The committee evaluated the firms per the following criteria based on a potential score of 1000 points:

Similar documents
BOARD OF COUNTY COMMISSIONERS DATE: March 19, 2013 AGENDA ITEM NO. 5

It* Public Hearing. DATE: April 22,2008 AGENDA ITEM NO.

Regular Agenda D Public Hearing D

REQUEST FOR PROPOSALS

PROSPECTIVE FIRMS. Dear Sir/Madame:

Pinellas. (ollnt OFFICE OF THE COUNTY ADMINISTRATOR MEMORANDUM

Scope of Services The City is seeking consulting services for the following tasks:

Manatee County Sheriff s Office INVITATION TO BID ITB MUSTANG

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

THE HOUSING AUTHORITY OF THE CITY OF DURHAM REQUEST FOR PROPOSALS SECURITY CAMERA AND MONITORED PANIC BUTTON SYSTEM INSTALLATION RFP #17-015

CITY OF GASTONIA REQUEST FOR LETTER OF INTEREST (LOI)

State of Florida Department of Transportation

REQUEST FOR PROPOSAL FOR LEGAL SERVICES

Internet WAN RFP. Request for Proposal for Internet WAN. Colquitt County Schools. Issuance of RFP 02/25/2015

BOARD OF COUNTY COMMISSIONERS. Staff Member Responsible: Paul S. Sacco, Assistant County Administrator

REQUEST FOR PROPOSALS No

WATERFRONT COMMISSION OF NEW YORK HARBOR

Request for Proposal Enterprise Network Upgrade/AMELIA COUNTY PUBLIC SCHOOLS

Invitation to Negotiate For TAMPA BAY H-1B TECHNICAL SKILLS TRAINING PROGRAM: PROGRAM EVALUATION SERVICES

SAU 19 and the School Districts of Goffstown and New Boston REQUEST FOR PROPOSAL AUDIT SERVICES

CITY OF INGLEWOOD Residential Sound Insulation Program

All proposals must be received by August 30, 2016 at 2:00 PM EST

FISCAL & COMPLIANCE AUDITS

The First Microfinance Bank Afghanistan (FMFB-A)

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL DESIGN SERVICES FOR THE

CITY OF SPOKANE VALLEY Request for Council Action

Disadvantaged Business Enterprise Supportive Services Program

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR PROPOSALS STRATEGIC INITIATIVES FINANCIAL ADVISORY SERVICES CITY OF JACKSONVILLE, FLORIDA

NORTH CENTRAL TEXAS COUNCIL OF GOVERNMENTS METROPOLITAN PLANNING ORGANIZATION REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL FOUNDATION REINFORCING STEEL PACKAGE NEW ORANGEBURG COUNTY DETENTION CENTER ORANGEBURG, SOUTH CAROLINA REQUISITION NO: FY

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

Meeting of the Operations and Oversight Committee Thursday, April 12, :00 a.m. 2nd Floor Board Room 509 E. 18 th Street, Norfolk, VA

Request for Proposal REQUEST FOR PROPOSAL

RESOLUTION NUMBER 2877

Request for Proposal

Request for Proposal PROFESSIONAL AUDIT SERVICES. Luzerne-Wyoming Counties Mental Health/Mental Retardation Program

REQUEST FOR PROPOSALS RFP NO.:

REQUEST FOR PROPOSAL FOR AUDIT SERVICE FOR FACC SERVICES GROUP, LLC

Pierce County Community Connections

BARNEGAT TOWNSHIP SCHOOL DISTRICT 550 BARNEGAT BOULEVARD NORTH BARNEGAT, NEW JERSEY (609) FAX (609)

Town of Derry, NH REQUEST FOR PROPOSALS PROFESSIONAL MUNICIPAL AUDITING SERVICES

CENTRAL BANK OF LESOTHO REQUEST FOR PROPOSAL

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

Request for Proposal PROFESSIONAL AUDIT SERVICES

Request for Proposals RFP VIRTUAL SERVICES

Florida Job Growth Grant Fund Public Infrastructure Grant Proposal

REQUEST FOR PROPOSALS (RFP) FIRE STATION FEASIBILITY STUDY. Borough of Phoenixville. July 15, 2016

DOAS State Purchasing Toolbox GA Fiscal Management Conference September 23, 2013

FEDERAL TRANSIT ADMINISTRATION

Meeting of the Operations and Oversight Committee Thursday, March 8, :00 a.m. 2nd Floor Board Room 3400 Victoria Blvd.

Request for Proposal Number #512-11

PURCHASING DEPARTMENT

Mary T. Cagle, Inspector General

Cities of Rockland, South Portland and Biddeford, and Town of Falmouth, Maine

Project Deliverable 4.1.3e Individual City Report - City of Pomona

Londonderry Finance Department

Maine Turnpike Authority Procurement Policy

3 rd Friday Music Series Vendor Rules & Regulations

WILLIAMSON COUNTY PURCHASING DEPARTMENT SOLICITATION Utility Coordination and Utility Engineering Services

Proposals must be clearly marked Request for Proposals Independent Audit Services

REQUEST FOR PROPOSALS FOR FUNDRAISING SERVICES

DATE: 12/17/15 MTA-NYCT IS NOW ADVERTISING FOR THE FOLLOWING:

REQUEST FOR PROPOSALS. Annual Audit and Tax Preparation

Le-Nor-Co Purchasing Cooperative. Joint Purchase Agreement. February 2017

SOLICITATION FOR PARTICIPATION IN A REQUEST FOR PROPOSALS FOR CHIEF EXECUTIVE OFFICER (CEO) SEARCH SERVICES JACKSONVILLE, FL SOLICITATION NUMBER 94414

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

City of Puyallup City-Owned Fiber Infrastructure Evaluation Project

Award of RFP #JA2059 Pre-employment Background Investigative Services

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR QUALIFICTIONS MARKETING AND PUBLIC RELATIONS FOR YEAR ENDING DECEMBER 31, 2018 ISSUED BY: Suffolk County Industrial Development Agency

REQUEST FOR PROPOSAL INFORMAL BID PROFESSIONAL ENERGY AUDIT SERVICES FOR THE HOUSING REHABILITATION PROGRAM

Solicitation Number RFP No Date Issued Procurement Officer. The Term "Offer" Means Your "Bid" or "Proposal"

PENNSYLVANIA TURNPIKE COMMISSION. Reference No. E-056

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

Space for the program is limited - please contact organizers listed below for details.

REQUEST FOR PROPOSAL. for. Fee Accounting Services TROY HOUSING AUTHORITY

State of Florida Department of Transportation

SECTION 9: FORMAL PROCEDURES

REQUEST FOR PROPOSALS. Phone# (928)

REQUEST FOR PROPOSALS FOR FEE ACCOUNTING SERVICES ALL PROPOSALS MUST BE ADDRESSED AND SUBMITTED TO:

FEDERAL TRANSIT ADMINISTRATION

HOW TO DO BUSINESS WITH THE CITY OF VALDOSTA, GEORGIA

ELEVATING OUR PROFESIONALISM

Request for Proposal for an IP Security Camera Solution RFP-IP SECURITY CAMERA2

Request for Qualifications. Construction Management at Risk Services - William J. Rish Recreational Park Improvements RFQ-REDM17/ ADDENDUM #1

TOWN AUDITING SERVICES

CITY OF HONDO ENGINEERING REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSAL for Wide Area Network Design, Configuration and Installation

Request for Proposal Tree Trimming Services June 4, 2018 Procurement Contact Linda Lapeyrouse

Pride 2018 Digital Marketing Request for Proposals

REQUEST FOR PROPOSALS (RFP)

NeoOne VPN Service Specific Terms and Conditions

Request for Proposals. Navalshore 2013 Trade & Partnering Opportunities Initiative

@Count Adminlstrato~s 51

I-80/I- 380 Systems Interchange Reconstruction Construction Manager/General Engineering Consultant Services

County of Alpena Website Design and Development RFP

General Services Agency

Transcription:

Consent Agenda rij Regular Agenda County Administrato~sSign~ BOARD OF COUNTY COMMISSIONERS DATE: February 7,2012 AGENDA ITEM NO. 8. D Public Hearing D Subject: Approval of Ranking of Consultant Selection - Traffic Engineering Consultant Services for ATMS-Intelligent Transportation System Contract NO.1 01-0464-CN (AM) Department: Department of Environment &Infrastructure I Purchasing Staff Member Responsible: Pete Yauch I Joe Lauro Recommended Action: I RECOMMEND THE BOARD OF COUNTY COMMISSIONERS (BOARD) APPROVE THE RANKING OF FIRMS AND AUTHORIZE STAFF TO NEGOTIATE AN AGREEMENT WITH EACH OF THE TOP TEN (10) RANKED FIRMS FOR TRAFFIC ENGINEERING CONSULTANT SERVICES PERTAINING TO THE ATMS-INTELLIGENT TRANSPORTATION SYSTEM ON A CONTINUING BASIS AS OUTLINED IN THE REQUEST FOR PROPOSAL. Summary Explanation/Background: On September 30, 2011, the Purchasing Department, in accordance with Consultant Competitive Negotiation Act (CCNA) requirements, let a Request for Proposal (RFP) on behalf of the Department of Environment and Infrastructure (DEI) to seek qualified consultants to provide services to bring to conclusion numerous projects for the Capital Improvement Program (CIP) related to the Countywide Advanced Traffic Management System (ATMS) and Intelligent Transportation System (ITS) known as Smart Tracs. The RFP contained specific projects which the prospective firms had to base their qualifications upon. The evaluation committee consisting of representatives from DEI (EngineeringlTransportation Divisions) and the Real Estate Management department, along with a representative from the Purchasing Department acting as a facilitator, met on December 16, 2011, to evaluate and rank the thirteen (13) proposals received. The committee evaluated the firms per the following criteria based on a potential score of 1000 points: 1. 2. 3. 4. 5. 6. Ability of the Firm and its Professional Personnel Firm's Experience with Projects of Similar Size and Past Performance Volume of Work Previously Awarded by the County Effect of the Firm's Current and Projected Workload Minority Business Status Location 375 points 350 points 50 points 125 points 50 points 50 points Revised 07-18-03 pate'

The order of ranking of qualified firms after evaluation of the proposals are as follows: 1. Metric Engineering 2. HNTB Corporation 3. Transcore, ITS, LLC 4. Gannett Fleming, Inc. 5. Parsons Brinckerhoff d/b/a PB Americas, Inc. 6. Telvent USA Corporation 7. TBE Group, Inc., d/b/a Cardno TBE 8. Atkins North America, Inc. 9. DKS Associates 10. American Quality Consultants, LLC 11. Kimley-Horn and Associates, Inc. 12. Concurrent Technologies Corporation 13. Baslee Engineering Solutions, Inc., d/b/a BES Inc. 823.80 POINTS 810.85 POINTS 801.10 POINTS 798.55 POINTS 780.15 POINTS 773.30 POINTS 771.05 POINTS 760.85 POINTS 760.45 POINTS 760.25 POINTS 736.45 POINTS 566.50 POINTS 509.35 POINTS At the direction of the Board, staff will begin negotiation with the ten (10) most qualified firms in accordance with the County CCNA procedures. Final negotiated agreements will be presented to the Board for consideration at a later date. Fiscal Impact/Cost/Revenue Summary: The upset limit over the initial thirty-six (36) month term of the contract is an amount not to exceed $3,155,000.00 for each firm based on a total estimated project and non-specific work order expenditure of $31,550,000.00. The expenditure limit pertaining to this contract is solely based on potential grant funding. There is the possibility the actual expenditures related to this contract may increase or decrease based on actual funding. The contract may be renewed for an additional twenty-four (24) month period. The County Administrator has delegated authority to increase the upset limits of contract purchase orders pertaining to these agreements pending the negotiated rates remain the same. Exhibits/Attachments Attached: Contract Review Evaluation Criteria Tabulation Revised 07-18-03 Page 2 of 2

PURCHASING DEPARTMENT CONTRACT REVIEW TRANSMITTAL CATS NO.: 3?1SZ PROJECT: Traffic Engineering Consultant Services for ATMS-Intelligent Transportation System BID NUMBER: 101-0464-CN (AM) REQ. NUMBER: TYPE: D Purchase Contract I 0 Other: I D Construction-Less than $100,000 I D OneTime I In accordance with the policy guide for Contract Administration, the attached documents are submitted for review and comment Upon completion of review, complete Contract Review Transmittal and forward to next Review Authority listed. Please indicate suggested changes by revising, in RED, the appropriate section of the document reflecting the exact wording of the ch,~~_ RISK MANAGEMENT: Please enter required liability coverage on page: 14 PRODUCT ONLY This is an annual contract. Estimated Expenditure: $2,000,000 per Consultant per information provided by d artment, u REVIEW SEQUENC REVIEW AUTHORITY REVIEW SIGNATURE COMMENTS (Attach Separat page if necessary) 1. 2. Purchasing Dept. J. Lauro, Director Amelia McFarlane, Sr., PA Requesting Dept. Pete Yauch, Directorl Ken Jacobs Using Dept please provide below information: f.$e..e. U'~r,,"" ~\~ ~\~()t"2-:z., DYes, funding for this requisition is using grant Funding. DNo, funding for this requisition is not usln~ grant Fu ding. If grant funding is being used you must provide Purchasing with the exact clauses that need to be on attached document Please check attached vendor list. Circle vendors you want bids mailed to. Add additional vendors with complete information (Name, Address, Phone and x) Risk Management Director HIGH RISK 3. Attn: Will Davis '!1 NOT HIGH (Check applicable b~ at right) RISK 4. 5. BCC Finance Attn: Cassandra Williams 6. 7. Asst. County Administrator Attn: M. Woodard Legal Attn: Michelle Wallace 9 211 'I RETURN ALL DOCUMENTS TO PU CHASING Make all inquiries to: AMELIA MCFARLANE, SR., PROCUREMENT ANALYST at Extension 43149 In order to meet the following schedule, please return your requirements to Purchasing by: 9-13-11 ~evised 08/2010 TENTATIVE DATES I Bid Mail Out: 9-16-11 Bid Opening: 10-11-11 BCC Approval: TBD

RFP TITLE: TRAFFIC ENGINEERING CONSULTANT SERVICES FOR ATMS-INTELLlGENT TRANSPORTATION SYSTEMS RFP #: 101-0464-CN(AM) Paul Jim Ken Adam Mark Giuliani Hall Jacobs Moser Pistillo Metric Engineering 840.50 803.75 847.75 804.50 822.50 4119.00 823.80 1 HNTB Corporation 824.50 807.50 825.50 781.75 815.00 4054.25 810.85 2 TransCore ITS, LLC 792.00 792.50 796.75 806.75 817.50 4005.50 801.10 3 Gannett Fleming, Inc. 803.50 792.50 818.00 761.25 817.50 3992.75 798.55 4 Parsons Brinckerhoff d/b/a PB Americas, Inc. 803.75 771.25 771.75 764.00 790.00 3900.75 780.15 5 Telvent USA Corporation 756.25 753.75 776.25 807.75 772.50 3866.50 773.30 6 TBE Group, Inc. d/b/a Cardno TBE 752.00 775.00 796.25 775.75 756.25 3855.25 771.05 7 Atkins North America, Inc 780.00 750.00 760.50 763.75 750.00 3804.25 760.85 8 OKS Associates 773.75 756.25 738.75 771.00 762.50 3802.25 760.45 9 American Quality Consultants, LLC 755.00 770.00 755.00 751.25 770.00 3801.25 760.25 10 Kimley-Horn and Associates, Inc. 749.50 736.25 732.50 727.75 736.25 3682.25 736.45 11 Concurrent Technologies Corporation 575.00 538.75 593.75 592.50 532.50 2832.50 566.50 12 Baslee Engineering Solutions, Inc. 513.75 493.75 511.25 516.75 511.25 2546.75 509.35 13 Date: December 16, 2011

Works of a specified nature to be performed by the successful contractor(s) during the course of the contract are detailed below: a. ATMS/ITS Design - Countywide ATMS/ITS Projects as defined below: Route From To Est. Project Cost Including design and construction Majors Projects Currently Funded in Pinellas County's Capital Improvement Program ss" St N/SR 693 US 19 Gulf Boulevard $5,800,000 Park Blvd/Gandy Blvd/SR 694 Gulf Blvd 1-275 $4,300,000 Bryan Dairy Road Seminole Blvd 28 t Street $3,100,000 Belcher Rd Druid Road Park Blvd $3,600,000 Gulf Blvd Access Intersections Pinellas Bayway Clearwater Memorial Causeway/SR 60 $4,200,000 Majors Projects Dependent on Available Grant Funding TOTAL $21,000,000 Walsingham Rd/Ulmerton Rd/SR Gulf Blvd 1-275 $3,100,000 688 Tyrone Blvd/Alt US Starkey Rd/Keene Rd/Park St Tampa Rd $7,700,000 19 49 t h St Park Blvd N US 19 $750,000 Tarpon Ave/Keystone Rd US 19 East Lake Rd $500,000 Drew St Belcher Myrtle / Alt US 19 $1,200,000 Sunset Point Rd Belcher Rd McMullen Booth $5,500,000 54the Ave N ss" St N 1-275 $1,500,000 Alt US 19 Pasco Co Line SR 686/East Bay Drive $4,400,000 4 th Street 1-275 22 M Avenue S. $3,500,000 Tyrone Blvd Alt US 19 s" Avenue N. $1,600,000 s" Avenue N. 58 t Street 1-275 $1,800,000 TOTAL $31,550,000 1. ATMS/ITS Design for all projects listed above will include development of 30%, 60%, 90%, 100% and final plans, specifications and estimates for conduit, fiber-optic communication infrastructure, wireless communication, and Ethernet network to connect field elements with the (PCC); dynamic message signs (DMS) foundations and structures; c1osedcircuit television (CCTV) cameras, poles (including foundations and lowering devices where high-mast CCTV poles are required); microwave vehicle detection systems (MVDS) including poles and detectors; system

traffic detectors including poles, detectors and communication with intersection controllers; intersection stop bar detection including both loops for span wire locations and video image detection systems (VIDS) for mast-arm locations. Design of other ITS field elements may also be required including highway advisory radio (HAR) systems and road/weather information systems (RWIS). 2. See Section C.3 for additional details relative to the design requirements. b. Primary Control Center Traffic Incident Management, Traveler Information and Traffic Signal Operation Support Program - if needed: 1. Project Location: PCC and other traffic management and emergency operations centers throughout the County as needed. 2. Provide Operators, Senior Operators, Lead Operators, IT support staff and others, as needed, to staff the PCC, monitor CCTV and other traveler information sources, confirm incident location, type and severity, coordinate with the Sheriff's Department emergency services and 911 dispatching, coordinate with the FDOTDistrict 7 Tampa Bay Sunfiuide" regional transportation management center (RTMC), coordinate with Hillsborough County traffic management center, post messages on DMS, post messages to HAR, operate traffic control systems, coordinate with the media, and maintain servers, work stations and other equipment on the Pce. Work could also include emergency transportation operations, traffic incident management training, standard operating procedure development updates and support. 3. Cost estimate if implemented $2,000,000 c. ITS!ATMS!Traffic Program Management - if needed: 1. Provide oversight on behalf of the County for multiple ITS/ATMS projects simultaneously including management reviews of planning, design, integration, and/or testing activities performed by others. 2. Develop new project descriptions, project budgets, and other information to support annual transportation improvement program. Provide status reports, budget reports, and other documents needed to track progress. Prepare performance measures and develop performance measure reports along the lines established by the Pinellas County IVIPO and the ITS committee. 3. Cost estimate if implemented $2,000,000