Loading...
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