0% found this document useful (0 votes)
3 views42 pages

La Ud RFP

The Los Angeles County Department of Beaches and Harbors is seeking proposals from qualified firms for urban planning and design consulting services. Proposers must have at least five years of relevant experience and meet specific requirements outlined in the RFP. The selection process will evaluate proposals based on qualifications and adherence to submission guidelines.

Uploaded by

mohamedhassan.ce
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
3 views42 pages

La Ud RFP

The Los Angeles County Department of Beaches and Harbors is seeking proposals from qualified firms for urban planning and design consulting services. Proposers must have at least five years of relevant experience and meet specific requirements outlined in the RFP. The selection process will evaluate proposals based on qualifications and adherence to submission guidelines.

Uploaded by

mohamedhassan.ce
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 42

REQUEST FOR PROPOSALS

FOR
URBAN PLANNING AND DESIGN
CONSULTING SERVICES

Planning Division
Los Angeles County Department of Beaches and Harbors
13837 Fiji Way
Marina del Rey, CA 90292

January 29, 2009


LOS ANGELES COUNTY DEPARTMENT OF BEACHES AND HARBORS
REQUEST FOR PROPOSALS (RFP)
URBAN PLANNING AND DESIGN SERVICES

TABLE OF CONTENTS
Section

1.0 INTRODUCTION 1
1.1 OVERVIEW OF REQUEST FOR PROPOSAL. 2
1.2 DEFINITIONS 3
1.3 MINIMUM MANDATORY REQUiREMENTS 5
1.4 COUNTY RIGHTS AND RESPONSiBILITIES 5
1.5 DIRECTOR TO INTERPRET RFP 5
1.6 CONTRACT TERM 6
1.7 CONTRACT RATES 6
1.8 AWARD OF WORK 6
1.9 CONTACT WITH COUNTY PERSONNEL. 6
1.10 FINAL CONTRACT AWARD BY THE BOARD OF SUPERVISORS 7
1.11 CONTRACT AWARDED ACCORDING TO COUNTY'S INTENDED PURPOSE 7
1.12 MANDATORY REQUIREMENT TO REGISTER ON COUNTY'S WEBVEN 7
1.13 COUNTY OPTION TO REJECT PROPOSALS 8
1.14 PROTEST PROCESS 8
1.15 NOTICE TO PROPOSERS REGARDING THE PUBLIC RECORDS ACT.. 8
1.16 INDEMNIFICATION AND INSURANCE 9
1.17 DETERMINATION OF PROPOSER RESPONSiBILITY 9
1.18 PROPOSER DEBARMENT.. 10
1.19 PROPOSER'S ADHERANCE TO COUNTY'S CHILD SUPPORT COMPLIANCE
PROGRAM 13
1.20 GRATUiTIES 13
1.21 NOTICE TO PROPOSERS REGARDING THE COUNTY LOBBYIST ORDINANCE 14
1.22 FEDERAL EARNED INCOME CREDIT.. 14
1.23 CONSIDERATION OF GAIN/GROW PARTICIPANTS FOR EMPLOYMENT 15
1.24 COUNTY'S QUALITY ASSURANCE PLAN 15
1.25 RECYCLED BOND PAPER. 15
1.26 SAFELY SURRENDERED BABY LAW 16
1.27 COUNTY POLICY ON DOING BUSINESS WITH SMALL BUSINESS 16
1.28 JURY SERVICE PROGRAM 16
1.29 LOCAL SMALL BUSINESS ENTERPRISE PREFERENCE PROGRAM 18
1.30 LOCAL SMALL BUSINESS ENTERPRISE (SBE) PROMPT PAYMENT PROGRAM 19
1.31 NOTIFICATION TO COUNTY OF PENDING ACQUISITIONS/MERGERS BY
PROPOSING COMPANy 19
1.32 TRANSITIONAL JOB OPPORTUNITIES PREFERENCE PROGRAM 19

RFP, Urban Planning and Design Consulting Services


LOS ANGELES COUNTY DEPARTMENT OF BEACHES AND HARBORS
REQUEST FOR PROPOSALS (RFP)
URBAN PLANNING AND DESIGN SERVICES

TABLE OF CONTENTS
Section

2.0 PROPOSAL SUBMISSION REQUiREMENTS 21


2.1 COUNTY RESPONSiBILITy 21
2.2 TRUTH AND ACCURACY OF REPRESENTATIONS 21
2.3 DISQUALIFICATION FOR MULTILPLE PROPOSALS OR COLLUSION 21
2.4 PROPOSALS IRREVOCABLE FOR 120 DAyS 21
2.5 NONCONFORMING PROPOSALS 21
2.6 INADEQUATE, INCOMPLETE, NONRESPONSIVE OR LATE PROPOSALS 22
2.7 PROPOSALS TO BE IN ENGLISH 22
2.8 RFP TIMETABLE 22
2.9 SOLICITATION REQUIREMENTS REViEW 22
2.10 PROPOSERS' QUESTIONS 23
2.11 PROPOSERS CONFERENCE 24
2.12 PROPOSAL DUE DATE 24
2.13 REQUIRED FORMAT AND CONTENT OF PROPOSAL. 25
2.14 ADDITIONAL INFORMATION 30
2.15 PROPOSALS MUST FOLLOW REQUIRED FORMAT 30
3.0 SELECTION PROCESS 31
3.1 ADHERENCE TO MINIMUM REQUIREMENTS (Pass/Fail) 31
3.2 EVALUATION COMMITTEE 31
3.3 ORAL PRESENTTION TO EVALUATION COMMITTEE 31
3.4 ADDITIONAL INQUiRIES 31
3.5 EVALUATION SCORING 32
3.6 ITEMS CONSIDERED BY EVALUATORS 32
3.7 NUMERICAL RANKING 34
3.8 PROPOSER SELECTION 34
3.9 EXECUTION BY SELECTED PROPOSER(S) 35
3.10 CONDITIONAL RECOMMENDATION BY DIRECTOR. 35
3.11 SUPPLEMENTAL DOCUMENTS 35
3.12 DISQUALIFICATION REViEW 35
3.13 DEPARTMENT'S PROPOSED CONTRACTOR SELECTION REVIEW 35

RFP, Urban Planning and Design Consulting Services


ii
LOS ANGELES COUNTY DEPARTMENT OF BEACHES AND HARBORS
REQUEST FOR PROPOSALS (RFP)
URBAN PLANNING AND DESIGN SERVICES

ATTACHMENTS
Attachment A: Sample Contract
Attachment B: Statement of Work
Attachment C: Technical Exhibits
Attachment D: Transmittal Form to Request a Solicitation Requirements Review

EXHIBITS
Exhibit 1: Work Order
Exhibit 2: County of Los Angeles Policy on Doing Business with Small Business
Exhibit 3: Listing of Contractors Debarred in Los Angeles County
Exhibit 4: Jury Service Ordinance
Exhibit 5: IRS Notice 1015
Exhibit 6: Safely Surrendered Baby Law
Exhibit 7: Determination of Contractor Non-Responsibility and Contractor Debarment

FORMS
P-1 : Offer to Perform
P-2: Proposer's Organization Questionnaire/Affidavit
P-3: Work Plan
P-4: Quality Control Plan
P-5: Business and Financial Summary
P-6: Proposer's EEO Certification
P-7: Contractor Employee Jury Service Program Certification Form and Application for
Exemption
P-8: Certification of No Conflict of Interest
P-9: Attestation of Willingness to Consider GAIN/GROW Participants
P-10: Familiarity with the County Lobbyist Ordinance Certification
P-11: Certification of Independent Price Determination & Acknowledgement of RFP
Restrictions
P-12: Request for Local SBE Preference Program Consideration and CBE Firm/Organization
Information Form
P-13: Transitional Job Opportunities Preference Application
P-14: Contractor's Administration

RFP, Urban Planning and Design Consulting Services


iii
INTRODUCTION

1.0 INTRODUCTION
The Los Angeles County Department of Beaches and Harbors (Department) is
seeking one or more qualified and experienced firms to provide as-needed urban
planning and design consulting services. Qualified firms may submit a written
Proposal for a contract to provide such services. Proposals must be in the form
described in this Request for Proposals (RFP). Selection of a contractor will be
based on the qualifications of the firms submitting Proposals.

A thorough understanding of the role of quality design in facilitating


redevelopment is of crucial importance in the County's selection of urban
planning and design consultant(s). The purpose of this RFP is to solicit
architecture, landscape architecture, planning and graphic design teams capable
of providing comprehensive design consultation, including architectural
standards, wayfinding devices, aesthetic elements and community amenities.

PROPOSERS OR THEIR PRINCIPAL OWNERS MUST HAVE A MINIMUM OF


FIVE YEARS' EXPERIENCE IN PERFORMING SIGNIFICANT URBAN
PLANNING AND DESIGN CONSULTING SERVICES FOR GOVERNMENTAL
AGENCIES OR PRIVATE ORGANIZATIONS.

The Marina del Rey Small Craft Harbor is a public boat harbor that is owned by
the County of Los Angeles. It includes the unincorporated waterfront and
surrounding land area between the communities of Venice to the north and Playa
del Rey to the south. While the County has retained ownership and control over
the Marina's public beach, parks, roads, parking lots, boat storage yard, directory
signs, public library, and administration buildings, it has leased substantial
portions of the Marina to private entities. The County-owned, unincorporated
area contains approximately 5,445 apartment rental units, 600 luxury
condominiums, 1 million square feet of retail, office and restaurant development,
six hotels and approximately 5,246 boat slips in 23 anchorages and marinas.
The Department also operates 19 beaches for the County. All persons interested
in submitting a Proposal may conduct their own inspection of public areas in
Marina del Rey and County-operated beaches.

RFP, Urban Planning and Design Consulting Services


INTRODUCTION

In 1997, the Los Angeles County Board of Supervisors approved the Marina del
Rey Asset Management Strategy (AMS), a redevelopment concept that
incorporates vision elements such as: a powerful sense of place; accessible
waterfront; multi modal transportation; pedestrian-friendly circulation; a mix of
uses; outstanding, creative residential developments; and stimulation to refurbish
existing development. Copies of the Asset Management Strategy document will
be made available to those attending the pre-proposal meeting and to others who
request it.
The AMS is the first significant redevelopment effort since the Marina's
construction four decades ago. Over the next decade, the County is poised to
sponsor a variety of public improvements that relate to the Marina's built
environment. Public improvements will be specified in cooperation with
Department's staff, the Marina del Rey Design Control Board (DCB) and the
Small Craft Harbor Commission (SCHC), and will be implemented in conjunction
with the Marina's current redevelopment effort.

1.1 OVERVIEW OF REQUEST FOR PROPOSAL

This Request for Proposal (RFP) is composed of the following parts:

• Introduction: Specifies the Proposer's minimum requirements, provides


information regarding some of the requirements of the contract and explains the
solicitation process.
• Proposal Submission Requirements: Contains instructions to
Proposers in how to prepare and submit their proposal.
• Selection Process and Evaluation Criteria: Explains how the proposals
will be selected and evaluated.
• Attachments: Terms and Conditions of the Sample Contract, Statement
of Work, Exhibits accompanying Statement of Work and Transmittal to
Request a Solicitation Requirements Review.
• Exhibits: Exhibits accompanying Contract.
• Forms: Forms contained in this section must be completed and included
in the proposal.

RFP, Urban Planning and Design Consulting Services


2
INTRODUCTION

1.2 DEFINITIONS

The following words shall be construed to have the following meanings, unless
otherwise apparent from the context in which they are used.
Asset Management Strategy - The Marina del Rey redevelopment plan

approved by the Board on April 15, 1997.

Board, Board of Supervisors - The Board of Supervisors of Los Angeles

County.

Chief Deputy - The Chief Deputy of the Department.

Contract - An agreement for performance of the work between the

selected Proposer(s) and the County, approved by the Board of

Supervisors.

Contract Administrator (CA) - The Chief of the Planning Division of the

Department or a designated representative.

Contract Year - The twelve-month period commencing on the effective date of the

Contract and each succeeding twelve-month period over the remaining term of the

Contract, including the optional years.

Contractor(s) - The Proposer(s) whose Proposal(s) is accepted by the

Board of Supervisors for performance of the Contract work.

Contractor's Representative - The person designated by the Contractor to

represent the Contractor in matters related to performance of the Contract.

County - The County of Los Angeles.

County Counsel - The Los Angeles County Counsel.

Department - The Los Angeles County Department of Beaches and Harbors.

Director - The Director of the Department.

RFP, Urban Planning and Design Consulting Services


3
INTRODUCTION

Design Control Board - A five-member body appointed by the Board of

Supervisors with authority to review and approve architectural design and plans

and specifications for construction in Marina del Rey.

Evaluation Committee - The committee appointed by the Director to evaluate

Proposals and to recommend a Proposer(s) as Contractor(s) pursuant to the

RFP.

Offer to Perform - Form P-1 of the RFP.

Performance Standard - The essential terms and conditions for the

performance of the Contract work as defined in the Contract.

Proposer - Any person or entity authorized to conduct business in California who

submits a Proposal.

Request for Proposals (RFP) - All parts of this document, including its

attachments, exhibits and forms.

Small Craft Harbor Commission - A five-member advisory body appointed by

the Board of Supervisors with responsibility for making recommendations

concerning Marina del Rey's planning, financing, development, operations,

leasing policies, rules and regulations and other matters.

Statement of Work - Explains in detail the Work to be performed by the contract.

Subcontractor - A person, partnership, company, corporation, or other

organization furnishing supplies or services of any nature, equipment, or materials

to the Contractor(s), at any tier, under oral or written agreement.

Work Order - An agreement subordinate to the Contract, incorporating all of its

terms and conditions, by which the Contractor is authorized to perform specific

tasks. (See Exhibit 1)

RFP, Urban Planning and Design Consulting Services


4
INTRODUCTION

1.3 MINIMUM MANDATORY REQUIREMENTS

Interested and qualified Proposers that can demonstrate their ability to


successfully provide the required services outlined in Attachment B, Statement of
Work are invited to submit proposal(s), provided they meet the following
requirements:
• Proposers must have a minimum of five years' experience performing
significant urban planning and design consulting services for governmental
agencies or private organizations.
• Proposer's Contract Representative must have a minimum of five years'
experience providing urban planning and design consulting services.
• Proposer and/or Proposer's staff member must possess a valid license in
good standing with the California Architects Board.
• Proposer must complete and return Forms P-1 through P-14.

1.4 COUNTY RIGHTS AND RESPONSIBILITIES

No oral amendments of the RFP are authorized and only the Director of the
Department has the right to amend the RFP by written addendum. The
Department is responsible only for that which is expressly stated in the
solicitation document and any authorized written addenda thereto. Such
addendum shall be made available to each person or organization which the
Department records indicate has received this RFP. Should such addendum
require additional information not previously requested, failure to address the
requirements of such addendum may result in the Proposal not being
considered, as determined in the sole discretion of the Department. The County
is not responsible for and shall not be bound by any representations otherwise
made by any individual acting or purporting to act on its behalf.

1.5 DIRECTOR TO INTERPRET RFP

Should there be any uncertainty, ambiguity, or discrepancy in the terms of the


RFP or any dispute abut their meaning or applicability, the Director shall be
consulted and will interpret them. The Director's interpretation shall be binding

RFP, Urban Planning and Design Consulting Services


5
INTRODUCTION

upon all parties. Should any Proposer rely on any uncertain or ambiguous
provision of the RFP without referring the matter for resolution to the Director, the
Proposer does so at his or her own risk.

1.6 CONTRACT TERM

The Contract term shall be for a period of three years with two one-year renewal
options. Renewal options shall be exercised at the sole discretion of the
Director. The Contract shall become effective on April 17, 2009, or upon
approval by the Board of Supervisors.

1.7 CONTRACT RATES

The maximum sum the County will spend for urban planning and design
consulting services during any Contract year is $240,000. If additional work is
required, the Director may increase the maximum annual sum of any Contract
year to $288,000. The hourly rates as submitted by each Proposer on Form P-1
for this RFP shall remain in effect during the term of the Contract.

1.8 AWARD OF WORK

The award of work for this Contract is on an as-needed basis only. Work on this
Contract shall not commence unless authorized by the Director through the
issuance of a Work Order (Exhibit 1). The selection of a Contractor to whom a
Work Order is issued shall be at the sole discretion of the Director. Neither the
recommendation by the Department of a Contractor to perform as-needed
services, nor the approval of a Contract by the Board of Supervisors with such
Contractor, entitles any Contractor to compensation or any specific work
assignment.

1.9 CONTACT WITH COUNTY PERSONNEL

All contact regarding this RFP or any matter relating thereto must be in writing
and may be mailed, e-mailed or faxed as follows:
Nicolette Taylor, Contracts Analyst

RFP, Urban Planning and Design Consulting Services


6
INTRODUCTION

13837 Fiji Way, Marina del Rey, CA 90292


NTaylor@bh.lacounty.gov
Facsimile: (310) 821-8155
If it is discovered that Proposer contacted and received information from any
County personnel, other than the person specified above, regarding this
solicitation, County, in its sole determination, may disqualify his or her proposal
from further consideration.

1.10 FINAL CONTRACT AWARD BY THE BOARD OF SUPERVISORS

Notwithstanding a recommendation of a department, agency, individual, or other,


the Board of Supervisors retains the right to exercise its judgment concerning the
selection of a proposal and the terms of any resultant agreement, and to
determine which proposal best serves the interests of the County. The Board is
the ultimate decision-making body and makes the final determination necessary
to arrive at a decision to award, or not award, a contract.

1.11 CONTRACT AWARDED ACCORDING TO COUNTY'S INTENDED PURPOSE


The Contract shall be awarded through a competitive process to the responsible
and responsive Proposer(s) whose experience, approach to Contract
requirements and organizational resources are determined most suitable for
County's intended purpose. The County reserves the right to make a total
award, a combination of awards, or to reject all Proposals, whichever is in the
best interest of the County.

1.12 MANDATORY REQUIREMENT TO REGISTER ON COUNTY'S WEBVEN

Prior to a contract award, all potential Contractors must register in the County's
WebVen. The WebVen contains the Vendor's business profile and identifies the
goods/services the business provides. Registration can be accomplished online
via the Internet by accessing the County's home page at
http://lacounty.info/doingbusiness/maindb.htm. There are underscores in the
address between the words 'doing business' and 'main db'.

RFP, Urban Planning and Design Consulting Services


7
INTRODUCTION

1.13 COUNTY OPTION TO REJECT PROPOSALS

The County may, at its sole discretion, reject any or all proposals submitted in
response to this RFP. The County shall not be liable for any costs incurred by
the Proposer in connection with the preparation and submission of any proposal.
The County reserves the right to waive inconsequential disparities in a submitted
proposal.

1.14 PROTEST PROCESS

Any actual or prospective Proposer may file a protest in connection with the
solicitation or award of a Board-approved service contract. It is generally accepted
that the Proposer challenging the decision of a County department bears the
burden of proof in its claim that the Department committed a sufficiently material
error in the solicitation process to justify invalidation of a proposed award.
Throughout the review process, the Department has no obligation to delay or
otherwise postpone an award of contract based on a Bidder protest. In all cases,
the Department reserves the right to make an award when it is determined to be in
the best interest of the County of Los Angeles to do so.

1.14.1 Grounds for Review


Unless state or federal statutes or regulations otherwise provide, the grounds for
review of any departmental determination or action should be limited to the
following:

• Review of Solicitation Requirements


• Review of a Disqualified Bid
• Review of District's Proposed Contractor Selection

1.15 NOTICE TO PROPOSERS REGARDING THE PUBLIC RECORDS ACT

Responses to this RFP shall become the exclusive property of the County. At
such time as the Department recommends Proposer(s) to the Board of
Supervisors (Board) and such recommendation appears on the Board agenda,
all such proposals submitted in response to this RFP become a matter of public
record, with the exception of those parts of each proposal which are defined by

RFP, Urban Planning and Design Consulting Services


8
INTRODUCTION

the Contractor as business or trade secrets, and plainly marked as "Trade


Secret", "Confidential", or "Proprietary".
The County shall not, in any way, be liable or responsible for the disclosure of
any such record or any parts thereof, if disclosure is required or permitted under
the California Public Records Act or otherwise by law. A blanket statement of
confidentiality or the marking of each page of the proposal as confidential
shall not be deemed sufficient notice of exception. The Proposer(s) must
specifically label only those provisions of the proposal which are "Trade
Secrets", "Confidential", or "Proprietary" in nature.

1.16 INDEMNIFICATION AND INSURANCE

Contractor shall be required to comply with the indemnification provisions


contained in Attachment A, Sample Contract, Sub-paragraph 2.22. The
Contractor(s) shall procure, maintain, and provide to the County proof of
insurance coverage for all the programs of insurance along with associated
amounts specified in Attachment A, Sample Contract, Sub-paragraphs 2.24.

1.17 DETERMINATION OF PROPOSER RESPONSIBILITY

1.17.1 A responsible Proposer is a Proposer who has demonstrated the


attribute of trustworthiness, as well as quality, fitness, capacity and
experience to satisfactorily perform the contract. It is the County's
policy to conduct business only with responsible Proposers.
1.17.2 Proposers are hereby notified that, in accordance with Chapter 2.202 of
the County Code, the County may determine whether the Proposer is
responsible based on a review of the Proposer's performance on any
contracts, including but not limited to County contracts. Particular
attention will be given to violations of labor laws related to employee
compensation and benefits, and evidence of false claims made by the
Proposer against public entities. Labor law violations which are the
fault of the subcontractors and of which the Proposer had no knowledge
shall not be the basis of a determination that the Proposer is not
responsible.

RFP, Urban Planning and Design Consulting Services


9
INTRODUCTION

1.17.3 The County may declare a Proposer to be non-responsible for purposes


of this contract if the Board of Supervisors, in its discretion, finds that
the Proposer has done any of the following: (1) violated a term of a
contract with the County or a nonprofit corporation created by the
County; (2) committed an act or omission which negatively reflects on
the Proposer's quality, fitness or capacity to perform a contract with the
County, any other public entity, or a nonprofit corporation created by the
County, or engaged in a pattern or practice which negatively reflects on
same; (3) committed an act or omission which indicates a lack of
business integrity or business honesty; or (4) made or submitted a false
claim against the County or any other public entity.
1.17.4 If there is evidence that the apparent highest ranked Proposer may not
be responsible, the Department shall notify the Proposer in writing of
the evidence relating to the Proposer's responsibility, and its intention to
recommend to the Board of Supervisors that the Proposer be found not
responsible. The Department shall provide the Proposer and/or the
Proposer's representative with an opportunity to present evidence as to
why the Proposer should be found to be responsible and to rebut
evidence which is the basis for the Department's recommendation.
1.17.5 If the Proposer presents evidence in rebuttal to the Department, the
Department shall evaluate the merits of such evidence, and based on
that evaluation, make a recommendation to the Board of Supervisors.
The final decision concerning the responsibility of the Proposer shall
reside with the Board of Supervisors.
1.17.6 These terms shall also apply to proposed subcontractors of Proposers
on County contracts.

1.18 PROPOSER DEBARMENT

1.18.1 The Proposer is hereby notified that, in accordance with Chapter


2.202 of the County Code, the County may debar the Proposer from
bidding or proposing on, or being awarded, and/or performing work on
other County contracts for a specified period of time, which generally
will not exceed five (5) years but may exceed five (5) years or be

RFP, Urban Planning and Design Consulting Services


10
INTRODUCTION

permanent if warranted by the circumstances, and the County may


terminate any or all of the Proposer's existing contracts with County, if
the Board of Supervisors finds, in its discretion, that the Proposer has
done any of the following: (1) violated a term of a contract with the
County or a nonprofit corporation created by the County; (2) committed
an act or omission which negatively reflects on the Proposer's quality,
fitness or capacity to perform a contract with the County, any other
public entity, or a nonprofit corporation created by the County, or
engaged in a pattern or practice which negatively reflects on same; (3)
committed an act or offense which indicates a lack of business integrity
or business honesty; or (4) made or submitted a false claim against the
County or any other public entity.
1.18.2 If there is evidence that the apparent highest ranked Proposer
may be subject to debarment, the Department shall notify the Proposer
in writing of the evidence which is the basis for the proposed
debarment, and shall advise the Proposer of the scheduled date for a
debarment hearing before the Contractor Hearing Board.
1.18.3 The Contractor Hearing Board shall conduct a hearing where evidence
on the proposed debarment is presented. The Proposer and/or
Proposer's representative shall be given an opportunity to submit
evidence at that hearing. After the hearing, the Contractor Hearing
Board shall prepare a tentative proposed decision, which shall contain a
recommendation regarding whether the Proposer should be debarred,
and, if so, the appropriate length of time of the debarment. The
Proposer and the Department shall be provided an opportunity to object
to the tentative proposed decision prior to its presentation to the Board of
Supervisors.
1.18.4 After consideration of any objections, or if no objections are received, a
record of the hearing, the proposed decision and any other
recommendation of the Contractor Hearing Board shall be presented to
the Board of Supervisors. The Board of Supervisors shall have the right
to modify, deny or adopt the proposed decision and recommendation of
the Contractor Hearing Board.

RFP, Urban Planning and Design Consulting Services


11
INTRODUCTION

1.18.5 If a Proposer has been debarred for a period longer than five (5) years,
that Proposer may, after the debarment has been in effect for at least
five (5) years, submit a written request for review of the debarment
determination to reduce the period of debarment or terminate the
debarment. The County may, in its discretion, reduce the period of
debarment or terminate the debarment if it finds that the Proposer has
adequately demonstrated one or more of the following: (1) elimination of
the grounds for which the debarment was imposed; (2) a bona fide
change in ownership or management; (3) material evidence discovered
after debarment was imposed; or (4) any other reason that is in the best
interests of the County.
1.18.6 The Contractor Hearing Board will consider requests for review of a
debarment determination only where (1) the Proposer has been
debarred for a period longer than five (5) years; (2) the debarment has
been in effect for at least five (5) years; and (3) the request is in writing,
states one or more of the grounds for reduction of the debarment period
or termination of the debarment, and includes supporting documentation.
Upon receiving an appropriate request, the Contractor Hearing Board
will provide notice of the hearing on the request. At the hearing, the
Contractor Hearing Board shall conduct a hearing where evidence on
the proposed reduction of debarment period or termination of debarment
is presented. This hearing shall be conducted and the request for review
decided by the Contractor Hearing Board pursuant to the same
procedures as for a debarment hearing.
1.18.7 The Contractor Hearing Board's proposed decision shall contain a
recommendation on the request to reduce the period of debarment or
terminate the debarment. The Contractor Hearing Board shall present
its proposed decision and recommendation to the Board of Supervisors.
The Board of Supervisors shall have the right to modify, deny, or adopt
the proposed decision and recommendation of the Contractor Hearing
Board.
1.18.8 These terms shall also apply to proposed subcontractors of Proposers
on County contracts.

RFP, Urban Planning and Design Consulting Services


12
INTRODUCTION

1.19 PROPOSER'S ADHERANCE TO COUNTY'S CHILD SUPPORT COMPLIANCE


PROGRAM

Proposers shall: 1) fully comply with all applicable State and Federal reporting
requirements relating to employment reporting for its employees; and 2) comply
with all lawfully served Wage and Earnings Assignment Orders and Notice of
Assignment and continue to maintain compliance during the term of any contract
that may be awarded pursuant to this solicitation. Failure to comply may be
cause for termination of a contract or initiation of debarment proceedings against
the non-compliant Contractor (County Code Chapter 2.202).

1.20 GRATUITIES
1.20.1 Attempt to Secure Favorable Treatment
It is improper for any County officer, employee or agent to solicit
consideration, in any form, from a Proposer with the implication,
suggestion or statement that the Proposer's provision of the
consideration may secure more favorable treatment for the Proposer in
the award of the Contract or that the Proposer's failure to provide such
consideration may negatively affect the County's consideration of the
Proposer's submission. A Proposer shall not offer or give either
directly or through an intermediary, consideration, in any form, to a
County officer, employee or agent for the purpose of securing
favorable treatment with respect to the award of the Contract.
1.20.2 Proposer Notification to County

A Proposer shall immediately report any attempt by a County officer,


employee or agent to solicit such improper consideration.
The report shall be made either to the County manager charged with
the supervision of the employee or to the County Auditor-Controller's
Employee Fraud Hotline at (800) 544-6861. Failure to report such a
solicitation may result in the Proposer's submission being eliminated
from consideration.

RFP, Urban Planning and Design Consulting Services


13
INTRODUCTION

1.20.3 Form of Improper Consideration


Among other items, such improper consideration may take the form of
cash, discounts, services, the provision of travel or entertainment, or
tangible gifts.

1.21 NOTICE TO PROPOSERS REGARDING THE COUNTY LOBBYIST


ORDINANCE
The Board of Supervisors of the County of Los Angeles has enacted an
ordinance regulating the activities of persons who lobby County officials. This
ordinance, referred to as the "Lobbyist Ordinance", defines a County Lobbyist
and imposes certain registration requirements upon individuals meeting the
definition. The complete text of the ordinance can be found in County Code
Chapter 2.160. In effect, each person, corporation or other entity that seeks a
County permit, license, franchise or contract must certify compliance with the
ordinance. As part of this solicitation process, it will be the responsibility of each
Proposer to review the ordinance independently as the text of said ordinance is
not contained within this RFP. Thereafter, each person, corporation or other
entity submitting a response to this solicitation, must certify that each County
Lobbyist, as defined by Los Angeles County Code Section 2.160.010, retained
by the Proposer is in full compliance with Chapter 2.160 of the Los Angeles
County Code and each such County Lobbyist is not on the Executive Office's
List of Terminated Registered Lobbyists by completing and submitting the
Familiarity with the County Lobbyist Ordinance Certification, as set forth in Form
P-10, as part of their proposal.

1.22 FEDERAL EARNED INCOME CREDIT


The Contractor(s) shall notify its employees, and shall require each
subcontractor to notify its employees, that they may be eligible for the Federal
Earned Income Credit under the federal income tax laws. Such notice shall be
provided in accordance with the requirements set forth in Internal Revenue
Service Notice No. 1015, Exhibit 5.

RFP, Urban Planning and Design Consulting Services


14
INTRODUCTION

1.23 CONSIDERATION OF GAIN/GROW PARTICIPANTS FOR EMPLOYMENT


As a threshold requirement for consideration for contract award, Proposers shall
demonstrate a proven record of hiring participants in the County's Department of
Public Social Services Greater Avenues for Independence (GAIN) or General
Relief Opportunity for Work (GROW) Programs or shall attest to a willingness to
consider GAIN/GROW participants for any future employment openings if they
meet the minimum qualifications for that opening. Additionally, Proposers shall
attest to a willingness to provide employed GAIN/GROW participants access to
the Proposers' employee mentoring program, if available, to assist these
individuals in obtaining permanent employment and/or promotional
opportunities. Proposers who are unable to meet this requirement shall not be
considered for contract award. Proposers shall complete and return the form,
Attestation of Willingness to Consider GAIN/GROW Participants, as set forth in
Form P-9, along with their proposal.

1.24 COUNTY'S QUALITY ASSURANCE PLAN

After contract award, the County or its agent will evaluate the Contractor's
performance under the contract on a periodic basis. Such elevation will include
assessing Contractor's compliance with all terms in the Contract and
performance standards identified in the Statement of Work. Contractor's
deficiencies which the County determines are severe or continuing and that may
jeopardize performance of the Contract will be reported to the County's Board of
Supervisors. The report will include improvement does not occur consistent with
the corrective action measures, the County may terminate the Contract in whole
or in part, or impose other penalties as specified in the Contract.

1.25 RECYCLED BOND PAPER


Proposer shall be required to comply with the County's policy on recycled bond
paper as specified in Attachment A, Sample of Contract, Sub-paragraph 2.38.

RFP, Urban Planning and Design Consulting Services


15
INTRODUCTION

1.26 SAFELY SURRENDERED BABY LAW


The Contractor(s) shall notify and provide to its employees, and shall require
each subcontractor to notify and provide to its employees, a fact sheet regarding
the Safely Surrendered Baby Law, its implementation in Los Angeles County,
and where and how to safely surrender a baby. The fact sheet is set forth in
Exhibit 6 of this solicitation document and is also available on the Internet at
www.babysafela.org for printing purposes.

1.27 COUNTY POLICY ON DOING BUSINESS WITH SMALL BUSINESS


The County has multiple programs that address small businesses. The Board of
Supervisors encourages small business participation in the County's
contracting process by constantly streamlining and simplifying our selection
process and expanding opportunities for small businesses to compete for our
business.
The Local Small Business Enterprise Preference Program requires the
company to complete a certification process. This program and how to obtain
certification are further explained in this Section.
The Jury Service Program provides exceptions to the Program if a company
qualifies as a Small Business. Further explanation of this Program is provided in
Sub-paragraph - 1.28, Jury Service Program of this Section.
The County also has a Policy on Doing Business with Small Business that is
stated in Exhibit 2.

1.28 JURY SERVICE PROGRAM


The prospective contract is subject to the requirements of the County's
Contractor Employee Jury Service Ordinance ("Jury Service Program") (Los
Angeles County Code, Chapter 2.203). Prospective Contractors should carefully
read the Jury Service Ordinance, Exhibit 4, and the pertinent jury service
provisions of the Sample Contract, Attachment A, Sub-paragraph 2.7, both of
which are incorporated by reference into and made a part of this RFP.
The Jury Service Program applies to both Contractors and their Subcontractors.
Proposals that fail to comply with the requirements of the Jury Service Program
will be considered non-responsive and excluded from further consideration.

RFP, Urban Planning and Design Consulting Services


16
INTRODUCTION

The Jury Service Program requires Contractors and their Subcontractors to have
and adhere to a written policy that provides that its employees shall receive
from the Contractor, on an annual basis, no less than five days of regular pay for
actual jury service. The policy may provide that employees deposit any fees
received for such jury service with the Contractor or that the Contractor deduct
from the employee's regular pay the fees received for jury service. For purposes
of the Jury Service Program, "employee" means any California resident who is a
full-time employee of a Contractor and "full-time" means 40 hours or more
worked per week, or a lesser number of hours if: 1) the lesser number is a
recognized industry standard as determined by the County, or 2) the Contractor
has a long-standing practice that defines the lesser number of hours as full-time.
Therefore, the Jury Service Program applies to all of a Contractor's full-time
California employees, even those not working specifically on the County project.
Full-time employees providing short-term, temporary services of 90 days or less
within a 12-month period are not considered full-time for purposes of the Jury
Service Program.
There are two ways in which a Contractor might not be subject to the Jury
Service Program. The first is if the Contractor does not fall within the Jury
Service Program's definition of "Contractor". The Jury Service Program defines
"Contractor" to mean a person, partnership, corporation of other entity which has
a contract with the County or a Subcontract with a County Contractor and has
received or will receive an aggregate sum of $50,000 or more in any 12-month
period under one or more County contracts or subcontracts.
The second is if the Contractor meets one of the two exceptions to the Jury
Service Program. The first exception concerns small businesses and applies to
Contractors that have 1) ten or fewer employees; and, 2) annual gross revenues
in the preceding twelve months which, if added to the annual amount of this
Contract is less than $500,000, and, 3) is not an "affiliate or subsidiary of a
business dominant in its field of operation". The second exception applies to
Contractors that possess a collective bargaining agreement that expressly
supersedes the provisions of the Jury Service Program. The Contractor is
subject to any provision of the Jury Service Program not expressly superseded
by the collective bargaining agreement.

RFP, Urban Planning and Design Consulting Services


17
INTRODUCTION

If a Contractor does not fall within the Jury Service Program's definition of
"Contractor" or if it meets any of the exceptions to the Jury Service Program,
then the Contractor must so indicate in the Certification Form and Application for
Exception, Form P-7, and include with its submission all necessary
documentation to support the claim such as tax returns or a collective
bargaining agreement, if applicable. Upon reviewing the Contractor's
application, the County will determine, in its sole discretion, whether the
Contractor falls within the definition of Contractor or meets any of the
exceptions to the Jury Service Program. The County's decision will be final.

1.29 LOCAL SMALL BUSINESS ENTERPRISE PREFERENCE PROGRAM


The County will give Local SBE preference during the solicitation process to
businesses that meet the definition of a Local Small Business Enterprise (Local
SBE), consistent with Chapter 2.204.030C.1 of the Los Angeles County Code. A
Local SBE is defined as: 1) A business certified by the State of California as a
small business and 2) has had its principal office located in Los Angeles County
for at least one year. The business must be certified by the Office of Affirmative
Action Compliance as meeting the requirements set forth in 1 and 2 above prior
to requesting the Local SBE Preference in a solicitation.

To apply for certification as a Local SBE, businesses may register at the Office
of Affirmative Action Compliance's web-site at:

http://oaac.co.la.ca.us/contract/sbemain.html

Certified Local SBEs must request the SBE Preference in their solicitation
responses and may not request the preference unless the certification process
has been completed and certification affirmed. Businesses must attach the
Local SBE Certification Letter to the Required Form - Request for Local SBE
Preference Program Consideration and CBE Firm/Organization Information
Form, Form P-12 with their proposal. Sanctions and financial penalties may
apply to a business that knowingly, and with intent to defraud, seeks to obtain or
maintain certification as a certified Local SBE.

RFP, Urban Planning and Design Consulting Services


18
INTRODUCTION

Information about the State's small business enterprise certification regulations


is in the California Code of Regulations, Title 2, Subchapter 8, Section 1896 et
seq., and is also available on the California Department of General Services
Office of Small Business Certification and Resources Web site at
http://www.pd.dgs.ca.gov/smbus/default.

1.30 LOCAL SMALL BUSINESS ENTERPRISE (SBE) PROMPT PAYMENT


PROGRAM
It is the intent of the County that Certified Local SBEs receive prompt payment
for services they provide to County departments. Prompt payment is defined as
15 calendar days after receipt of an undisputed invoice.

1.31 NOTIFICATION TO COUNTY OF PENDING ACQUISITIONS/MERGERS BY


PROPOSING COMPANY
The Proposer shall notify the County of any pending acquisitions/mergers of
their company. This information shall be provided by the Proposer on Form P-2,
Proposer's Organization Questionnaire/Affidavit. Failure of the Proposer to
provide this information may eliminate its proposal from any further
consideration.

1.32 TRANSITIONAL JOB OPPORTUNITIES PREFERENCE PROGRAM


In evaluating proposals, the County will give preference to businesses that are
certified by the County as Transitional Job Opportunity vendors, consistent with
Chapter 2.205 of the Los Angeles County Code. A Certified Transitional Job
Opportunity vendor is, and has been such for three (3) years, an entity: 1) that is
a non-profit organization recognized as tax exempt pursuant to section 501 (c)
(3) of the Internal Revenue Services Code; set forth, under penalty of perjury,
such information as requested by the County on either electronic or hard copy
forms, along with their application form and three most recent annual tax returns
to the Department with their proposal response to the contracting solicitation for
which they are competing; 2) has been in operation for at least one year
providing transitional job and the related supportive services to program
participants; and 3) provide a profile of their program with a description of their

RFP, Urban Planning and Design Consulting Services


19
INTRODUCTION

program components designed to assist program participants, number of past


program participants, and any other information requested by a contracting
department.
Transitional Job Opportunities vendors must request the preference in their
solicitation response and may not receive the preference until their certification
has been affirmed by the applicable department. County must verify the
Transitional Job Opportunity vendor certification prior to applying the preference.
Sanctions and financial penalties may apply to a Proposer that knowingly and
with intent to defraud seeks to obtain or maintain certification as a Transitional
Job Opportunities vendor.
To request the Transitional Job Opportunities Preference, Proposer must
complete the Transitional Job Opportunities Preference Application - Form P-13
and submit it along with all supporting documentation with their proposal.

RFP, Urban Planning and Design Consulting Services


20
PROPOSAL SUBMISSION REQUIREMENTS

2.0 PROPOSAL SUBMISSION REQUIREMENTS


This section contains key dates and activities as well as instructions to
Proposers in how to prepare and submit their proposal.

2.1 COUNTY RESPONSIBILITY


The County is not responsible for representations made by any of its officers or
employees prior to the execution of the Contract unless such understanding or
representation is included in the Contract.

2.2 TRUTH AND ACCURACY OF REPRESENTATIONS


False, misleading, incomplete or deceptively unresponsive statements in
connection with a proposal shall be sufficient cause for rejection of the proposal.
The evaluation and determination in this area shall be at the Director's sole
judgment and his/her judgment shall be final.

2.3 DISQUALIFICATION FOR MUL TILPLE PROPOSALS OR COLLUSION

The existence of reasonable grounds for belief that the Proposer is interested in
more than one Proposal may cause the rejection of all such Proposals. If there
are reasonable grounds for believing that collusion exists among Proposers, -
their Proposals may be disqualified from consideration.

2.4 PROPOSALS IRREVOCABLE FOR 120 DAYS


All Proposals shall be firm and may not be revoked for a period of 120 days
following the final date for submission. The Proposal price must accurately
reflect the cost of performing the Contract work in accordance with the terms and
conditions of the Contract. However, the Director may, upon written request,
permit withdrawal of a Proposal at his discretion.

2.5 NONCONFORMING PROPOSALS


Submission of a Proposal shall constitute acknowledgment of, acceptance of and
willingness to comply with all of the terms, conditions and criteria contained in
this RFP. Nonconforming provisions in a Proposal shall be ineffective to

RFP, Urban Planning and Design Consulting Services 21


PROPOSAL SUBMISSION REQUIREMENTS

modify the terms of the RFP and shall not become part of any resulting Contract
unless they are expressly identified and assented to by the County in the written
Contract. Proposals which contain terms, conditions or limitations unacceptable
to the County may, at the sole discretion of the County, be rejected.

2.6 INADEQUATE, INCOMPLETE, NONRESPONSIVE OR LATE PROPOSALS

It is the Proposers responsibility to ensure that a correct and timely Proposal is


received by the County. Proposals determined by the County to be inadequate,
incomplete or non-responsive may, at the County's sole discretion, be rejected.
Proposals submitted after the required date and time shall be rejected and
returned to the sender unopened. Timely hand-delivered Proposals are
acceptable. No facsimile (fax) or electronic mail (e-mail) copies will be accepted.

2.7 PROPOSALS TO BE IN ENGLISH

All Proposals and documents shall be written in the English language.

2.8 RFP TIMETABLE


The timetable for this RFP is as follows:
• Release of RFP January 29, 2009
• Request for a Solicitation Requirements Review Due February 12, 2009
(10 business days after release of solicitation document)
• Written Questions Due February 12, 2009
• Proposers Conference February 12, 2009
• Questions and Answers Released February 17, 2009
Proposals Due by February 23, 2009, 12:00 p.m. Pacific Standard Time

2.9 SOLICITATION REQUIREMENTS REVIEW

A person or entity may seek a Solicitation Requirements Review by submitting


Attachment 0, Transmittal Form to Request a Solicitation Requirements Review
along with supporting documentation. A Solicitation Requirements Review shall
only be granted under the following circumstances:

RFP, Urban Planning and Design Consulting Services 22


PROPOSAL SUBMISSION REQUIREMENTS

• The request for a Solicitation Requirements Review is received by the


Department by February 12, 2009;
• The request for a Solicitation Requirements Review includes documentation,
which demonstrates the underlying ability of the person or entity to submit a
proposal;
• The request for a Solicitation Requirements Review itemizes in appropriate
detail, each matter contested and factual reasons for the requested review;
and
• The request for a Solicitation Requirements Review asserts either that:
• application of the minimum requirements, evaluation criteria and/or
business requirements unfairly disadvantage the Proposer; or,
• due to unclear instructions, the process may result in the County not
receiving the best possible responses from the Proposers.
The Solicitation Requirements Review shall be completed and the Department's
determination shall be provided to the Proposer, in writing, within a reasonable
time prior to the proposal due date.
All Requests for Review should be submitted to:
Los Angeles County Department of Beaches and Harbors
Administrative Services Division
Attn: Stefan Popescu, Contracts Manager
13837 Fiji Way
Marina del Rey, CA 90292

2.10 PROPOSERS' QUESTIONS


Proposers may submit written questions regarding this RFP by mail, fax or email to
the Contracts Analyst identified below. All questions must be received by
February 12, 2009. All questions, without identifying the submitting company, will
be compiled with the appropriate answers and issued as an addendum to the RFP.
When submitting questions please specify the RFP section number, paragraph
number, and page number and quote the passage that prompted the question.
This will ensure that the question can be quickly found in the RFP.

RFP, Urban Planning and Design Consulting Services 23


PROPOSAL SUBMISSION REQUIREMENTS

County reserves the right to group similar questions when providing answers. The
Department will be unable to respond to questions received after February 12,
2009.
Questions should be addressed to:
Los Angeles Department of Beaches and Harbors
Administrative Services Division - Attn: Nicolette Taylor, Contracts
Analyst
13837 Fiji Way
Marina del Rey, CA 90292
Fax: (310) 821-8155
Email: NTaylor@bh.lacounty.gov

2.11 PROPOSERS CONFERENCE


On February 12, 2009 at 10:00 a.m. a Proposers Conference will be held at the
Boathouse Meeting Room Boathouse Meeting Room, 13640 Mindanao Way,
Marina del Rey. Attendance is not mandatory. However, the meeting will be the
last opportunity to ask specific questions about the RFP.
All persons planning to submit a Proposal should read the RFP before attending
the meeting. Questions and answers from the meeting will be distributed to all
persons who obtained a copy of the RFP from the Department as well as those
present at the meeting. The County will not be able to respond to questions
raised after the meeting.

2.12 PROPOSAL DUE DATE

THE DEADLINE FOR RECEIPT OF PROPOSALS IS 12:00 P.M., February 23,


2009. Proposals must be received at the Department's Administrative
Headquarters by the deadline date and time. Postmarks will be disregarded.
Proposals are mailed at the Proposer's risk. One original and four copies, each
securely bound or stapled, must be delivered to the attention of:
Contracts Section, Nicolette Taylor
Urban Planning and Design Services RFP
Department of Beaches and Harbors

RFP, Urban Planning and Design Consulting Services 24


PROPOSAL SUBMISSION REQUIREMENTS

13837 Fiji Way, Marina del Rey, CA 90292

2.13 REQUIRED FORMAT AND CONTENT OF PROPOSAL

Proposals shall be developed according to the guidelines set forth in this Section.
The Proposals must be specific and complete in every detail. Failure of a
Proposal to conform to these requirements may result in its rejection.
The Proposal must include the following:

1. Offer to Perform
Complete and sign the Offer to Perform (Form P-1). Failure to submit hourly
rates on Form P-1 may be grounds for rejection of the Proposal. The hourly
rates shall provide full compensation to the Contractor(s) for services
required for the performance of the Contract(s). The Offer to Perform must:
(1) state whether the Proposer is an individual proprietor, partnership, joint
venture, corporation, limited liability company or other form of entity; (2)
identify persons authorized to accept service of legal process in
California; and (3) identify the name, title, address and telephone number
of each person who is authorized to bind the Proposer to performance of
the Contract work.
The Offer to Perform shall be signed as follows:
• If an individual or sole proprietor, by the individual owner.
• If a corporation, by two authorized officers. If a partnership, by an
authorized general partner.
• If a joint venture, by all joint venturers.
• If a limited liability company, by the managing member or other
person(s) specifically authorized by the operating agreement.
2. Proposer's Organization Questionnaire/Affidavit
The Proposer shall complete, sign and date the Proposer's Organization
Questionnaire/Affidavit (Form P-2). The person signing the form must
be authorized to sign on behalf of the Proposer and to bind the
applicant in a Contract.

RFP, Urban Planning and Design Consulting Services 25


PROPOSAL SUBMISSION REQUIREMENTS

3. Work Plan
Submit a work plan (Form P-3) consistent with the Contract work
describing:
• How the Proposer will perform the Contract work. A narrative
discussion of the Proposer's approach to various kinds of assignments
and County requirements;
• Proposer's ability and resources to provide the kinds of consulting
services described in Attachment B, Statement of Work;
• How the experience of Proposer's staff is specifically related to the
services described in Attachment B, Statement of Work;
• What level of staff the Proposer would assign to provide the various
kinds of services listed in Attachment B, Statement of Work;
• Proposer's ability to support the Department before the Board of
Supervisors, Small Craft Harbor Commission, Design Control Board,
Regional Planning Commission, California Coastal Commission, and
other bodies;
• Proposer's design approach and philosophy, including:
1. Benefits of approach to be taken
2. Value to be provided to the Department
3. Ability to produce high quality graphics for the Department
• Proposer's ability to furnish all necessary professional and technical
graphic design services, prepare preliminary design development
drawings, final construction and fabrication drawings, prepare bid
documents, scheduling and cost estimates and provide construction
management services;
• Proposer's quality control plan describing the Proposer's procedures for
ensuring compliance with the Contract terms and conditions and
identifying and preventing unsatisfactory performance of the Contract
work, including:
• A plan for reviewing the work of Proposer and Proposer's employees
and ensuring its accuracy and compliance with professional standards;

RFP, Urban Planning and Design Consulting Services 26


PROPOSAL SUBMISSION REQUIREMENTS

• A plan for ensuring that interim deadlines, if any, and delivery dates
are met;
• The methods for identifying and preventing unsatisfactory
performance of the Contract work; and
• Documentation methods of all monitoring results, including any
corrective action taken.
• Resumes of the firm principal(s), proposed Contractor's Representative
(as that position is defined in Attachment B, Statement of Work) and
other key individuals on Proposer's staff, stating their professional
training and specific related experience in the last five years
4. Quality Control Plan
Completed and signed Quality Control Plan (Form P-4). Failure to submit
or fully complete Form P-4 may be grounds for rejection of the Proposal.
5. Business and Financial Summary
Complete and sign Business and Financial Summary (Form P-5). False
statements may be cause for disqualification or debarment. The
submission of financial statements and client credit references shall
constitute permission by the Proposer for the Department to check, verify,
and have certified all information contained in such statements. The
following information must be attached:
• Identification of previous assignments which are similar in scope and
purpose to the urban planning and design consulting services that will
be required under the Contract. A summary description of the
experience your firm has had in the formulation of design packages and
in the provision of consulting services for major marinas as described
on Form P-3, No.5.
• Description of the organization's size and structure;
• Listing of references from at least five contracts currently being
performed or which have been completed in the last three years.
References from jobs most similar to the scope of the Contract work

RFP, Urban Planning and Design Consulting Services 27


PROPOSAL SUBMISSION REQUIREMENTS

will be given the most weight. Furnish the following information for
each reference:
• Date contract or service began and ended;
• Name, address and the telephone number of client;
• Description of services provided.
• Listing of a minimum of three (3) credit or financial references, giving
names, addresses and telephone numbers;
• Provision of a letter of commitment, binder or certificate of current
insurance coverage from an insurance company setting forth coverage
meeting the limits and other requirements of Attachment A, Sample
Contract, Section 2.24.
• Statement of whether the Proposer, any staff member, or
Subcontractor named in the Proposer's work plan has been the subject
of a disciplinary action by the California Architects Board, and briefly
state the nature of the complaint or violation and the results of the
disciplinary proceeding.
6. Proposer's EEO Certification
The Proposer shall complete and sign the Proposer's Certification (Form P-
6) and submit it as part of the Proposal. Failure to submit Form P-6 may be
grounds for disqualification.
7. Contractor Employee Jury Service Program Certification Form and
Application for Exception.
Proposer shall complete and sign the Contractor Employee Jury Service
Program Certification Form and Application for Exception (Form P-7).
Failure to submit or fully complete Form P-7 may be grounds for
disqualification.
8. Certification of No Conflict of Interest
Proposer shall complete and sign the Certification of No Conflict of Interest
form (Form P-8). Failure to submit or fully complete Form P-8 may be
grounds for disqualification.

RFP, Urban Planning and Design Consulting Services 28


PROPOSAL SUBMISSION REQUIREMENTS

9. Attestation of Willingness to Consider GAIN/GROW Participants


Proposer shall complete and sign the Attestation of Willingness to
Consider GAIN/GROW Participants Form (Form P-9). Failure to submit or
fully complete Form P-9 may be grounds for disqualification.
10. Familiarity with the County Lobbyist Ordinance Certification
Proposer shall complete and sign the Familiarity with the County Lobbyist
Ordinance Certification (Form P-10). Failure to submit or fully complete
Form P-10 may be grounds for disqualification.
11. Certification of Independent Price Determination & Acknowledgment
of RFP Restrictions
Proposer shall complete and sign Certification of Independent Price
Determination & Acknowledgment of RFP Restrictions (Form P-11).
Failure to submit or fully complete Form P-11 may be grounds for
disqualification.
12. Request for Local SBE Preference Program Consideration and CBE
Firm/Organization Information Form
The Proposer shall complete and sign Request for Local SBE Preference
Program Consideration and CBE Firm/Organization Information Form
(Form P-12). Failure to fully complete or submit Form P-12 may be
grounds for disqualification.
13. Transitional Job Opportunities Preference Application (if applicable)
Complete the Transitional Job Opportunities Preference Application and
provideall supportingdocuments.
14. Contractor's Administration
The Proposer shall complete Contractor's Administration, Form P-14 and
designate the Contract Representative, who shall be responsible for overall
management and coordination of Contract work and any authorized
officials of the contractor.

RFP, Urban Planning and Design Consulting Services 29


PROPOSAL SUBMISSION REQUIREMENTS

2.14 ADDITIONAL INFORMATION


Proposers may attach to their Proposals any information that would aid the
Evaluation Committee in making a recommendation. Additional information may
be requested by the Evaluation Committee to evaluate the Proposer's
qualifications to perform the Contract work.

2.15 PROPOSALS MUST FOLLOW REQUIRED FORMAT


Proposers must respond specifically to all elements of the RFP. The content and
sequence of Proposals must follow the "Required Format and Content of
Proposal" as outlined in Section 2.13. Failure of the Proposal to conform to
these requirements may, at the County's sole discretion, disqualify the Proposal
from consideration.

RFP, Urban Planning and Design Consulting Services 30


SELECTION PROCESS AND EVALUATION CRITERIA

3.0 SELECTION PROCESS

The County reserves the sole right to judge the contents of the Proposals
submitted pursuant to this RFP and to review, evaluate and select the successful
proposal(s). The selection process will begin with receipt of the proposal on
February 23, 2009.

3.1 ADHERENCE TO MINIMUM REQUIREMENTS (Pass/Fail)


Department shall review the Proposer's Organization Questionnaire/Affidavit,
Form P-2, and determine if Proposer meets the minimum requirements as
outlined in Minimum Mandatory Requirements section of this RFP. Failure of the
Proposer to comply with the minimum requirements may eliminate its proposal
from any further consideration. The County may elect to waive any informality in
a proposal if the sum and substance of the proposal is present.

3.2 EVALUATION COMMITTEE


Proposal evaluation will be made by an Evaluation Committee, which may
include representatives from the Department, representatives from other County
departments, public agencies and/or persons from the private sector. The
selection and composition of the Evaluation Committee shall be solely
determined by the Director. The Committee will use the criteria listed in the RFP
to evaluate the Proposals. At the County's discretion, additional information may
be requested from Proposers to clarify and explain Proposals.

3.3 ORAL PRESENTATION TO EVALUATION COMMITTEE


The Evaluation Committee may invite one or more Proposers to make an oral
presentation to the Committee or one or more of its members, the Director, or
the Departments staff as a further means of evaluating the Proposals.

3.4 ADDITIONAL INQUIRIES


The Evaluation Committee or any of its members may also question a Proposer
about the Proposer's experience, past performance, financial stability, ability to

RFP, Urban Planning and Design Consulting Services 31


SELECTION PROCESS AND EVALUATION CRITERIA

perform on schedule and any other matter that may reasonably relate to the
Proposer's qualifications to perform the Contract work. In the County's sole
discretion, the failure of a Proposer to promptly respond to any such inquiry may
be deemed grounds for rejection of the Proposal.

3.5 EVALUATION SCORING


The Evaluation Committee will rate Proposals on a point system, subject to the
County's right to disqualify incomplete and inadequate Proposals. Scoring will
be based on information received from the Proposers. The Evaluation
Committee will award the number of points it deems fair and appropriate within
the range of possible scores for each scoring category and will assign a
composite score to each qualifying Proposal based upon the following weighted
criteria:
Experience and organizational resources - 30 percent
Approach to Contract requirements - 30 percent
Proposal Price - 20 percent
Quality Control Plan - 10 percent
References - 10 percent

3.6 ITEMS CONSIDERED BY EVALUATORS


In determining how well Proposals meet these criteria, the Evaluation Committee
will consider the following items (but may also consider others):
1. Proposer's Experience and Organizational Resources
A maximum score of 300 points is possible for this category. Evaluators will
consider experience in performing government contracts; familiarity with
coastal engineering and development; familiarity with the Los Angeles Coast
and Marina del Rey; the range of skills and depth of experience of the
Proposer's principal(s) and staff; stability; ability to meet obligations; resources
to meet increased payroll, supply and other expenses required by the Contract;
and ability to fulfill a broad range of assignments based on:
• Recent experience in providing engineering and consulting services;

• Nature, size, scope, and outcome of past and current projects;

RFP, Urban Planning and Design Consulting Services 32


SELECTION PROCESS AND EVALUATION CRITERIA

• Client references and comments of County staff;

• Resumes of Proposer principal(s) and key employees;

• Staffing as described in Proposer's Work Plan;

• Financial statements; and

• Evidence of insurability

2. Approach to Contract Requirements


A maximum score of 300 points is possible for this category. The Proposer's
demonstrated understanding of the Contract work and proposed approach to
the various elements of the work, the Proposer's grasp of the County's and the
Department's unique requirements and the likelihood that the Proposer will
respond appropriately to the Department's assignments, based on the
Proposer's Work Plan (Form P-3).
3. Proposal Price
A maximum score of 200 points is possible for this category. The Proposer's
principal's hourly rates quoted on Form P-1 will be evaluated with the maximum
number of possible points awarded to the lowest cost proposal. All other
proposals will be compared to the lowest cost and points awarded accordingly.
However, should one or more of the Proposers request and be granted the
Local SSE Preference, the cost component points will be determined as
follows:
Local SSE Preference: Five percent (5%) of the lowest cost proposed will
be calculated, which shall not exceed $50,000, and that amount will be
deducted from the Cost submitted by all Local SSE Proposers who
requested and were granted the Local SSE Preference.
Transitional Job Opportunities Preference: Five percent (5%) of the
lowest cost proposed will be calculated and that amount will be deducted from
the Cost submitted by all Proposers who requested and were granted the
Transitional Job Opportunities Preference.

RFP, Urban Planning and Design Consulting Services 33


SELECTION PROCESS AND EVALUATION CRITERIA

4. Quality Control Plan


A maximum score of 100 points is possible for this category. Proposer's
process of managing internal controls and its response to the Department's
complaints or requests regarding work performance based on Proposer's
response to Form P-4.
5. References
A maximum score of 100 points is possible for this category. The references
listed on Form P-5 will be evaluated based on information provided and by
telephone contact.

3.7 NUMERICAL RANKING


The Proposals shall be ranked in numerical sequence based on their composite
scores in the evaluation process, and the Director, in his sole discretion shall
recommend one of the Proposals for acceptance by the County. The Director's
recommendation does not constitute award of the Contract, since only the Board
of Supervisors may award a Contract.

3.8 PROPOSER SELECTION


After a prospective Contractor has been selected, the County and the prospective
Contractor(s) will negotiate a Contract for submission to the Board of Supervisors
for its consideration and possible approval. If a satisfactory Contract cannot be
negotiated, the County may, at its sole discretion, begin contract negotiations with
next qualified Proposer who submitted a proposal, as determined by the County.
The recommendation to award a Contract will not bind the Board of Supervisors to
award a Contract to the prospective Contractor. The County retains the right to
select a Proposal other than the Proposal receiving the highest number of points if
County determines, in its sole discretion, another Proposal is the most
overall qualified, cost-effective, responsive, responsible and in the best interests
of the County.

RFP, Urban Planning and Design Consulting Services 34


SELECTION PROCESS AND EVALUATION CRITERIA

3.9 EXECUTION BY SELECTED PROPOSER(S)


The Contract shall be executed first by the Proposer(s) whose Proposal(s) is (are)
selected by the Director for recommended acceptance by the County. The
Proposer's failure to execute and return the Contract to the Director within five
days after its receipt, or such longer time as the Director may allow, shall be
deemed to be a refusal to enter the Contract, and the Director, in his sole
discretion, may either reject all other Proposals or recommend any other Proposal
for acceptance, based on his own evaluation or negotiation with the remaining
Proposers.

3.10 CONDITIONAL RECOMMENDATION BY DIRECTOR


The Director reserves his right to condition his recommendation of the selected
Proposal(s) on changes being made in the Proposal(s). If the Director elects to
negotiate such changes, the negotiations will be conducted with the Proposer(s)
whose Proposal(s) is (are) first selected. In the event an agreement is not reached
with the first selected Proposer(s), negotiations may be conducted with any other
Proposer the Director selects through his sole discretion.

3.11 SUPPLEMENTAL DOCUMENTS


Within fifteen days after acceptance of its Proposal by the Board of Supervisors, or
before the starting date of the Contract, whichever comes first, the selected
Proposer(s) shall provide the CA with satisfactory written proof of insurance
complying with Section 2.24 of the Attachment A, Sample Contract.

3.12 DISQUALIFICATION REVIEW


A proposal may be disqualified from consideration because the County
determined it was a non-responsive proposal at any time during the evaluation
process. If the County determines that a proposal is disqualified due to non-
responsiveness, the County shall notify the Proposer in writing. Upon receipt of
the written determination of non-responsiveness, the Proposer may submit a
written request for a Disqualification Review by the date specified. Requests for
a Disqualification Review not timely submitted will be denied. A Disqualification
Review shall only be granted under the following circumstances:

RFP, Urban Planning and Design Consulting Services 35


SELECTION PROCESS AND EVALUATION CRITERIA

A. The firm/person requesting a Disqualification Review is a Proposer;


B. The request for a Disqualification Review is submitted timely; and,
C. The request for a Disqualification Review asserts that the
department's determination of disqualification due to proposal non-
responsiveness was erroneous (e.g. factual errors, etc.) and provides
actual support on each ground asserted as well as copies of all
documents and other material that support the assertions.

The Disqualification Review shall be completed and the department's


determination shall be provided to the Proposer, in writing, prior to the conclusion
of the evaluation process.

3.13 DEPARTMENT'S PROPOSED CONTRACTOR SELECTION REVIEW

3.13.1 Departmental Debriefing Process

Upon completion of the evaluation, and prior to entering negotiations


with the selected Proposer, the Department shall notify the remaining
Proposers in writing that the Department is entering negotiations with
another Proposer. Upon receipt of the letter, the Proposer may request
a Debriefing within the time specified in the letter. A Debriefing will not
be provided unless the request is made within the timeframe specified.
The purpose of the Debriefing is to compare the Proposer's response to
the solicitation document with the evaluation document. The Proposer
shall be debriefed only on its response. Because the contract process
has not been completed, responses from other Proposers shall not be
discussed.

If the Proposer is not satisfied with the results of the debriefing, it may,
within five (5) business days of the debriefing, request a review on the
grounds and in the manner set forth below for review of the department's
recommendation for contract award.

3.13.2 Proposed Contractor Selection Review

The Proposer may submit a written request for a Proposed Contractor

RFP, Urban Planning and Design Consulting Services 36


SELECTION PROCESS AND EVALUATION CRITERIA

Selection Review if they assert that their proposal should have been
determined to be the highest-scored proposal because of one of the
following reasons:

A. The Department materially failed to follow procedures specified in


its solicitation document. This includes:
• Failure to correctly apply the standards for reviewing the
proposal format requirements.
• Failure to correctly apply the standards, and/or follow the
prescribed methods, for evaluating the proposals as specified in
the solicitation document.
• Use of evaluation criteria that were different from the evaluation
criteria disclosed in the solicitation document.
B. The Department made identifiable mathematical or other errors in
evaluating proposals, resulting in the Proposer receiving an
incorrect score and not being selected as the recommended
contractor.
C. A member of the Evaluation Committee demonstrated bias in the
conduct of the evaluation.
D. Another basis for review as provided by state or federal law.

Upon completing the Proposed Contractor Selection Review, the County


shall issue a written decision to the Proposer within a reasonable time
following receipt of the request for a Proposed Contractor Selection
Review, and always before the date the contract award recommendation
is to be heard by the Board. If the Proposer is not satisfied with the results
of the Proposed Contractor Selection Review, it may request a review on
the grounds and in the manner set forth below for a County Review Panel.
3.13.3 County Review Panel Process

If the Proposer is not in agreement with the results of the Department's


Proposed Contractor Selection Review, the Proposer may submit a
written request for a review by a County Review Panel.

RFP, Urban Planning and Design Consulting Services 37


SELECTION PROCESS AND EVALUATION CRITERIA

Upon completion of the Panel's Review, the Panel will forward its report to
the department, which will provide a copy to the Proposer.

RFP, Urban Planning and Design Consulting Services 38

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy