REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING

Similar documents
REQUEST FOR PROPOSALS FOR AS-NEEDED BRIDGE INSPECTION AND LOAD RATING SERVICES FOR MOVEABLE BRIDGES AND FIXED RAILROAD BRIDGES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS FOR AS-NEEDED TRAFFIC ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS FOR AS-NEEDED SAFETY & TRAINING PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS FOR AS-NEEDED CIVIL ENGINEERING AND PROFESSIONAL SERVICES FISCAL YEARS 2017 THRU 2019

REQUEST FOR PROPOSALS. Commercial Advertising Signage Concession

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

PART V PROPOSAL REQUIREMENTS

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

Addendum No. 2 April 15, 2015 Architectural Design Services Requirements Contracts Request for Qualifications Project No.

Request for Qualifications Construction Manager

REQUEST FOR PROPOSALS CITY OF PORT LAVACA

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT CONSULTANT SERVICES

Request for Proposals. For RFP # 2011-OOC-KDA-00

B Request for Proposal for. Qualified Firms. Financial Advisory Services. Grossmont-Cuyamaca Community College District

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

QUALIFICATIONS BASED SELECTION (QBS)

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

Engineering Consultant Services for FOLLY BEACH FISHING PIER REPLACEMENT. Folly Beach, South Carolina. RFQ # Date: April 26, 2018

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

The City of Oxnard invites qualified consulting firms or individuals to submit qualifications for On-Call Permit Processing Services.

Arizona Department of Education

CUYAHOGA COUNTY DEPARTMENT OF PUBLIC WORKS POLICY ON CONSULTANT SELECTION. October 2011

Facilities Condition Assessment

FLORIDA DEPARTMENT OF TRANSPORTATION

REQUEST FOR PROPOSALS FOR FINANCIAL AND ACCOUNTING SERVICES

UMBC On Call Electrical Maintenance Contract RFP #BC K

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

BUTTE COUNTY DEPARTMENT OF WATER AND RESOURCE CONSERVATION REQUEST FOR PROPOSALS TO

REQUEST FOR PROPOSALS For Design Services for New Fire Station

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

CITY OF GOLDEN, COLORADO Parks and Recreation Department

JAMES ISLAND COUNTY PARK. Engineering Consultant Services for FISHING DOCK REPLACEMENT. RFP # Date: April 12, 2018

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

REQUEST FOR QUALIFICATIONS ARCHITECTURAL SERVICES Burbank School District 111 March 2016

TOWN AUDITING SERVICES

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

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

NOTICE OF REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Request For Proposal Information Technology Internet & Voice Services

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS RFP NO.:

RFP FOR PROFESSIONAL SERVICES

NOTICE TO CONSULTANTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES FOR GROUNDWATER MODELING AND INJECTION TESTING

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

REQUEST FOR PROPOSALS

1 INTERNAL AUDIT SERVICES RFP

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

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

REQUEST FOR PROPOSALS PROFESSIONAL ENGINEERING SERVICES WATER SYSTEM RELIABILITY STUDY CITY OF MT. PLEASANT WATER DEPARTMENT

CITY OF ROCK HILL, SOUTH CAROLINA SOLICITATION OF QUALIFICATIONS FOR TRANSIT MARKETING AND BRANDING PLAN

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Request for Qualifications (RFQ) Environmental and Permitting Services

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

Request for Qualifications B Hazardous Material Surveying, Testing and On-Site Observation Firms. RFQ Due Date: October 1, :00 P.M.

CITY OF PITTSBURGH Office of Management & Budget

District Office Building Seismic Retrofit At Contra Costa Community College District 500 Court St. Martinez, CA March 21, 2016

GOODWILL YOUTHBUILD GED/High School Education Instruction

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE BRIDGE REHABILITATION PROJECT. Issued by:

Request for Qualifications (RFQ) Indefinite Delivery Indefinite Quantity (IDIQ) Athletic Facility Architectural Services

CITY OF PITTSBURGH Office of Management & Budget

FOR CONSULTING SERVICES FOR DISASTER RESPONSE, ENGINEERING, AND GRANT MANAGEMENT SUPPORT

PIEDMONT TRIAD AIRPORT AUTHORITY

Request for Proposals

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

Small Business Reserve Procurement for the UMBC Pest Management Service Contract RFP #BC K. Pre-Proposal Meeting April 27, 2017

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING CONSULTANT SERVICES FACILITY AND INFRASTRUCTURE IMPROVEMENTS FOLLY BEACH COUNTY PARK (FBCP)

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY STRATEGIC PLAN SERVICES

REQUEST FOR PROPOSAL Milling Services

GORDON COUNTY BOARD OF COMMISSIONERS REQUEST FOR PROPOSALS FOR A COMMUNITY DEVELOPMENT BLOCK GRANT WRITER/ADMINISTRATOR

Request for Qualifications # For. Architecture/Engineering Professional Services For Small Projects

HOUSING AUTHORITY OF THE COUNTY OF LAKE, IL REQUEST FOR PROPOSAL FOR FINANCIAL CONSULTING SERVICE PROVIDER. CLOSING DATE: December 14, a.m.

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

City and County of San Francisco. Request for Proposals for. Organizational and Change Management Assessment Services

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

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

The University of Tennessee REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR PROPOSAL (RFP) Police Department Building Construction Manager at Risk, Guaranteed Maximum Price August 30, 2016

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

Request for Proposals Issued by Northeast Florida Regional Council To Re-Write the City of Atlantic Beach Land Development Regulations

Digital Copier Equipment and Service Program

REQUEST FOR QUALIFICATIONS (RFQ) AIRPORT ARCHITECTURAL AND ENGINEERING SERVICES AGREEMENT MINOT INTERNATIONAL AIRPORT

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR QUALIFICATION FOR PREPARATION OF FACILITIES MASTER PLAN AND FUTURE ARCHITECTURAL SERVICES

REQUEST FOR PROPOSAL (RFP) Posey County Long Range Transportation Plan

CITY OF MOBILE REQUEST FOR PROPOSAL TRANSIT MANAGEMENT SERVICES

Transcription:

Board of Commissioners of the Port of New Orleans REQUEST FOR PROPOSALS FOR ADMINISTRATION BUILDING REMODELING OCTOBER 3, 2017 Deadline for proposals is no later than Wednesday, October, 18, 2017 by 11 a.m. Central Time NEW ORLEANS, LOUISIANA Page 1 of 7

Board of Commissioners Port of New Orleans Request for Proposals (RFP) for: ADMINISTRATION BUILDING REMODELING Contents RFP FOR ADMINISTRATION BUILDING REMODELING... 3 PORT CONTACT... 3 SCHEDULE... 3 Part II. GENERAL INFORMATION... 4 INSURANCE AND CONTRACT REQUIREMENTS... 4 REQUIRED EXPERTISE... 4 SELECTION PROCESS AND CRITERIA... 4 COMPENSATION... 4 AUDIT REQUIREMENTS... 5 TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS... 5 ETHICS DISCLOSURE... 5 AFFIDAVITS... 5 PART III. REQUIREMENTS TO RESPOND TO THIS RFP... 5 SUBMITTAL REQUIREMENTS TO RESPOND TO THIS RFP... 5 WRITTEN PROPOSAL, FORMS AND ADDITIONAL/OPTIONAL INFORMATION... 6 FEE PROPOSAL... 7 EVALUATION CRITERIA OF THE RFP... 7 RFP RESULTS... 7 Part IV. Appendices Available for download from RFP website Appendix A - is the scope of professional services for Administration Building Remodeling. Appendix B - is a sample of the standard Board agreement for professional services and the two affidavits to be executed with the agreement. Appendix C - is the fee development worksheet used to present the total proposed fee for the required scope of services. It is to be completed by the Consultant and must compile all subconsultant costs. Additionally, individual worksheets must be completed for each sub-consultant to be used in performing the work. Specific instructions are included within the Instructions tab of the worksheet. Only the summary tab of the prime consultant s worksheet is to be printed and submitted as a hard copy a separate, sealed envelope. All worksheets shall be included, in digital format, on a flash drive within the separate sealed envelope Appendix D - contains the forms required to be completed and bound within the written proposal. Appendix E - contains the PONO SF 24-102 form required to be completed by all consultant/team firms listed in proposal, including DBE/SBE certifications, and bound within the written proposal. Appendix F - contains the preliminary building program of the requirements for the Administration Building Remodeling and Floor Plan Drawings in PDF and AutoCAD format. Page 2 of 7

PART I. SUMMARY RFP FOR ADMINISTRATION BUILDING REMODELING PART I. SUMMARY: Notice is hereby given that the Board of Commissioners of the Port of New Orleans (Board) is requesting the submittal of Proposals from the highest ranked respondents to the Board s Request for Qualifications issued on August 9, 2017 for providing professional services for the Port of New Orleans Administration Building Remodeling project. The RFP and downloadable RFP information and forms are available for download from the procurement page of the Board s website at http://www.portno.com/request-for-proposals. Professional services shall be provided under a single agreement for the above contract. The agreement will be between the Prime Consultant and the Board. The agreement will be administered by Board staff. Only one Consultant/Team consisting of a Prime Consultant and its sub-consultants, if any, will be selected for this contract. The Consultant/Team shall follow the instructions given in this Request for Proposals (RFP) in order to respond with a valid proposal for evaluation by the Board s Consultant Evaluation Committee. A separate sealed envelope for the fee proposal in hard copy as well as in PDF format on a separate marked flash drive, accompanied by a box or envelope containing the spiral bound written original proposal and four spiral bound copies thereof (Consultant Teams must also submit an electronic version of all proposal content including forms on a marked flash drive in PDF file format), shall have the contract s exact title (see above) and the name of the Prime Consultant clearly shown on the outside and be received via mail or delivery (no facsimile nor email) to the Board of Commissioners Port of New Orleans, Ms. Antonia Taylor. Port Manager, Services Department, 1350 Port of New Orleans Place, New Orleans, Louisiana 70130 not later than eleven am (11:00 AM), local time, on Wednesday, October 18, 2017 to be considered for the contract for which the Consultant/Team is requested to respond. Deliveries are only accepted Monday thru Friday, excluding holidays, from 8 a.m. to 4 p.m. Failure to submit required information by the deadline will cause disqualification and removal from further consideration on this project. No information may be changed or submitted after the deadline. Appendices A thru F for this RFP are shown in the RFP Table of Contents and are available to download through the RFP website listed above PORT CONTACT All inquiries shall be directed to the Engineering Manager, Mr. Anthony Evett, P.E., by email only at evetta@portno.com. As necessary, addenda to this RFP will be issued to all Prime Consultants receiving this RFP, but not to their sub-consultants. Prime Consultants are responsible for disseminating pertinent information to their sub-consultants, if any. Questions and answers and all forms required will be posted on the Board s website listed above. SCHEDULE It is anticipated that a professional services agreement will be awarded by the Board within 14 days following completion of the evaluation of the proposals by the Consultant Evaluation Committee. Notice of Award will be issued immediately following the Board s award. The Prime Consultant shall have 14 calendar days after Notice of Award to execute an agreement for professional services with the Board and submit with the signed agreement, both affidavits and other exhibits, listed in the agreement, and all insurance certificates. All required certificates of insurance for Prime Consultant and all sub-consultants are due to the Board with the executed agreement. Page 3 of 7

Part II. GENERAL INFORMATION INSURANCE AND CONTRACT REQUIREMENTS See Appendix B to the RFP for the sample standard Board professional services agreement to be executed by the Board with the Prime Consultant. This agreement contains all insurance requirements and is not subject to change or revisions by the Prime Consultant. During the term of this agreement and for a period of three years after, the Prime Consultant and each sub-consultant, if any, must carry all insurances shown in the sample agreement to the limits specified. The Board cannot execute the agreement without the submittal to the Board of insurance certificates showing evidence of all requisite insurance. REQUIRED EXPERTISE The evaluation of the respondents was made on the basis of the Statements of Qualifications (SOQ) submitted in response to the RFQ. Receipt of this RFP is an indication that the respondent possesses the required experience and expertise to perform the required services. Upon request by the Prime Consultant, after award of the contract, the successful Prime Consultant may offer the Board additional firms to supplement its project team by submitting a written request to Mr. Anthony Evett, citing the basis for the addition and including a completed PONO SF 24-102 form (found on the Board s website) for the firm to be added. All insurance, listing of personnel and hourly rates must be submitted upon approval of the additional firm. The not-to-exceed contract value will not be increased unless the scope of work under the original contract has increased and such an amendment to the contract is approved in writing in advance by the Board. During the contract term, the Board reserves the right to request a change in the key personnel that a firm has assigned to the project team, if deemed by Board staff to be in the best interest of the Board and/or the project. Upon request, the Prime Consultant and/or sub-consultants shall furnish resumes of qualified personnel in their firms who are available as substitutions. The ideal Prime Consultant/Team will have demonstrated experience and proven capabilities directly related to the Scope of Work for the work for which it was issued an RFP. SELECTION PROCESS AND CRITERIA The Board will follow its Division Directive No. 9, Professional Contract Services for evaluating the proposals submitted by Consultants/Teams. The Consultant Evaluation Committee will consist of a chair and several port managers and engineers. Only the Consultants/Teams who are receiving this Request for Proposal (RFP) are invited to submit proposals, and will be evaluated using weighted criteria, as described herein, for final ranking and recommendation for award of a contract. COMPENSATION Compensation for services will be based on a not-to-exceed fee negotiated by the Board at the time of award. The Consultant shall invoice the Board based on submitted timesheets for actual time expended at the rate stated in the Board s executed agreement. Page 4 of 7

AUDIT REQUIREMENTS The selected Consultant/Team shall maintain accounting records, as a condition to the award of this public contract, for the Legislative Auditor of the State of Louisiana and/or the Board s auditors to inspect, examine and/or conduct an audit of all books, accounts and records of firms pertaining to the performance of contractual obligations and the compensation due to be received under this contract. TRANSPORTATION WORKER IDENTIFICATION CREDENTIALS It is not anticipated that a present a valid Transportation Workers Identification Credential (TWIC) card will be required for performance of the scope of services for this project. ETHICS DISCLOSURE The Board calls the attention of all potential bidders and proposers to the Louisiana Ethics Code, La. R.S. 44:_et seq. Those laws prohibit the Board from doing business with any of its current commissioners or those who have served on the Board within the past two years or, from doing business with certain companies with which the following persons are connected. 2017 Commissioners: Darryl D. Berger Tara C. Hernandez Arnold B. Baker Laney J Chouest Robert R. Barkerding, Jr. Michael W. Kearney William T. Bergeron Commissioners who served during the past two years: Joseph F. Toomey Gregory R. Rusovich Scott H. Coope AFFIDAVITS As required by Louisiana State law, two affidavits are required to be executed by the person or firm doing business with the Board at the time of entering a contract. Refer to Appendix B. The agreement cannot be executed without the Consultant s affidavits; therefore it is imperative that the Consultant read these affidavits before submitting the Proposal. PART III. REQUIREMENTS TO RESPOND TO THIS RFP SUBMITTAL REQUIREMENTS TO RESPOND TO THIS RFP There are three components required to respond to this RFP: 1. Written Proposed Approach to Design: one original spiral bound proposal and four spiral bound copies. 2. Fee Proposal: A completed Fee Development Spreadsheet, in a sealed envelope separate from the Written Proposal. 3. Flash Drive: A complete electronic set of all documents submitted, including forms and fee development spreadsheet in original pdf file format. Flash drive should be marked with Prime Consultants name. Page 5 of 7

The submittal requirements shall be submitted as stated herein. Any Consultant/Team failing to submit any of the required RFP information will be considered non-responsive. Facsimiles and email submittals of the Written Proposal or Fee Proposal will not be accepted. WRITTEN PROPOSAL, FORMS AND ADDITIONAL/OPTIONAL INFORMATION One spiral bound original and four spiral bound copies of the Written Proposal, including forms and additional/optional information are required. Loose pages will not be accepted. The page limit for the Written Proposal is 6 pages (6 single-sided pages or 3 double-sided) not including the required forms and additional/optional information. The Written Proposal shall consist of the following items in this order: 1. WRITTEN PROPOSAL: The following sections shall be included in the bound proposal and correspond to the evaluation criteria. These sections consist of brief written descriptions. The page limit for the Written Proposal is 6 pages, anything submitted beyond that will not be considered. A. Conceptual Floor Plans: one scaled drawing of the conceptual floor plan for the third floor Commercial Conference Room, second floor Procurement Office, and the first floor fitness center shall be provided based on the preliminary program, pre-proposal walkthrough, and end user workshop. Drawings shall be at a legible scale and printed no paper no larger than 11- in x 17-in. (Not included in page count) B. Proposed Project Schedule: a detailed schedule using the consultants proposed work breakdown structure for the design and construction phases of the project. Schedule shall be at a legible scale and printed on paper no larger than 11-in x 17-in. (Not included in page count) C. A summary of the directly related experience, both of the Consultant and any sub-consultants, and key individuals for this type of work and of similar magnitude. D. An indication of the ability of the project manager and key personnel to be able to respond to the Board's needs by providing a presence in the New Orleans area during the contract. E. A conceptual plan of action that includes how the Consultant will approach the assignment given under this contract. The conceptual plan of action should describe how the Consult/Team has successfully managed previous assignments when the construction budget was a fixed dollar amount and communicate the measures to be taken in managing this assignment. F. A description of skills, knowledge and experience directly related to the Scope of Services that indicates knowledge of local conditions. G. A summary description that indicates the understanding of the Scope of Work and the ability to meet the Board s need to quickly complete the assignment. 2. FORMS: These forms are contained in Appendix D and are downloadable from the Board s procurement website. These items are not included in the page limit. A. Commitment to Assign Identified Resources Form (Form CAIR) B. Key Personnel Information Form (Form KPI) C. Named Sub-consultants Form, if any will be used. (Form NS) D. Letter of Sub-consultants Intent Form, for all sub-consultants. (Form LSI) Page 6 of 7

3. ADDITIONAL INFORMATION: These items are additional information, as applicable. These items are not included in the page limit. A. Original PONO SF24-102 Forms that were submitted as a part of the Statement of Qualifications shall be provided as a reference for Consultant Selection Committee Members. B. PONO SF24-102 Forms for any sub-consultants added to the team, including evidence of DBE/SBE certification. C. Not more than three client reference letters which are directly related to work similar to that to be provided under this contract. FEE PROPOSAL One original of the Fee Proposal is also due with the Written Proposal. The Fee Proposal shall be sealed in a separate envelope marked Fee Proposal with the name of the Prime Consultant and name of the contract indicated on the outside of the envelope addressed to Mr. Anthony Evett, Consultant Evaluation Chair. The Fee Proposal consists of a completed Fee Development Worksheet for the prime consultant, as well as for each sub-consultant. Rates shall be flat billing rates and shall include all overhead, profit, benefits, etc. (no other multipliers or labor costs will be allowed or accepted). No mark-up is allowed on direct costs or sub-consultants. The Fee Development Worksheet is downloadable from the website. EVALUATION CRITERIA OF THE RFP Listed below, in order of their relative importance, are the criteria that the Consultant Evaluation Committee will use to evaluate the RFPs considering all firms included on the Consultant/Team as stated in the Written Proposal: 1. Experience, both of the Consultant/Team and key individuals in type of work, weighted factor of 5. 2. Past performance of Consultant/Team and key individuals on similar work, weighted factor of 5. 3. Local representation, including the location of key personnel, weighted factor 3. 4. Conceptual plan of action includes how the Consultant/Team will approach the assigned project(s), including the conceptual floor plans, weighted factor of 5. 5. Staffing and support experience and expertise, including experience in projects involving comparable issues, tasks, coordination, etc., weighted factor of 3. 6. Knowledge of local conditions, weighted factor of 3. 7. Ability to meet the Board s schedule for expeditiously completing assignments, weighted factor of 2.5. 8. New Opportunities, weighted factor of 3. Weight will be allocated based on amount of previous experience working with the Board both as a prime and a sub-consultant. 9. DBE/SBE total participation, weighted factor of 2.5. Weight will be allocated according to the percent of participation that the combined DBE/SBE firms are anticipated to receive as indicated on the Letter of Sub-consultant s Intent Form. The evaluation will be by means of a point-based rating system of the Consultant/Team as a whole. The Consultant Evaluation Committee will be responsible for performing the above described evaluation and presenting the ranking of the Consultants/Teams to the Board s CEO/President. RFP RESULTS The selected Consultant/Team will be notified via email within 14 days following completion of the evaluation of the proposals by the Consultant Evaluation Committee. Those Consultants/Teams not selected will be notified via email at the same time. Page 7 of 7