Loading...
Agenda 04/13/2021 Item #16G6 (Ranking of RPS #20-7806)04/13/2021 EXECUTIVE SUMMARY Recommendation to approve the selection committee’s ranking of Request for Professional Services (“RPS”) No. 20-7806, “Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded),” and authorize staff to begin contract negotiations with the top ranked firms so that proposed agreements may be brought back for the Board’s consideration at a subsequent meeting. OBJECTIVE: To obtain approval for the selection committee’s ranking of consultants so that staff can negotiate contracts pertaining to professional services to be used by the Airport Authority to facilitate projects funded by Federal Aviation Administration (FAA) grants for the airport improvement program. CONSIDERATIONS: This RPS seeks consultants who will enter into professional service contracts to provide engineering services to the Airport Authority Division for airport design and engineering projects. The eventual contracts that will be issued under this RPS will be used for professional services on projects that are less than $500,000, and where the resulting construction value is under four -million dollars. This solicitation is for projects that will be funded by grants from The Federal Aviation Administration (FAA). Projects funded by Florida Department of Transportation (FDOT) grants were solicited separately. With the assistance of operating staff, the Procurement Services Division developed a solicitation for these services consistent with Florida’s Consultant’s Competitive Negotiation Act, Section 287.055, Florida Statutes (the “CCNA”). On November 13, 2020 the Procurement Services Division released notices of Request for Professional Services (RPS) #20-7806 “Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded).” The County notified thirty-two thousand five hundred forty (32,540) vendors. The selection committee convened on February 19, 2021, as described in the solicitation documents, to score and rank each proposal. Pursuant to the CCNA, the evaluation criteria included, ability of professional personnel; past performance/references; project approach, willingness to meet time and budget requirements; and recent, current, and projected workloads of the firm. A minimum of three references were requested from clients of projects with a similar size for which the firm provided services similar in scope and complexity within the past five years. After review of the proposals and deliberation, the committee ranked the proposals as seen below. The solicitation will be awarded by category due to grant restrictions. The firms were asked to rank the categories in order of preference if proposing on multiple categories: Category A: Aviation Planning Services - One hundred seventeen (117) viewed the bid information and three (3) proposals were received by the due date. Staff determined all three firms to be responsive and responsible. The selection committee scored each of the proposals and ranked the firms as listed below. Company Name Final Ranking Avcon, Inc 1 Atkins North American Inc 2 Infrastructure Consulting & Engineering PLLC 3 Staff recommends negotiations with the top ranked firm Avcon, Inc. for Category A. Category B: Architectural/Engineering Design Services -One hundred seventeen (117) viewed the bid information and five (5) proposals were received by the due date. Staff determined all five firms to be responsive and responsible. The selection committee scored each of the proposals and ranked the firms as 16.G.6 Packet Pg. 1557 04/13/2021 listed below. Company NameFinal Ranking Hole Montes, Inc 1 Atkins North American Inc 2 Avcon, Inc. 3 Infrastructure Consulting & Engineering PLLC 4 EXP US Services Inc 5 Staff recommends negotiations with the top ranked firm Hole Montes, Inc. for Category B. Category C: Construction Engineering and Inspection -One hundred seventeen (117) viewed the bid information and eight (8) proposals were received by the due date. Staff determined all eight firms to be responsive and responsible. The selection committee scored each of the proposals and ranked the firms as listed below. Company NameFinal Ranking Hole Montes, Inc 1 Atkins North American Inc 2 Avcon, Inc. 3 EG Solutions 4 Infrastructure Consulting & Engineering PLLC 5 PSA Constructors, Inc dba PSA Management Inc 6 Tectonic Group International, LLC 7 EXP US Services Inc 8 The top ranked firm Hole Montes, Inc. has been recommended for award for Category B and cannot be awarded two (2) categories due to the grant restrictions. Hole Montes, Inc. has pre-ranked a preference for Category B as #1 and Category C as #2. Accordingly, staff recommends negotiations with the second ranked firm Atkins North America Inc. for Category C. FISCAL IMPACT: The subsequent contract will be utilized as projects are identified and funded via Airport Authority Operating Fund (495), Capital Fund (496), and/or Grant Funds (498) / (499). GROWTH MANAGEMENT IMPACT: There is no growth management impact associated with this executive summary. LEGAL CONSIDERATIONS: This item is approved as to form and legality and requires majority vote for Board approval. -SAA RECOMMENDATION: Recommendation to approve the selection committee’s ranking of RPS No. 20- 7806, “Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded),” and authorize staff to begin contract negotiations with the top ranked firms so that proposed agreements may be brought back for the Board’s consideration at a subsequent meeting. Prepared by: Andrew Bennett., Executive Manager-Interim, Airport Authority 16.G.6 Packet Pg. 1558 04/13/2021 ATTACHMENT(S) 1. 20-7806 NORA_esigned (flat) (PDF) 2. 20-7806 Final Ranking - Category A (PDF) 3. 20-7806 Final Ranking - Category B (PDF) 4. 20-7806 Final Ranking - Category C (PDF) 5. [Linked] 20-7806 Avcon Proposal (PDF) 6. [Linked] 20-7806 Hole Montes Proposal (PDF) 7. [Linked] 20-7806 Atkins Proposal (PDF) 8. 20-7806 Solicitation (PDF) 16.G.6 Packet Pg. 1559 04/13/2021 COLLIER COUNTY Board of County Commissioners Item Number: 16.G.6 Doc ID: 15298 Item Summary: Recommendation to approve the selection committee’s ranking of Request for Professional Services (“RPS”) No. 20-7806, “Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded),” and authorize staff to begin contract negotiations with the top ranked firms so that proposed agreements may be brought back for the Board’s consideration at a subsequent meeting. Meeting Date: 04/13/2021 Prepared by: Title: – Growth Management Operations Support Name: Heather Meyer 03/11/2021 3:32 PM Submitted by: Title: Division Director - Operations Support – Growth Management Department Name: Gene Shue 03/11/2021 3:32 PM Approved By: Review: Procurement Services Opal Vann Level 1 Purchasing Gatekeeper Completed 03/11/2021 3:52 PM Airport Authority Andrew Bennett Additional Reviewer Completed 03/11/2021 3:56 PM Capital Project Planning, Impact Fees, and Program Management Rookmin Nauth Additional Reviewer Completed 03/12/2021 7:47 AM Growth Management Department Jeanne Marcella Level 1 Reviewer Completed 03/12/2021 8:21 AM Procurement Services Sandra Herrera Additional Reviewer Completed 03/12/2021 10:03 AM Growth Management Department Gene Shue Additional Reviewer Completed 03/12/2021 10:23 AM Procurement Services Evelyn Colon Additional Reviewer Completed 03/12/2021 1:55 PM Growth Management Operations Support Christopher Johnson Additional Reviewer Completed 03/12/2021 3:04 PM Growth Management Department Thaddeus Cohen Department Head Review Completed 03/16/2021 10:16 AM Grants Erica Robinson Level 2 Grants Review Completed 03/16/2021 10:18 AM Grants Carrie Kurutz Additional Reviewer Completed 03/16/2021 1:30 PM County Attorney's Office Sally Ashkar Level 2 Attorney Review Completed 03/23/2021 4:03 PM Office of Management and Budget Debra Windsor Level 3 OMB Gatekeeper Review Completed 03/23/2021 4:57 PM Grants Therese Stanley Additional Reviewer Completed 03/24/2021 3:19 PM County Attorney's Office Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Completed 03/25/2021 10:46 AM Office of Management and Budget Laura Zautcke Additional Reviewer Completed 04/01/2021 10:35 AM 16.G.6 Packet Pg. 1560 04/13/2021 Office of Management and Budget Susan Usher Additional Reviewer Completed 04/05/2021 11:07 AM County Manager's Office Dan Rodriguez Level 4 County Manager Review Completed 04/06/2021 10:07 AM Board of County Commissioners MaryJo Brock Meeting Pending 04/13/2021 9:00 AM 16.G.6 Packet Pg. 1561 Notice of Recommended Award Solicitation:20-7806 Title:Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded) Due Date and Time:December 15th, 2020 at 3:00PM Recommended Vendor(s) For Award: On November 13th, 2020, the Procurement Services Division released Request for Professional Services (RPS) 20- 7806 Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded) to thirty-two thousand five hundred forty (32,540) vendors. The solicitation will be awarded by per category due to grant restrictions.The firms were asked to rank the categories in order of preference if proposing on multiple categories. Utilized Local Vendor Preference: Yes No Respondents for Category A:Aviation Planning Services Company Name City County State Final Ranking Responsive/Responsible Avcon,Inc.Naples Collier FL 1 YES/YES Atkins North America,Inc.Tampa Hillsborough FL 2 YES/YES Infrastructure Consulting & Engineering PLLC Columbia Richland SC 3 YES/YES Category A: Aviation Planning Services One hundred seventeen (117) bid packages were viewed, and three (3) proposals were received by the December 15th, 2021, deadline. All three (3) vendors were found to be responsive and responsible with minor irregularities. The Selection Committee convened on February 19th, 2021 as described in the solicitation documents, the Committee scored the proposals, ranked the respondents based on the criteria outlined in the solicitation. Staff recommends negotiations with the top ranked firm Avcon,Inc. Contract Driven Purchase Order Driven Respondents Category B: Architectural/Engineering Design Services Company Name City County State Final Ranking Responsive/Responsible Hole Montes,Inc.Naples Collier FL 1 YES/YES Atkins North America,Inc.Tampa Hillsborough FL 2 YES/YES Avcon,Inc.Orlando Orange FL 3 YES/YES Infrastructure Consulting & Engineering PLLC Columbia Richland SC 4 YES/YES EXP US Services Inc. Fort Myers Lee FL 5 YES/YES 16.G.6.a Packet Pg. 1562 Attachment: 20-7806 NORA_esigned (flat) (15298 : RFP 20-7806 Professional Services for Airports Rankings) Category B: Architectural/Engineering Design Services One hundred seventeen (117) bid packages were viewed, and five (5) proposals were received by the December 15th, 2021, deadline. All five (5) vendors were found to be responsive and responsible with minor irregularities. The Selection Committee convened on February 19th, 2021 as described in the solicitation documents, the Committee scored the proposals, ranked the respondents based on the criteria outlined in the solicitation. Staff recommends negotiations with the top ranked firm Hole Montes,Inc. Contract Driven Purchase Order Driven Respondents Category C: Construction Engineering and Inspection Company Name City County State Final Ranking Responsive/Responsible Hole Montes,Inc.Naples Collier FL 1*YES/YES Atkins North America,Inc.Tampa Hillsborough FL 2 YES/YES Avcon,Inc.Orlando Orange FL 3 YES/YES EG Solutions Lakewood Ranch Sarasota FL 4 YES/YES Infrastructure Consulting & Engineering PLLC Columbia Richland SC 5 YES/YES PSA Constructors, Inc. dba PSA Management Inc. Orlando Orange FL 6 YES/YES Tectonic Group International, LLC Pembroke Pines Broward FL 7 YES/YES EXP US Services Inc. Fort Myers Lee FL 8 YES/YES Category C: Construction Engineering and Inspection One hundred seventeen (117) bid packages were viewed, and eight (8) proposals were received by the December 15th, 2021, deadline. All eight (8) vendors were found to be responsive and responsible with minor irregularities. The Selection Committee convened on February 19th, 2021 as described in the solicitation documents, the Committee scored the proposals, ranked the respondents based on the criteria outlined in the solicitation. *The top ranked firm Hole Montes,Inc. has been recommended for award for Category B and cannot be awarded two (2) categories due to the grant restrictions. Holes Montes, Inc., has pre-ranked a preference for Category B as #1 and Category C as #2. Staff recommends negotiations with the second ranked firm Atkins North America,Inc. Contract Driven Purchase Order Driven 16.G.6.a Packet Pg. 1563 Attachment: 20-7806 NORA_esigned (flat) (15298 : RFP 20-7806 Professional Services for Airports Rankings) Required Signatures Project Manager: Procurement Strategist: Procurement Services Director: ___________________________________________________ Sandra Herrera Date 16.G.6.a Packet Pg. 1564 Attachment: 20-7806 NORA_esigned (flat) (15298 : RFP 20-7806 Professional Services for Airports Rankings) Name of Firm Andrew Bennett Heather Meyer Mark McCleary Julio Castro Kate Whitson Total Scores Selection Committee Final Rank Avcon Inc.93 99 100 94 94 480.00 1 Atkins North American Inc.95 96 99 97 93 480.00 2 Infrastructure Consulting & Engineering PLLC 90 93 95 91 92 461.00 3 Procurement Professional CATEGORY A - Aviation Planning Services PATRICK BOYLE Page 1 of 1 16.G.6.b Packet Pg. 1565 Attachment: 20-7806 Final Ranking - Category A (15298 : RFP 20-7806 Professional Services for Airports Name of Firm Andrew Bennett Heather Meyer Mark McCleary Julio Castro Kate Whitson Total Scores Selection Committee Final Rank Hole Montes, Inc.100 99 100 93 96 488.00 1 Atkins North American Inc.96 99 98 97 94 484.00 2 Avcon Inc.91 98 98 94 95 476.00 3 Infrastructure Consulting & Engineering PLLC 90 94 93 91 91 459.00 4 EXP US Services Inc.85 84 86 87 82 424.00 5 Procurement Professional CATEGORY B - Architectural/Engineering Design Services Patrick Boyle Page 1 of 1 16.G.6.c Packet Pg. 1566 Attachment: 20-7806 Final Ranking - Category B (15298 : RFP 20-7806 Professional Services for Airports Name of Firm Andrew Bennett Heather Meyer Mark McCleary Julio Castro Kate Whitson Total Scores Selection Committee Final Rank Hole Montes, Inc.*99 98 96 92 96 481.00 1 Atkins North American Inc.97 99 93 91 96 476.00 2 Avcon Inc.91 96 98 94 93 472.00 3 EG Solutions 89 91 100 92 90 462.00 4 Infrastructure Consulting & Engineering PLLC 90 94 93 91 88 456.00 5 PSA Management Inc.89 86 94 76 90 435.00 6 Tectonic Group International, LLC 89 86 84 72 91 422.00 7 EXP US Services Inc.85 84 86 83 82 420.00 8 Procurement Professional CATEGORY C - Architectural/Engineering Construction Engineering and Inspection *The top ranked firm Hole Montes, Inc. has been recommended for award for Category B and cannot be awarded two (2) categories due to the grant restrictions. Holes Montes, Inc., has pre-ranked a preference for Category B as #1 and Category C as #2. Patrick Boyle Page 1 of 1 16.G.6.d Packet Pg. 1567 Attachment: 20-7806 Final Ranking - Category C (15298 : RFP 20-7806 Professional Services for Airports COLLIER COUNTY BOARD OF COUNTY COMMISSIONERS GRANT FUNDED REQUEST FOR PROFESSIONAL SERVICES (RPS) In accordance with Florida Statute 287.055 Consultants’ Competitive Negotiation Act FOR Airport Improvement Program (AIP) Professional Services for Airports (FAA Funded) RPS NO.: 20-7806 PATRICK BOYLE, PROCUREMENT STRATEGIST PROCUREMENT SERVICES DIVISION 3295 TAMIAMI TRAIL EAST, BLDG C-2 NAPLES, FLORIDA 34112 TELEPHONE: (239) 252-6098 Patrick.Boyle@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.G.6.h Packet Pg. 1568 Attachment: 20-7806 Solicitation (15298 : RFP 20-7806 Professional Services for Airports Rankings) SOLICITATION PUBLIC NOTICE REQUEST FOR PROFESSINAL SERVICES (RPS) NUMBER: 20-7706 PROJECT TITLE: Airport Improvement Program Professional Services for Airports RPS OPENING DAY/DATE/TIME: December 15th, 2020 at 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 Airport Authority Division (hereinafter, the “Division, Department or Sponsor”), the Collier County Board of County Commissioners Procurement Services Division (hereinafter, “County”) has issued this Request for P rofessional 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, must achieve the requirements of the Specifi cations or Scope of Work stated. BACKGROUND The Collier County Board of County Commissioners, in compliance with Florida Statute 287.055, Consultants’ Competitive Negotiation Act, is seeking proposals from qualified and experienced engineering firms to perform continuing professional ser vices for the airports. It is anticipated that the projects will be funded by Federal grants from the Federal Aviation Administration (FAA) under its Airport Improvement Program, State grants from the Florida Department of Transportation (FDOT) and/or by county (non-grant) matching funds. This will require the Consultant to provide input and guidance to the Airport Authority about said programs and to ensure the Airport Authority’s compliance with all applicable standards, advisory circulars and regulations of the FAA, State of Florida and Collier County. All work awarded under this contract will be for projects in which the estimated construction cost of each individual project does not exceed $4 million, and professional services for each individual project does not exceed $500,000 or the maximum sum allowable by law under Florida’s Consultants’ Competitive Negotiation Act, Section 287.055, Florida Statutes, as amended, whichever is greater, and agreed upon by the parties. All work will be performed in accordance with industry standards and comply with applicable laws, and regulations. TERM OF CONTRACT 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 one (1) three (3) year term with three (3) one (1) year renewal option at the sole discretion of the County. Prices shall remain firm for the term of the awarded contract. Surcharges will not be accepted in conjunction with this award, and such charges should be incorporated into the pricing structure. 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 notice of the County's intention to extend the Agreement term not less than ten (10) days prior to the end of the Agreement term the n in effect. 16.G.6.h Packet Pg. 1569 Attachment: 20-7806 Solicitation (15298 : RFP 20-7806 Professional Services for Airports Rankings) DETAILED SCOPE OF WORK In accordance with FAA Advisory Circular (AC) 150/5100-14E, Architectural, Engineering and Planning Consultant Services for Airport Grant Projects, the scope of work for this solicitation is being divided into three categories. The first category involves planning services. The second category involves professional services for the design/bidding of airport development projects and the third category involves professional services for the construction administration/inspection of airport development projects. The prospective firms may propose on all three (3) categories but will be awarded only one (1) category. Each prospective firm will rank each category in order of preference, if proposing on multiple categories. Work orders will be assigned on an as-needed basis. Category A – Aviation Planning Services This category includes studies under the board headings of airport system and master planning, airport noise compatibility planning and environmental assessments and related studies. These studies include, but are not limited to, the following activities: 1. Design study to establish the framework and detailed work program. 2. Airport data collection and facility inventories. 3. Aeronautical activity forecasts and demand/capacity analyses. 4. Facility requirements determination. 5. Airfield modeling for capacity and delay. 6. Airport layout and terminal area plan development. 7. Airport noise studies under 14 CFR Parts 150 and 161. 8. Compatible land-use planning in the vicinity of airports. 9. Airport site selection studies. 10. Airport development schedules and cost estimates. 11. Airport financial planning and benefit cost analysis. 12. Participation in public information and community involvement programs and/or public hearings relating to airport development and planning projects. 13. Environmental Assessments (EA), Environmental Impact Statements (EIS), and other studies in accordance with FAA Orders 5050.4 and 1050.1. 14. Preparation of or updating of the airport layout plan. 15. Airspace analysis. 16. GIS data collection, entry, and analysis and other electronic graphical/mapping efforts. 17. Project feasibility studies Category B – Architectural/Engineering Design Services for Airport Development Projects This category includes the basic A/E services normally required for airport development projects. It involves services gener ally of an architectural, civil, geotechnical, structural, mechanical, and electrical engineering nature, which include, but are not limited to: Preliminary Phase. This phase involves those activities required for defining the scope of a project and establishing preliminary requirements. Some examples of activities within this phase of a project include, but are not limited to 1. Coordinating with the Sponsor on project scope requirements, finances, schedules, operational safety and phasing considerations, site access and other pertinent matters. 2. As applicable, coordinating project with local FAA personnel and other interested stakeholders to identify potential impacts to their operations. 3. Planning, procuring, and/or preparing necessary surveys, geotechnical engineering investigations, field investigations, and architectural and engineering studies required for design considerations. 4. Developing design schematics, sketches, environmental and aesthetic considerations, project recommendations, and preliminary layouts and cost estimates. 5. Preparing project design criteria and other bridging documents commonly used for alternative project delivery methods such as design-build contracting. Design Phase. This phase includes all activities required to undertake and accomplish a full and complete project design. Examples include, but are not limited to, those below: 1. Conducting and attending meetings and design conferences to obtain information and to coordinate or resolve design matters. 16.G.6.h Packet Pg. 1570 Attachment: 20-7806 Solicitation (15298 : RFP 20-7806 Professional Services for Airports Rankings) 2. Collecting engineering data and undertaking field investigations; performing geotechnical engineering studies; and performing architectural, engineering, and special environmental studies. 3. Preparing necessary engineering reports and recommendations. 4. Preparing detailed plans, specifications, cost estimates, and design/construction schedules. 5. Preparing Construction Safety and Phasing Plan (CSPP). 6. Printing and providing necessary copies of engineering drawings and contract specifications. Bidding and Negotiation Phase. The firm shall be required to provide complete services as outlined in the contract or assist the Airport Authority, a t a minimum, with the following tasks. 1. Provide final calculations, construction documents and specifications in consultation with the Owner. 2. Prepare and file all applications, data, and documents required to obtain approval of all authorities having jurisdiction over the project. 3. Prepare the necessary bidding technical specifications and bid schedule(s). 4. Prepare a written cost estimate, engineering and functionality recommendations. 5. Additional services as may be necessary and appropriate. Other Design Services. The development of some projects may involve activities or studies outside the scope of the basic design services routinely performed by the consultant. These special services may vary greatly in scope, complexity, and timing and may involve a number of different disciplines and fields of expertise. Examples of special services that might be employed for airport projects include, bu t are not limited to, the following: 1. Soil investigations, including core sampling, laboratory tests, related analyses, and reports. 2. Detailed mill, shop, and/or laboratory inspections of materials and equipment. 3. Land surveys and topographic maps. 4. Field and/or construction surveys. 5. Photogrammetry surveys. 6. Special environmental studies and analyses. 7. Public information and community involvement surveys, studies, and activities. 8. Assisting the Sponsor in the preparation of necessary applications for local, State , and Federal grants. 9. Preparation of property maps. 10. Preparation of quality control plan. 11. Other design services as needed. Category C – Architectural/Engineering Construction Engineering Inspection Services for Airport Development Projects This category includes the basic construction engineering inspection services normally required for airport development projects. It may include all basic services rendered after the award of a construction co ntract, including, but not limited to, the following activities: 1. Providing consultation and advice to the Sponsor during all phases of construction. 2. Representing the Sponsor at preconstruction conferences. 3. Inspecting work in progress periodically and providing appropriate reports to the Sponsor. 4. Reviewing and approving shop and erection drawings submitted by contractors for compliance with design concept/drawings. 5. Reviewing, analyzing, and accepting laboratory and mill test reports of materials and equipme nt. 6. Assisting in the negotiation of change orders and supplemental agreements. 7. Observing or reviewing performance tests required by specifications. 8. Determining amounts owed to contractors and assisting Sponsors in the preparation of payment requests for amounts reimbursable from grant projects. 9. Making final inspections and submitting punch-lists and a report of the completed project to the Sponsor. 10. Reviewing operations and maintenance manuals. 11. Making final inspections and submitting punch-lists and a report of the completed project to the Sponsor. 12. Providing record drawings. 13. Preparing summary of material testing report 14. Preparing summary of project change orders 15. Preparing grant amendment request and associated justification, if applicable. 16.G.6.h Packet Pg. 1571 Attachment: 20-7806 Solicitation (15298 : RFP 20-7806 Professional Services for Airports Rankings) 16.Preparing final project reports including financial summary. 17.Obtaining release of liens from all contractors. DISTRIBUTION OF WORK As noted above, one (1) firm will be selected for each of the three (3) categories of work. Firms should provide a proposal b ased on their Category of expertise and a selection/award will be made based on the following response and scoring criteria. Firms Proposal Intent The prospective firm shall select a category or categories with the submission of their proposal. The prospective firms may propose up to three (3) categories by checking the box of each category. The prospective firms will only be awarded one (1) category. Category A – Aviation Planning Services Category B – Architectural/Engineering Design Services for Airport Development Projects Category C – Architectural/Engineering Construction Engineering Inspection Services for Airport Development Projects The prospective firm will rank each category in order of preference , if proposing on multiple categories. The prospective firm will enter one (1) for the most preferred to three (3) being least preferred. The prospective firms proposing on a single category shall not rank in an order of preference. Category A – Aviation Planning Services Category B – Architectural/Engineering Design Services for Airport Development Projects Category C – Architectural/Engineering Construction Engineering Inspection Services for Airport Development Projects 16.G.6.h Packet Pg. 1572 Attachment: 20-7806 Solicitation (15298 : RFP 20-7806 Professional Services for Airports Rankings) RESPONSE FORMAT AND SCORING CRITERIA FOR DEVELOPMENT OF SHORTLIST: Proposals must be assembled, at minimum, in the order of the Evaluation Criteria listed or your proposal may be deemed non-responsive Evaluation Criteria Maximum Points 1. Ability of Professional Personnel 25 Points 2. Past Performance 25 Points 3. Project Approach, Willingness to Meet Time and Budget Requirements 25 Points 4. Recent, Current, and Projected Workloads of the Firm 25 Points TOTAL POSSIBLE POINTS 100 Points For complete explanation of each evaluation criteria, please see the file titled “RPS Instructions” included with this advertisement. VENDOR CHECKLIST ***Vendor should check off each of the following items as the necessary action is completed (please see, Vendor Check List)*** 16.G.6.h Packet Pg. 1573 Attachment: 20-7806 Solicitation (15298 : RFP 20-7806 Professional Services for Airports Rankings)