DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES FOR THE DESIGN OF PARKS AND OPEN SPACE MASTER PLAN (CIP NO.

Similar documents
City of Malibu Request for Proposal

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

MONTEREY BAY UNIFIED AIR POLLUTION CONTROL DISTRICT

CITY OF CAMARILLO AND CAMARILLO SANITARY DISTRICT WATER AND SEWER RATE STUDIES REQUEST FOR PROPOSAL

CITY OF LOMPOC REQUEST FOR PROPOSALS DEVELOPMENT IMPACT FEE UPDATE STUDY

Request for Proposals (RFP) to Provide Auditing Services

REQUEST FOR PROPOSAL TO PROVIDE AS-NEEDED ENGINEERING SERVICES FOR THE IMPLEMENTATION OF

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

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

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

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

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

Chabot-Las Positas Community College District

REQUEST FOR PROPOSALS (RFP #18-001) Vessel Construction Management Services

REQUEST FOR PROPOSAL For East Bay Community Energy Technical Energy Evaluation Services

REQUEST FOR PROPOSAL FOR POLICE OPERATIONS STUDY. Police Department CITY OF LA PALMA

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

Housing Rehabilitation Program Administration

REQUEST FOR PROPOSALS Thomas MacLaren State Charter School Classroom Furniture for K-5 School March 2, 2018

RESOLUTION NUMBER 2877

City of Lynwood MODIFIED REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSALS FOR TOWING SERVICES

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

REQUEST FOR PROPOSALS FOR PENSION ADMINISTRATION AND FINANCIAL SYSTEMS CONSULTING SERVICES

Request for Proposal PROFESSIONAL AUDIT SERVICES

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

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

REQUEST FOR PROPOSALS

CITY OF SAN JUAN CAPISTRANO

Arizona Department of Education

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

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

Chabot-Las Positas Community College District

Request for Proposal for: Financial Audit Services

Dakota County Technical College. Pod 6 AHU Replacement

BIDS MAY BE SUBMITTED BY OR TIME RECORDED MAIL DELIVERY (UPS, FEDEX)

REQUEST FOR PROPOSAL

Request for Proposals September Review and Evaluate the Azusa Light & Water Meter Replacement Project RFP

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

Grant Seeking Grant Writing And Lobbying Services

BOISE CITY AND ADA COUNTY HOUSING AUTHORITIES 1276 River Street Suite 300, Boise, Idaho INDEPENDENT AUDIT SERVICES REQUEST FOR PROPOSAL

OREGON VOLUNTEER FIREFIGHTERS ASSOCIATION

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

CITY OF HAWAIIAN GARDENS COMMUNITY DEVELOPMENT DEPARTMENT

Request for Proposal for: Financial Audit Services

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

Midpeninsula Regional Open Space District 330 Distel Circle, Los Altos, CA Issued: Friday, January 27, 2017

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

SECTION I - BACKGROUND

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

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

2016 Park Assessment

Request for Proposals and Specifications for a Community Solar Project

NORFOLK AIRPORT AUTHORITY NORFOLK INTERNATIONAL AIRPORT

NOTICE OF REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS

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

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

Request for Proposals for Exterior Concrete Structural Analysis Services for The Mount Umunhum Radar Tower Project

REQUEST FOR PROPOSALS

RFP FOR PROFESSIONAL SERVICES

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

INDEPENDENT AUDIT OF FINANCIAL STATEMENTS REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL

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

REQUEST FOR PROPOSALS. Professional Auditing Services. Proposal Mailing Date December 30, 2013

Amalgamation Study Consultant

Request for Proposal. Mobile Application for Customer Interface. October 6 th, 2017 Procurement Contact Holly Hussey

Santa Ana Arts and Culture Master Plan

Request for Proposal: Merced Community College District CONSULTANT FOR THE DEVELOPMENT OF A DISTRICT FACILITIES MASTER PLAN

REQUEST FOR PROPOSAL. Conduct a Resident Satisfaction Survey. City of Hyattsville, Maryland

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR RAISED MEDIAN AT EL DORADO STREET. Issued by:

REQUEST FOR PROPOSAL NEW MARKET TAX CREDIT CONSULTANT SERVICES

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

REQUEST FOR PROPOSALS FOR ON-CALL SERVICES FOR VARIOUS PROJECTS

FINANCIAL AUDITING SERVICES. July 10, :00 PM

Region 10 League for Economic Assistance and Planning, Inc. Request for Proposals: Regional Broadband Implementation Blueprint June 2, 2014

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

REQUEST FOR PROPOSAL (RFP) PROFESSIONAL AUDITING SERVICES

Request for Qualifications (RFQ) Environmental and Permitting Services

CITY OF LOMITA REQUEST FOR PROPOSAL FOR PROFESSIONAL SERVICES TO PROVIDE BID PROPOSAL FOR

Request for Proposal Number #512-11

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

Issued by: City of Lynwood Community Development Department (CDBG) Division

GUILFORD COUNTY PARTNERSHIP FOR CHILDREN REQUEST FOR PROPOSALS

SCHOOL BOARD ACTION REPORT

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

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

REQUEST FOR QUALIFICATIONS. Design Professional Services

Miami-Dade County Expressway Authority. Policy For Receipt, Solicitation And Evaluation Of Public. Private Partnership Proposals

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

MICHAEL N. FEUER CITY ATTORNEY REPORT RE:

INVITATION TO NEOGOTIATE ISSUED DATE ITN #

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

TOWN AUDITING SERVICES

REQUEST FOR PROPOSALS FOR DESIGN PROFESSIONAL SERVICES

Transcription:

DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES FOR THE DESIGN OF PARKS AND OPEN SPACE MASTER PLAN (CIP NO. 011) NOVEMBER 2017 IMPORTANT DATES RFP ISSUED December 18, 2017 REQUEST FOR INFORMATION DEADLINE: 5:00 PM January 25, 2018 RELEASE OF INFORMATION REQUESTED February 1, 2018 PROPOSAL DUE DATE/SUBMISSION DEADLINE: 5:00 PM February 15, 2018 CONTRACT APPROVAL DATE April 3, 2018 APPROXIMATE START DATE April 10, 2018

REQUEST FOR PROPOSALS FOR PROFESSIONAL DESIGN SERVICES FOR THE DESIGN OF PARKS AND OPEN SPACE MASTER PLAN (CIP NO. 011) Table of Contents 1.0 OVERVIEW...2 2.0 SCOPE OF SERVICES...5 3.0 PROPOSAL FORMAT...9 4.0 EVALUATION CRITERIA...12 5.0 SELECTION PROCESS...13 6.0 PROPOSAL REQUIREMENTS...14 ATTACHMENT A General Plan Parks and Recreation Element June 2011 ATTACHMENT B Los Angeles County Parks Needs Assessment May 2016 ATTACHMENT C Lambert Park Re-Design 90% Project Plans November 2017 ATTACHMENT D Zamora Park Conceptual Improvement Plans May 2017 ATTACHMENT E Capital Improvement Work Plan for Fiscal Year 2017-2018 ATTACHMENT F Conceptual plans for soccer fields at Jeff Seymour Center January 2017 EXHIBIT 1 PROFESSIONAL SERVICES AGREEMENT SAMPLE 1

1.0 Overview The City of El Monte is located 10 miles east of the City of Los Angeles in the heart of the San Gabriel Valley basin. The City is roughly 10 square miles has approximately 120,000 residents making the City top 10 largest city by population in Los Angeles County. In 2011, the City s General Plan Parks and Recreation Element noted the national average standard for parkland is 6.3 acres per 1,000 residents; communities in the San Gabriel Valley averaged 3.3 acres of parkland per 1,000 residents. The plan also pointed out that El Monte has approximately 0.41 acres per 1,000 residents demonstrating a significant gap in available parks and open space. The Parks and Recreation Element is included as Attachment A of this RFP. Cognizant of this gap, the City Council of the City of El Monte has prioritized available resources to improving the existing inventory of parks by appropriating funding for improving fields for softball and little league baseball fields. The Council also directed staff to pursue available open space for join use with the three school districts within the City and seek acquisition opportunities of private properties. The City s General Plan Parks and Recreation Element was designed to recapture the City s legacy of a fertile wooded place to create an urban environment that fosters a healthy community. The plan provide good context of the role Parks and Recreation play and could play in the community; it also defined hierarchy of open space and identified improvement needs of existing developed parks. More tangibly, the plan calls for a 10-year goal of providing 2 acres of parkland for every 1,000 residents or the addition of 200 new park acres. The plan goes on further to define the desired make-up of the 200 acres of new parkland space. In 2016, the Los Angeles County Parks and Recreation Department undertook a Countywide needs assessment for unincorporated areas of Los Angeles County as well as incorporated cities within the County. This assessment provide an aggregate cost of meeting the identified needs within the County and lead to the approval of the Los Angeles County Board of Supervisors to place a parks funding measure on the November 8, 2016 ballot. The ballot passed and local jurisdictions like the City of El Monte will be receiving annual appropriation from the approval of Measure A dedicated to meet park and open space needs beginning January 2018. The City of El Monte s study is profiled as a part of the Los Angeles County Parks Needs Assessment is included in this RFP as Attachment B. The result of the analysis by the Countywide assessment is that the City of El Monte (study area #115) has a very high park need. Ten priority projects were identified to meet the immediate needs: (1) Build New Park; (2) Build Skate Park; 2

(3) Build community/recreation center; (4) Add soccer fields; (5) Add softball fields; (6) Repair Senior Center at Community Center Complex; (7) Repair restrooms at all parks; (8) Repair baseball fields at Norwood school; (9) Add Wi-Fi at all parks; and (10) Replace playgrounds at Arceo Park. The cost of implementing the ten prioritized projects is estimated to be approximately $17M in capital cost. Another $37M is estimated to address deferred maintenance of existing facilities. Separate and apart from the guiding principles of the City s General Plan Parks and Recreation Element and the Countywide Needs Assessment, the City s Capital Improvement Project work plan for Fiscal Year 2017-2018 has prioritized park improvements due to local activities. Local Activities such as meeting awarded grant funding requirements; implementing community expressed wish list; and non-profit/outside interest group s assistance with funding contributions for parks rehabilitation. For example, the City received HRP and AQMD grant monies and both sources of funds are being utilizing toward complete re-design of Lambert Park. The most recent progress design plans for Lambert Park is included in this RFP as Attachment C. Additionally, in partnership with the City, Trust for Public Lands (TPL) was awarded approximately $3.7M from the Urban Greening grant to completely re-design Zamora Park. The final conceptual plan to Zamora Park is included in this RFP as Attachment D. To characterize the available resources on capital improvement project delivery the City s Capital Improvement Work Plan for Fiscal Year 2017-2018 is included in this RFP as Attachment E. Some of the local driven activities address the deficiencies listed in the City s General Plan Parks and Recreation Element and the Countywide Needs Assessment priority projects. The city has a conceptual plan of soccer fields at Jeff Seymour Center (formerly Mulhall School) and the plan is included as Attachment F to this RFP. Additionally the play field at Norwood school was repaired and improved in January 2017. Components of deferred maintenance at the Senior Center at the Community Center Complex are included to the extent possible in the City s Public Works Maintenance Division fiscal year operations. While the parkland need is a significant void within the City of El Monte, there are many available resources to be draw upon to meet needs incrementally. However, the City lacks a source document to utilize available resources efficiently. To date the City has yet to pull the entire referenced planning document, analytical results and implementation plans together to be the road map for achieving the goal of acquiring 2 acres of parkland per year for the next 10 years. 3

This Request for Proposal is to seek the preparation of a master plan a road map that comprehensively establish a timeframe taking into consideration presently available and projected available resources to implement clearly defined projects to meet the General Plan s goal. This RFP is seeking a team of professionals in the Planning, Architectural and Civil Engineering industries to propose on a technical approach to provide the deliverable of a master plan for City Council s approval within a 10 month timeframe including necessary community outreach to achieve a general consensus on the ultimate road map. 4

2.0 Scope of Services The City is seeking a qualified proposer to provide technical professional services related to master planning parks and recreation related capital improvements for a ten year period. The proposer applying should have significant experience in understanding parks and open space acquisitions, improvements, and usage (programming and financing). The objective of the Project is to provide the city with a road map to increase park and open space within the city while providing the necessary upkeep and amenities to serve the community s needs. The following tasks are identified for the scope of services: TASK 1: PROJECT MANAGEMENT 1. Attend bi-weekly meetings with City Staff (20 meetings). 2. Attend City Council meetings (3 meetings). 3. Attend City Council Parks Ad Hoc meetings (2 meetings). 4. Attend Planning Commission meetings (2 meetings). 5. Provide project manager as point of contact for city staff; respond to staff s inquiries, request for information and adherence to project schedule and scope. 6. Provide quality assurance on technical memorandums, work product deliverables and ensure professional courtesy in all matters relating to the project. 7. Provide monthly billing including detailed expenditure reports on labor hours and reimbursable. TASK 2: REFERENCE DOCUMENTS AND SITE SURVEYS 1. Review relevant reference documents developed to date with respect to parks and open space assessments, needs, improvements, design, and implemented site work. 2. Conduct site survey of existing inventory of park and open spaces within the city and potential park and open spaces noted in reference documents. 3. Conduct interviews with city staff including members of the city council and ad hoc committee members to understand city s priorities as they relate to parks and open space. 4. Provide technical memorandum summarizing document review, site surveys and interviews. Technical memorandum shall provide the basis for the approach for the development of the immediate, near future and future implementation plan. 5. City staff will review the technical memorandum and consultant shall incorporate one round of city staff review comments on the technical memorandum. 6. Provide final technical memorandum. 5

TASK 3: DEVELOP PROJECT WORK PLAN FOR IMMEDIATE IMPLEMENTATION (1-3 YEARS) 1. Establish the goal of the immediate implementation plan. 2. Develop a work plan that includes a project list and timeframe for implementation within the first three years of the ten year program period that support the intended goal. The work plan shall also include park and open space acquisitions or activities that work toward park and open space acquisitions. 3. Provide a high level cost estimate for each of the projects in the work plan. 4. Provide a timeframe for implementing the project list with consideration of the available city resources based on the past three years of the Engineering Division s Capital Improvement Program (CIP). 5. City staff will review the draft work plan and consultant shall incorporate two rounds of city staff review comments. 6. Provide final immediate implementation work plan. TASK 4: DEVELOP PROJECT WORK PLAN FOR NEAR FUTURE IMPLEMENTATION (5-7 YEARS) 1. Establish the goal of the near future implementation plan. 2. Develop a work plan that includes a project list and timeframe for implementation within the first three years of the ten year program period that support the intended goal. The work plan shall also include park and open space acquisitions or activities that work toward park and open space acquisitions. 3. Provide a high level cost estimate for each of the projects in the work plan. 4. Provide a timeframe for implementing the project list with consideration of the available city resources based on the past three years of the Engineering Division s Capital Improvement Program (CIP). 5. City staff will review the draft work plan and consultant shall incorporate two rounds of city staff review comments. 6. Provide final near future implementation work plan. TASK 5: DEVELOP PROJECT WORK PLAN FOR FUTURE IMPLEMENTATION (9-12 YEARS) 1. Establish the goal of the future implementation plan. 2. Develop a work plan that includes a project list and timeframe for implementation within the first three years of the ten year program period that support the intended goal. The work plan shall also include park and open space acquisitions or activities that work toward park and open space acquisitions. 3. Provide a high level cost estimate for each of the projects in the work plan. 4. Provide a timeframe for implementing the project list with consideration of the available city resources based on the past three years of the Engineering Division s Capital Improvement Program (CIP). 6

5. City staff will review the draft work plan and consultant shall incorporate two rounds of city staff review comments. 6. Provide final future implementation work plan. TASK 6: DEVELOP FINANCIAL PLAN FOR IMMEDIATE, NEAR FUTURE AND FUTURE WORK PLANS 1. Identify additional sources of funds to offset city revenues for implementation of work plans (i.e., grants, bond measures, County resources, and or facilities rental revenues). 2. Analyze the available sources of funds for implementation of work plans. 3. Recommend actions for city to leverage available funds for work plan implementation. 4. Recommend actions for city to access available funds to supplement dedicated city funds for work plan implementation. 5. Provide technical memorandum that summarizes items under this task. 6. Incorporate two rounds of city staff review on technical memorandum. 7. Provide final technical memorandum. TASK 7: DEVELOP, AND EXECUTE COMMUNITY OUTREACH 1. Research, and determine the community organizations that utilizes city s inventory of parks and open spaces. 2. Research and determine the groupings of residents for each park and open space within the city. 3. Identify the non-profit organizations and interest groups that would want to participate in the development of parks and open space master plan. 4. Develop an outreach plan that solicits input from user groups, residents, and non-profit/interest groups for the city s development of parks and open space master plan. 5. Provide draft outreach plan to city staff for review and comments. 6. Incorporate two rounds of review comments from city staff. 7. Provide final outreach plan. 8. Implement outreach plan. The City can provide facilities and meeting spaces to the extent possible. The timeframe on the outreach plan shall be proceeding in conjunction with the development of the final parks and open space master plan. TASK 8: ENVIRONMENTAL CLEARANCE 1. Identify the necessary environmental clearance(s) for the immediate, near future, future work plans. Evaluate if the usage of a programmatic Environmental Impact Report (EIR) is most appropriate. 2. Prepare the appropriate environmental document. 7

3. Incorporate two rounds of review comments from city staff. 4. Provide final environmental document. 5. Coordinate and assist with the City s Planning Division to certify the environmental document for the Parks and Open Space Master Plan. TASK 9: AUXILIARY SERVICES 1. Evaluate the City s General Plan Parks and Recreation Element based on the final Parks and Open Space Master Plan and determines if an update of the subject element or any other relevant element of the General Plan is warranted. 2. Provide technical memorandum to the Planning Division and the Parks and Recreation Department on consultant s evaluation of necessary General Plan Element updates. Technical memorandum to include recommended timeframe and extent of updates. 3. City staff will review technical memorandum and consultant shall incorporate two rounds of review comments from city staff. 4. Provide final technical memorandum. TASK 10: PARKS AND OPEN SPACE MASTER PLAN 1. Provide the Parks and Open Space Master Plan to include the analysis of reference document, site surveys and city staff interviews, the three (immediate, near future and future) work plans, environmental clearances, financial plan, and recommendation on auxiliary services. 2. City staff will review the Parks and Open Space Master Plan and consultant shall incorporate two rounds of review comments from city staff. 3. Provide technical memorandum electronically and 10 printed copies. TASK 11: PRESENTATION TO EXTERNAL INTEREST PARTIES ON THE COMPLETED PARKS AND OPEN SPACE MASTER PLAN 1. Presentation of the final Master Plan to each of the school districts within the City of El Monte. 2. Presentation to community user groups. 3. Presentation to general residents (3 separate dates/locations). 8

3.0 Proposal Format All proposals shall include the following information and comply with the associated page limit restrictions. Note that 1 page includes the front side of an 8.5x11 sheet of paper and the cover does not constitute a page. 1) Cover Letter. Maximum 1 page cover letter signed by an officer of the firm, binding the proposer to all of the commitments made in the submittal. The letter shall include name, address and phone number of the person authorized to represent the proposer and shall include the following Statement: a. I HAVE READ UNDERSTOOD, AND AGREED TO ALL STATEMENTS IN THIS REQUEST FOR PROPOSAL AND ACKNOWLEDGE RECEIPT OF ALL ADDENDUMS/AMENDMENTS AS WELL AS TO THE TERMS, CONDITIONS, AND ATTACHMENTS REFERENCED. 2) Proposer s Background. Maximum 2 page background on the proposer and its area(s) of professional expertise relevant to this RFP. An additional 1 -page may be included to highlight the background of each proposed subconsultant to be used by the proposer and the specific task(s) or functions the subconsultant will perform. 3) Qualifications and Experience of Proposer s Personnel. Maximum 3 page summary of the relevant experience, work history, training, education and special certifications of the proposer s personnel who will be performing the professional services contemplated under this RFP on the proposer s behalf. Briefly discuss the Consultant team's qualifications and experience with projects of a similar magnitude and nature. Proposers shall provide identical information for all subconsultants performing any of the tasks or services contemplated under this RFP on the proposer s behalf. The summary shall also include the office location of key personnel proposed to work on this contract. Relevant experience can include your company s overall experience, experience with similar projects and the experience of individuals on your proposed team. Show how your experience relates to the demands of this project. 4) Project Approach. Maximum 5 page summary of the proposed approach to the project. The proposer shall explain the way in which the proposer will timely complete all of the tasks called for under the RFP along with an estimate of the time it will take to complete each task. Include a brief overview of the Consultant's understanding of the project. The content will reflect the particular viewpoint of the Consultant. 5) Proposed Personnel. Maximum 2 page resume for the project manager and 1 page resume for each of the other key personnel, including subconsultants, which will be performing the majority of the work on this project/contract. Resumes for corporate leadership should not be included unless said individuals will be performing substantial work on this project. The designated Project Manager shall be the primary contact with the City during the contract period and shall function in that capacity while employed by the firm. In addition, the City must approve changes of personnel. 9

6) Quality Assurance/Quality Control Procedures. Maximum 1 page brief description of the consultant s approach to implement a Project-specific Quality Control Plan. Describe the major elements and steps of the quality assurance / quality control (QA/QC) program and procedures that will be followed for each deliverable (i.e. engineering discipline review, coordination review, constructability review, QA/QC control review, etc.). 7) References. Each proposal must include at least 3 public agency references going back at not more than five (5) years from the issuance of this RFP in which the proposer was engaged to perform tasks similar to those requested under this RFP. References should place an emphasis on past projects in which the personnel to be used by proposer for this project were deployed. The references should include the name, title and contact information of the public agency officer or employee responsible for overseeing the proposer s work. 8) Schedule and Schedule Control. Maximum 2 page schedule detailing when the specific Tasks will be completed. Proposers should factor in additional time that may be required due to reasonably foreseeable types of delays. The proposal shall identify all critical task sequencing and critical paths required to ensure that the work is timely and completely completed. The Consultant shall submit a detailed project schedule outlining the tasks, activities, deliverables, milestone and duration required for the completion and submission of each of the deliverables identified in the Scope of Services. The schedule shall also factor in reasonable review and feedback periods for draft deliverables by City staff as well as any and all legally mandated review and comment period, including those that may be required by third party regulatory agencies. 9) Fee Schedule/Cost Proposal. Maximum 3 page detailed cost estimate for performing specific Tasks identified in the RFP and a schedule of rates for each proposed personnel that may be tasked to complete the Project. The Task-specific cost estimate shall include an estimate of the number of hours per staff member by proposed task and clearly identify an hourly rate schedule for the proposed staff. The proposal shall indicate the compensation structure for performing specific services identified in Tasks 1 through 6 (e.g. flat lump sum or hourly rate structure) for each Task. The proposal shall also include costs and expenses related to photocopying, postage, travel, etc. (i.e. Reimbursement expenses). To the extent that a proposal contemplates the use of subconsultants to perform any one or more of the above described tasks on the proposer s behalf, the proposal shall include a List of Subconsultants identifying all subconsultants and state the fee for each subconsultant in the Fee Schedule under the appropriate Task under which the service will be provided. In so far as the proposer s proposal contemplates an increase in compensation rates or charges prior to the completion of Tasks 1 through 6, and during the term of the portion of the PSA or any extension term, the proposal shall clearly indicate when such increases will take effect and by how much. 10

a. The Fee Schedule/Cost Proposal shall be delivered in a separate sealed envelope which is plainly marked on the outside Parks and Open Space Master Plan (CIP NO. 011) and addressed to the above-mentioned location. The envelope shall contain the name and address of the consultant clearly marked on the outside. The City reserves the right to delete specific task(s). 11

4.0 Evaluation Criteria Each proposal shall be evaluated on the basis of the proposer s expertise, experience and training and the expertise of its key personnel along with prior contracting history, approach to the project, cost, proposed schedule and compliance with the RFP requirements including the terms of the attached PSA. Each such factor shall be weighted by the City as follows: 1) Expertise, Experience & Training Plus Prior Contracting History (25%) The expertise, experience and training of the proposer and its key personnel and previous experience with similar work in similar fields and qualifications and depth of the staff that will perform the work on this project. This factor includes evaluation of the proposer s prior contracting history, including the review of the proposer s certifications relating to false claims, debarment and civil litigation. 2) Project Approach (40%) The proposer s responsiveness in developing a comprehensive plan while meeting regulatory requirements and the City s specific needs. 3) Cost (15%) The proposed compensation structure (inclusive of hourly rates of compensation, pass through costs and subconsultant costs) for the performance of Tasks 1 through 8, inclusive of its proposed not-to -exceed sum. The proposers proposed strategy for containing costs incurred by City while still meeting the objectives and standards set forth under the RFP. 4) Schedule (10%) Proposal for completing the project in a timely manner, inclusive of the proposer s ability to identify critical paths for the timely and competent completion of all work contemplated under the RFP. 5) Compliance with RFP (10%) The ability of the proposer to comply with all instructions set forth under this RFP as well as the proposer s ability to agree to all of the terms and conditions of the attached PSA without modification, particularly as relates to indemnification, insurance requirements and standards of care. 12

5.0 Selection Process A selection committee, comprised of City staff will review the proposals. Proposals will be ranked on qualifications and the selection committee may choose to interview several of the top ranked proposers. However, at its sole discretion the selection committee may dispense with interviews and select a proposer to perform the work. 13

6.0 Proposal Requirements Proposals must be submitted using the following methods: Three (3) printed copies of the proposal must be received prior to the Submission Deadline. Proposals shall be submitted to the following address: City of El Monte Department of Public Works Engineering Division City Hall West 11333 Valley Boulevard El Monte, CA 91731-3293 626-580-2058 ATTN: Elaine Jeng, P.E. Public Works & Utilities Director Subject: RFP Parks and Open Space Master Plan CIP NO. 011 Proposals may be submitted via personal delivery, overnight courier (e.g., FedEx or UPS) or U.S. Mail. Proposals must be received by or before the Submission Deadline. Proposals that are deposited with an overnight courier or post marked prior to the Submission Deadline but received after the Submission Deadline will not be considered by the City. Submitted proposals shall be maintained as confidential records of the City up to the Submission Deadline. Proposers may withdraw, modify and/or resubmit a proposal prior to the Submission Deadline but not after. Proposers shall be bound to the terms of their proposal following the Submission Deadline, however, the City, in its sole and absolute discretion, reserves the right to accept post deadline modifications if it is determined that such modifications are in the best interests of the City. The City also reserves the right to waive minor non-substantive informalities or allow the proposer to correct them. 1) Proposers shall be solely and exclusively responsible for all costs incurred in connection with the preparation and submission of the proposals; demonstrations; interviews; preparation of responses to questions and requests for additional information; for contract discussions; or for anything in any way related to this RFP. The City is not liable for any costs incurred by a proposer in response to this RFP. Whether or not a proposer is awarded a contract pursuant to this RFP, no proposer shall be entitled to reimbursement for any costs or expenses associated with the proposer s participation in this RFP process. 2) Late proposals will not be considered. 3) The City reserves the right to reject any and all proposals received as a result of this RFP. The City s potential award of a contract will not be based on any single factor nor will it be based solely or exclusively on the lowest cost proposal. If a contract is awarded, it will be awarded to the proposer who in the judgment of the City has 14

presented an optimal balance of relevant experience, technical expertise, price, quality of service, work history and other factors which the City may consider relevant and important in determining which proposal is best for the City. 4) The City reserves the right to cancel or modify this RFP. There is no guarantee that the City will award contract. 5) The City reserves the right to investigate the qualifications of any proposer under consideration including proposed subcontractors and parties otherwise related to the proposer and require confirmation of information furnished by a proposer, or require additional evidence of experience and qualifications to provide the services or otherwise discharge the obligations required by this RFP. 6) Following the Submission Deadline, the City, pursuant to the California Public Records Act (Govt. Code Section 6250 et seq.) reserves the right to make copies of all submitted proposals available for inspection and copying by any interested member of the public, except to the limited extent the City determines that any information contained in a proposal is legally privileged under the California Public Records Act. By submission of a proposal, proposers acknowledge and agree that their proposal and any information contained therein may be disclosed by the City to interested members of the public, including other proposers. 7) The City reserves the right to approve or disapprove of particular subcontractors, joint venture partners, or other proposed team members. 8) The City reserves the right to evaluate responses in terms of the best interests of the City, applying criteria provided in this RFP and any other criteria the City, in its sole discretion, deems pertinent. 9) By the submission of a proposal, each proposer accepts and agrees to execute a written Professional Services Agreement (PSA) in the form attached hereto as Exhibit 1. By submission of a proposal, each proposer agrees to execute a PSA with the City in the form attached hereto as Exhibit 1, inclusive of all stated terms and conditions relating to indemnification, required insurance and standard of care requirements. If a proposer is unable to agree to any of the terms or conditions of the PSA in the form attached hereto, the proposer must identify the provision(s) in question and provide an explanation as to why the proposer cannot comply with such provisions. If a proposers objection to a certain provision of the PSA is merely a question of added cost, the proposer shall indicate in the proposal the difference in cost associated with complying with the provision(s) versus the cost associated with the City s waiver or modification of the provision(s). The City shall be under no obligation to make modifications to the PSA after a contract has been awarded and proposers shall be deemed to have incorporated all costs associated with compliance with the PSA into their proposal. A proposer s inability to comply with one or more provisions of the PSA shall be a factor 15

that will be considered by the City in determining which proposal will serve the best interest of the City when all other factors are taken into account. 10) All proposals must remain valid for a minimum period of ninety (90) calendar days after the Submission Deadline. Responses may not be modified or withdrawn by the proposer during this period of time except in accordance with this RFP and with written permission granted by the City. 11) All questions or requests for clarification shall be submitted via email to Elaine Jeng at ejeng@elmonteca.gov by the REQUEST FOR INFORMATION DEADLINE. All questions received by this deadline will be addressed and posted on the City s website (www.ci.el-monte.ca.us) by the RELEASE OF INFORMATION REQUESTED DATE. 12) If it becomes necessary to revise any part of this RFP, an addendum will be posted on the City s website. It shall be the sole responsibility of the proposer to check for any addendums to the RFP that may be issued by the City. 13) It is presumed that each proposer has read and is thoroughly familiar with the scope of services to be performed under this RFP. 14) The proposer agrees that, if a contract is awarded to a proposer, the proposer shall make no claim against the City or any of the funding agencies because of any estimate or statement made by any employees, agents, or consultants of the City which may prove to be erroneous in any respect. 15) Proposers may withdraw their proposal prior to the Submission Deadline. 16