, 2025. The Selection Committee held a public meeting on July 23, 2025, and
scored the respondents. M.T. Causley, LLC, was the highest ranked respondent, followed in order by
CAP Government, Inc; All Aspects Inspection Services, LLC; Beryl Project Engineering; and OVH
Environmental Holdings, LLC. All Committee members ranked the five firms in the identical order.
Pursuant to the RFP's Summary of Request for Proposals and Section 1 B, Purpose and Objectives of
the Request for Proposals, the County reserved the right to award more than one contract based on need.
Staff is requesting approval to award bids and authorization to negotiate contracts as follows:
1. Award the primary contract to M.T. Causley, LLC, who was the highest ranked responsible bidder to
the Request for Proposals for Professional Support Services for Plan Review, Inspection Services and
Planning/Zoning Development Review.
2. Award a backup secondary contract to CAP Government, Inc., as the second highest ranked
responsible bidder, to provide services in the case that M.T. Causley, LLC, is unable to provide timely,
effective, and responsive services pursuant to the RFP.
3295
Staff is further recommending waiver of minor irregularities in awarding a contract to CAP.
Respondent CAP submitted partial but incomplete information pursuant to MCC 2-347(h)(5).
Investigation was conducted and did not raise any concerns related to contract performance. As such,
Respondent CAP can be considered a responsible and responsive bidder.
3. Award a backup tertiary contract to All Aspects Inspections Services, LLC, as the third highest
ranked responsible bidder, to provide services in the case that M.T. Causley, LLC, and CAP
Government, Inc., are unable to provide timely, effective, and responsive services pursuant to the RFP.
PREVIOUS RELEVANT BOCC ACTION:
March 25, 2025 BOCC Approved Permission to advertise a Request for Proposals (RFP) for one or
more consultants to furnish temporary,part-time "on-call" licensed professionals to conduct plan
review, inspection services, development and environmental review to support the day-to-day
operations of the Building, Planning & Environmental Resources, and Fire Departments.
INSURANCE REQUIRED:
No
CONTRACT/AGREEMENT CHANGES:
N/A
STAFF RECOMMENDATION: Approval
DOCUMENTATION:
Scoring Summary forFP-59I.pdf
FINANCIAL IMPACT:
N/A
3296
LO 00 rl—
a) C14
o)
Lf) 0
2
LL
a)
Q..
04 c1r) c1r) c1r) c1r)
CO 00 00 C14
E NCL U)
4..,
0 ®q
0 _J
a) ,
r V;
a 0
> U) a) a)
< a
U)
<O
a)
(D LO LO CO
00 CY) CY) rl-
C14
U)
cc
2; a) a) a)
Rf m N 'IT N m N LO N 0 0 0
rl- CY) CY) (D 0 0 0
C14 a) a) a)
C cu cu cu
11. a) a) a) a)
< E > > >
C-7 0 0 0
a) cu cu cu
>
0
0 0 0
LO M LO N LO N LO
CL Cf) 'IT (D 'IT cn cn cn
(n Cc (.)
cn cn cn
cu cu cu
Wpm 3a)
(n cn cn cn
C)
>
u) cu cu cu
r 04
CD
N -a no
0
(D
cu 5 1,
Cf) 91 cu cu
O -13 N
04 cn - cn . cn B E
a) 1 a) a) �a-.
E,M6 5 000—
0 0 0
U) U) U)
-VI Fu 0
OOO cu
4) a) 0 0 0 0 0) 0 0 0 cu
a) U) U) U) 0- r— F— cu cu
7—
>N cu 5 -ia •—,e >1 L— >% C: N
CU — >N= C: (D
0 a) 0 M 0 M 0 M 0 M E a) 0 E a) E
CL q)
CL C) C) cu 0 cu C)
—cu
N cu CU LO
0 cu cu
a a)0 5
.0 0
(n 0 (.) -0
cu >> U >> >> cu
cu
cu
0. U)
a)
3297
co
0)
N
M
u TM "Nof ;A a
c
1 Imo,,,,
Jim
Ln
a 3 LLB
N
N
M
0 0 0 Cl) 0
d' .,.,., ........................................................
I
�r r 0) co
IIIoi
"r
^t '
N m co m o0
III�I
r
r co r co er
l
ua ua o Ln ua ul r N N r r
co 0o N d
0o Il- CO Lf) co
I
J
° U
U J
U bA J
U •� U
O C �
� � O
IN `i Cl) co co (D � C
U U ,
® O
J O Q O O
Q
Cco 0
® � J C J O O > U •� O
W
Q Q I
Q U F7 Q > cu
® ...,. a L...., ...., U Q L d
0
0
M
M
III. ��.. ............................................. ............................
o 0 o m o
lllfl
III
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,............................
......,
lillim LID
o 0 0 0
-----------------------.............................
M"
N
III: Ii��o�
Id
u
yl �
hf
III m
IIi mm N a a
N r
III �lllfl.............. 00 00
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,......................
............................
...
U E
J O
J U U
J
U lob J
O �
U •� U
O to
C
O C _�
bA O
U 0 0 _
® o v I o C a--)b b ca w •� U C6
U a--)
_ O O
J Q O O
J U U E
U
c) c m
4
N J N J Q J N E fn a--) O
J J p OU > �..� •> 4—
2 E t„ O-Q) 0 a) \ C 0
0 0 (1) 0
mull
wn
0 1- 0 Lr) (1)
CN
0 LO 0
m CN L2 CN
LO CY) r- r- C4
0) 0) 00 r- (D
(1) LO CN C) E
0
U C)
a)
a)
CO C
to 0
co LO U
Iq(0 0') 0) .0 a)
.P +- 70,
U
a)
0- a)
a) 0
c: E
E a) 0
0
-r< D-
E U) u
0 Y) :3 > >
It= g E a) 0
co
> >
uj
>
0 IS F-- 13- to
+� >
0 < cu 0 < 4- 0