City of Los Angeles RFQ 2012

download City of Los Angeles RFQ 2012

of 27

Transcript of City of Los Angeles RFQ 2012

  • 7/30/2019 City of Los Angeles RFQ 2012

    1/27

  • 7/30/2019 City of Los Angeles RFQ 2012

    2/27

    1

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    1

    To all Potential Respondents:

    CITY OF LOS ANGELESDEPARTMENT OF PUBLIC WORKS

    BUREAU OF ENGINEERING

    REQUEST FOR QUALIFICATIONS (RFQ)PRE-QUALIFIED ON-CALL ARCHITECTURAL AND RELATEDPROFESSIONAL SERVICES

    CONSULTANTS LIST

    VARIOUS CITY OF LOS ANGELES PROJECTS

    Statements of Qualifications (SOQs) are requested from experienced consultants toprovide architectural and related professional consulting services on a pre-qualified on-call basis on various City of Los Angeles projects. SOQs must be submitted inaccordance with the requirements set forth in this document.

    Only written responses will be considered. Any materials submitted will become part ofthe response, and may be incorporated into any subsequent contract(s) between theCity and the selected consultant. An original and four (4) copies (total of five (5) sets) ofthe Cover Letter and the SOQ, plus an original and one (1) copy (total of two (2) sets),separately bound and clearly labeled, of the other materials listed in Section 9, and adigital copy of all aforementioned documents, preferably in Adobe Acrobat portabledocument format (.pdf), stored on a labeled Compact Disk-Read Only Memory (CD-ROM) must be received by 2:00 p.m. on Wednesday, February 13, 2013 andaddressed to:

    Mahmood Karimzadeh, A.I.A.

    Principal ArchitectDepartment of Public Works

    Bureau of Engineering, Architectural Division1149 S. Broadway, Suite 830Los Angeles, CA 90015-2213

    If you have technical questions, please submit them to Senior Architect Bill Lee viaemail at [email protected] or by mail to the address above. Thequestions, along with the answers, will be distributed by addendum to the RFQ. Anyquestions regarding mandated City Policies and Programs should be addressed to theCity agency responsible for administering them, as stated in the corresponding

    attachment.

    A pre-submittal meeting will be held on Monday, January 14, 2013 at 1:00 p.m. at theEdward R. Roybal Board of Public Works Session Room, Room 350 City Hall, 200 North Spring Street, Los Angeles, CA 90012. Prime respondents (proposers) arerequired to attend this meeting per Indicator No. 2 of the Business Inclusion Program(BIP) Outreach Requirements (refer to Attachment 6 for waiver of this requirement).Subconsultants interested in this program are strongly encouraged to attend thismeeting.

    mailto:[email protected]:[email protected]
  • 7/30/2019 City of Los Angeles RFQ 2012

    3/27

    2

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    2

    CITY OF LOS ANGELESDEPARTMENT OF PUBLIC WORKS

    BUREAU OF ENGINEERING

    REQUEST FOR QUALIFICATIONS (RFQ)

    PRE-QUALIFIED ON-CALL ARCHITECTURAL AND RELATEDPROFESSIONAL SERVICES CONSULTANTS LIST

    VARIOUS CITY OF LOS ANGELES PROJECTS

    1. INTRODUCTION

    The Architectural Division of the Bureau of Engineering, Department of Public Works,City of Los Angeles is requesting submittal of SOQs from consultants to providearchitectural and related professional services on a pre-qualified on-call basis onvarious projects. It is anticipated that a list of 10 to approximately 20 personal servicesconsulting contracts will be established for a term of five years. The Bureau isinterested in environmentally sensitive, innovative, well executed designs for Cityfacilities. The Bureau utilizes licensed architectural and related professional servicesconsultants to provide design and project management services. The SOQ shouldinclude landscape architects, civil, structural, mechanical and electrical engineers,archaeologists, historical preservationists, and Leadership in Energy and EnvironmentalDesign (LEED) certified professionals.

    On certain City projects, the Bureau of Engineering may utilize consultants to providearchitectural, related engineering, and other professional services, sometimes on anemergency basis, during the course of the contract. These services may include, butare not limited to facility master planning and programming, schematic and conceptualdesign, design development, construction documents, design services during project bidand award, design services during construction, interior space planning, adaptive reusestudies, as-built documentation, document filing and permitting, code research,computer assisted design and drafting (CADD), building information modeling (BIM),constructability reviews, sustainable architectural design and consulting, projectscheduling, project estimating, specification writing, rendering, model building,construction management, project management, and specialty consulting such aslandscape architecture, engineering design including civil, structural, mechanical, andelectrical engineering, archaeology/historical preservation, forensics, acoustical, audiovisual, fire/life safety, LEED documentation and commissioning, or other architecturaland related professional consulting services as needed or required.

    The utilization of the PQOC list may involve the architectural design and managementof municipal facilities projects, which may include building projects, such as recreationalcenters, cultural facilities, child care-senior multi-purpose citizen centers, building tenantimprovements, and neighborhood constituent service centers. Projects may includeparks, traffic islands, parkways and slopes in connection to public improvementprojects, riparian and watershed protection projects, and swimming pools. In addition,task orders may be issued for work involving maintenance facilities and yards,

  • 7/30/2019 City of Los Angeles RFQ 2012

    4/27

    3

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    3

    alternative fueling stations, parking structures, and various non-Federally fundedtransportation related projects. To provide potential respondents with backgroundinformation on municipal facilities projects, Attachment 14 contains summaries ofcompleted projects that utilized consultants from executed pre-qualified on-callcontracts.

    The issuing date for the RFQ is Wednesday, December 19, 2012. A pre-submittal

    meeting is scheduled for Monday, January 14, 2013 at 1:00 p.m. at the Edward R.Roybal Board of Public Works Session Room, Room 350 City Hall, 200 NorthSpring Street, Los Angeles, CA 90012. Prime respondents (proposers) are required toattend this meeting per Indicator No. 2 of the BIP Outreach Requirements (perAttachment 6). This requirement will be waived if the respondent both certifies inwriting that it is informed as to the BIP outreach requirements for this RFQ and hasparticipated in a City-sponsored or City approved matchmaking event in the prior 12months as is evidenced by the event attendance documents. Pre-submittal meetingwaiver letters should be addressed to:

    City of Los Angeles

    Bureau of Contract Administration, Office of Contract Compliance1149 S. Broadway, Suite 300Los Angeles, CA 90015

    Any questions pertaining to the waiver can also be addressed via telephone at (213)847-2684, fax at (213) 847-2777, or email: [email protected]

    Subconsultants interested in this program are strongly encouraged to attend thismeeting. The closing date for this RFQ is 2:00 p.m. on Wednesday, February 13,2013. Responses may be submitted prior to the due date.

    A panel from the Bureau of Engineering will evaluate the written responses to this RFQto establish a list of pre-qualified on-call architectural and related professional servicesconsultants. Work will be assigned when projects are identified. Proposals will berequested from the Pre-Qualified On-Call Architectural and Related ProfessionalServices Consultants List as detailed in Section 7. Work will be assigned to the selectedconsultant whose proposal represents the best overall value to the City for the individualprojects.

    2. COST OF CONSULTING CONTRACTS

    It is anticipated that Project Task Orders to be issued under this contract will average

    approximately $100,000 per task and may range from $10,000 to over $1,000,000.Qualified consultants must be able to perform the scope of work associated with designand construction projects where construction costs may range between $250,000 to$25,000,000 or higher in some cases.

    3. FINANCIAL RESPONSIBILITY

    The City shall not be responsible in any manner for the costs associated with thesubmission of your SOQ. The SOQ documentation and attachments shall become the

  • 7/30/2019 City of Los Angeles RFQ 2012

    5/27

    4

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    4

    property of the City upon receipt by the City. The City shall have the right to copy,reproduce, publicize or dispose of each SOQ in any way the City elects.

    4. RIGHTS OF NEGOTIATION, REVISION, WITHDRAWAL, AND REJECTION

    The City will negotiate a contract with each firm selected for the Pre-Qualified On-CallList. The City reserves the right to revise the RFQ, withdraw the RFQ, to reject any

    response for non-compliance with the RFQ provisions, or not to award a contract at anytime because of unforeseen circumstances or if it is determined to be in the best interestof the City. If the RFQ is revised, written revisions to the RFQ will be made available toall potential respondents who received the RFQ.

    5. ACCEPTANCE OF TERMS AND CONDITIONS

    Submission of the SOQ shall constitute acknowledgement of acceptance of all termsand conditions hereinafter set forth in this RFQ unless otherwise expressly statedherein. All SOQs must be submitted in writing and must include all required documentsincluding forms, appendices, and other specifications.

    6. SCOPE OF WORK

    The proposed scope of work required for pre-qualified on-call architectural and relatedprofessionalconsulting services will include, but not be limited to the following. ActualTask Orders will include some or all of these activities:

    Facility Master Planning Architectural Programming and Needs Assessment Schematic Designing Design Development

    Construction Documents Community Meetings and Presentations Presentations to Oversight Boards and Council Offices Design Services During Construction Interior Space Planning Adaptive Reuse Planning and Design As-Built Documentation Document Filing and Permitting Code Research Zoning Variances, Building Variances, and Conditional Use Permits Computer Assisted Design and Drafting (CADD)

    Building Information Modeling (BIM) Constructability Reviews Project Scheduling Project Estimating Grant writing to secure funding for municipal facilities projects Specification Writing Sustainable Architectural Design (See information below on LEED) Resource Efficient Design and Construction Design Policy Development Rendering and Model Building

  • 7/30/2019 City of Los Angeles RFQ 2012

    6/27

    5

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    5

    Value Engineering Analysis (through independent third-party) Landscape Architecture Design Services (See below for more information) Engineering Design Support, including Civil, Structural, Mechanical, and

    Electrical Engineering Construction Management Project Management Archaeology/Historical Preservation

    Forensics Acoustical / Audio Visual Systems Design Security Systems and Fire/Life Safety Design Low Impact Development Green Building Code Compliance Swimming Pool Design and Construction Management Project Construction Management activities may include:

    Conduct pre-construction meetings and weekly job site meetings, andmaintain logs of meeting minutes.

    Monitor construction costs and schedules and provide early indicationsof cost and schedule trends. Recommend corrective action and

    identify the cost and schedule impact of changes to the scope of work. Monitor and review status of shop drawings and the shop drawing log,

    as well as the status of RFIs and the RFI log. Manage changes in the work due to unforeseen conditions, and scope

    or design revisions. Issue change orders, and prepare Board Reportsto process change orders that exceed $100,000.

    Minimize construction contractor claims against the City through recordkeeping and prompt response to requests for information.

    Monitor progress of the work and track progress payments to assurecontractors are paid promptly.

    Close out completed projects in a timely manner, and process all

    outstanding change orders, claims, or other issues so that the finalacceptance by the Board of Public Works or Citys project awardauthority can be completed.

    Coordinate guaranty and warranty items between the City and theContractor. Obtain as-built drawings, manuals, warranties, andCertificate of Occupancy for the building from the contractor.

    Use of architectural industry standard computer software, compatible withCity standards, including AutoDesk AutoCad and Revit, Microsoft OfficeSuite, and Adobe Creative Suite.

    United States Green Building Council LEED Documentation andCommissioning including but not limited to:

    LEED Prerequisite Commissioning Design Phase Document the Design Intent and Basis of Design State the Commissioning Requirements Create a Commissioning Plan Construction-Phase Commissioning Plan Construction Phase Verify installation, function, performance, training and documentation Installation Inspections Start-up and check out all items listed in the contract documents

  • 7/30/2019 City of Los Angeles RFQ 2012

    7/27

    6

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    6

    Functional testing Training Final Documentation Commissioning Report Systems to be commissioned HVAC & Refrigeration Systems Energy Management Control Systems Lighting Systems & Lighting Controls

    Emergency Power and UPS Systems Electrical Systems Domestic water & hot water systems Additional Commissioning Credit design review, construction

    document review, focused review of submittals Re-commissioning manual

    Landscape architectural services including, but not limited to the following:

    Prepare master plans, landscape architectural design plans and constructiondocuments for City Parks & municipal facilities including all required research,

    graphics, and associated reports. Projects may include parks, recreation centers,traffic islands, parkways and slopes in connection with public improvement projects,riparian and watershed protection, and swimming pools (landscaping portion) andfountains.

    Prepare conceptual plans and models. Schematics will be prepared consistent withthe approved conceptual plan.

    Prepare construction documents conforming to Bureau of Engineering standardsincluding specifications, bid documents and details in CADD; conforming to buildingcodes.

    Prepare cost estimates for grants and for bidding purposes. Prepare any information required to obtain City, County, State or Federal permits to

    begin construction. Complete preparation of working drawings, computations and specifications, in

    accordance with approved plans and specifications. Participate in all necessary consultations and conferences with and make all

    necessary appearances before City officers, employees and representatives of CityBoards, other City Departments, County, State, Federal and other agencies having

    jurisdiction over the projects. Community involvement and participation in the design of City parks and municipal

    facilities are encouraged. Therefore, the consultants shall participate at communitymeetings which are held to provide input to the projects, review schematic,preliminary, and final plans, and to make public presentations.

    Participate in construction administration including responding to Requests forInformation (RFIs), reviewing show drawings, answering field questions, andattending meetings.

    Coordinate related professional design services, including civil, structural,mechanical, and electrical engineering.

    Resolve issues pertaining to site archaeology and historical preservation. Prepare site maintenance plans/schedules for arborists, gardeners, and other

    maintenance staff. Prepare as-built drawings.

  • 7/30/2019 City of Los Angeles RFQ 2012

    8/27

    7

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    7

    Landscape architectural consultants need to have current California LandscapeArchitect license and be proficient in the following areas: Sustainable landscape architecture and energy efficient landscaping Specifications and bid documents Planting and irrigation including stormwater best management practices (BMPs) Water conservation and use of native plants Tree protection measures Grading and drainage including stormwater BMPs Construction practices and how they relate to the trade Construction details Erosion control BMPs Qualified Storm Water Pollution Prevention Plan (SWPPP) Developers (QSDs)

    and Qualified SWPPP Practitioners (QSPs) Americans with Disabilities Act (ADA) Permit process California Environmental Quality Act (CEQA) process and landscape mitigation

    measures

    United States Green Building Council LEED as applicable Irrigation design Playground design Skate park design Synthetic turf Athletic field and game court design Golf course design Swimming pool (landscaping portion) and/or fountain design Riparian and watershed protection projects Parking lot design Streetscapes Building landscaping Green roofs

    Other consulting services as needed or required

    Once the PQOC list is established, for each Task Order Solicitation released, the primeconsultant will be asked to indicate which services would be provided directly by theprime consultant, and to identify the subconsultants, if any, and the subconsultantsMinority Business Enterprise, Women Business Enterprise, Small Business Enterprise,Emerging Business Enterprise, Disabled Veteran Business Enterprise, or OtherBusiness Enterprise (MBE/WBE/SBE/EBE/DVBE/OBE) status (Attachment 6,Schedule B). The subconsultants listed on Schedule B should be obtained from the

    potential subconsultants listed on Schedule A, Attachment 6. The City Engineer may,at his or her discretion, request consultants to complete an entire project, a portion orphase of a project, or multiple tasks within a project.

    The Public Affairs Office (PAO) shall assist the project manager with supervising allpublic outreach aspects of the contract. It will be the responsibility of the publicoutreach consultant and any public outreach subconsultant(s) to coordinate with thePAO on all public outreach activities, which are defined as any activity or activitiesand/or communication or communications involving contact with the public. These

  • 7/30/2019 City of Los Angeles RFQ 2012

    9/27

    8

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    8

    activities may include, but are not limited to, communicating and coordinating withcommunity groups; arranging community meetings and public hearings; mediaoutreach, including the preparation and placement of paid announcements; andpreparing printed literature for public dissemination.

    7. ASSIGNMENT OF WORK

    Initially, the selected consultants will be listed in a random order. Assignment of TaskOrders under this contract will be done in one of the following methods:

    For larger projects with sufficient lead time, it is anticipated that proposals may berequested from the entire list as set forth in 7A below. Larger projects areconsidered to be task orders that exceed $100,000.

    Where schedules are tighter and/or for moderately sized projects, it is anticipatedthat proposals may be requested from the top three consultants on the list as setforth in 7B below. Moderately sized projects are considered to be task orders in therange of $25,000 to $100,000.

    It is anticipated that for smaller projects that are general in nature the City maychoose to utilize the consultant name on the top of the list as set forth in 7C below.Smaller projects are considered to be task orders that are less than $25,000.

    In certain circumstances, it may be necessary to assign a sole source task order to aconsultant on the pre-qualified on-call list. A sole source proposal may be solicitedfrom the pre-qualified on-call consultant only after requesting approval by the CityEngineer and the Board of Public Works.

    The first three methods are further detailed as follows:

    7A. A Task Order Solicitation will be prepared by the City and all consultants on the listwill be asked to submit proposals on an upcoming project. For each desired TaskOrder, the project will be awarded to the pre-qualified on-call list proposer whoseproposal represents the best overall value to the City for the requested work. Theselected proposer will be moved to the bottom of the list for the purpose of subsequentwork assignments.

    Once an agreement is reached, the City will issue a Notice to Proceed. No work isauthorized until the City issues the Notice to Proceed to the selected firm. Noguarantee of work is given or implied to any of the consultants on the list. A consultant

    may reject any offer of work, however, three such rejections during the term of thecontract, including failures to respond to Task Order Solicitations, may be cause forremoval from the list.

    7B. For each desired Task Order, a Task Order Solicitation will be prepared by the Cityandthe top three firms on the list will be invited to propose. The project will be awardedto the pre-qualified on-call list proposer whose proposal represents the best overallvalue to the City for the requested work. The selected proposer will be moved to thebottom of the list for the purpose of subsequent work assignments.

  • 7/30/2019 City of Los Angeles RFQ 2012

    10/27

    9

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    9

    Once an agreement is reached, the City will issue a Notice to Proceed. No work isauthorized until the City issues the Notice to Proceed to the selected firm. Noguarantee of work is given or implied to any of the consultants on the list. A consultantmay reject any offer of work, however, three such rejections during the term of thecontract, including failures to respond to Task Order Solicitations, may be cause forremoval from the list.

    7C. In the event of a need for services, a Project Task Order will be issued by the Cityto the first ranked firm on the list. Negotiations will follow on the terms for the project,specifically on the scope of work, deliverables, schedule, and costs. If an agreementcannot be reached with the first firm, the City reserves the right to negotiate with thenext firm on the list and so on until an agreement is reached. The successful consultantwill then be rotated to the bottom of the list for the purpose of subsequent workassignments.

    Once an agreement is reached, the City will issue a Notice to Proceed. No work isauthorized until the City issues the Notice to Proceed to the selected firm. No

    guarantee of work is given or implied to any of the consultants on the list. A consultantmay reject any offer of work, however, three such rejections during the term of thecontract, including failures to respond to Project Task Orders, may be cause for removalfrom the list.

    8. CONSULTANT SELECTION PROCEDURE

    SOQs will be initially reviewed by a panel from the Bureau of Engineering. Thefollowing criteria will be used in evaluating the respondents SOQ to determine whichrespondents are deemed most qualified for the successful performance of the type ofwork included for each project. Respondents submitting the highest-rated SOQs may

    be called for an oral interview to further assess their qualifications. If the consultant hascomplied with other City requirements, a contract will be negotiated with eachsuccessful respondent and placed on the pre-qualified on-call list. For specific taskorders, proposals will be solicited from the consultants on the list pursuant to the termsof Section 7.

    Consultants will not be allowed to make any changes to their SOQs between the time ofsubmittal and the time a decision is made by the City on which firms are short listed forinterviews. If a consultant has been short listed, the consultant may revise its SOQONLY if the City is notified in writing. The notification must be received by the City atleast 10 days prior to the interviews. The notification must clearly state the reasons for

    and the specifics of the changes.

    Selection/Evaluation Criteria

    A) Firms Architectural Practice Qualifications, Design Excellence, and PriorAchievements - 30 points

    This includes the firms architectural practice as demonstrated by their qualifications,design excellence, prior experience, approach to work, utilization of information

  • 7/30/2019 City of Los Angeles RFQ 2012

    11/27

    10

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    10

    technology, and familiarity with architectural design and project managementservices pertaining to the RFQs Scope of Work.

    B) Qualifications and Prior Achievements of the Related ProfessionalDisciplines - 20 points

    This includes the qualifications, prior experience, and approach to work of the

    related professional disciplines, particularly the engineering (structural, mechanical,and electrical) and landscape architectural disciplines, as they pertain to the RFQsScope of Work section.

    C) Professional Qualifications and Prior Experience of Key Personnel of PrimeConsultant and Major Subconsultants - 20 points

    This includes the prior experience, qualifications, and licensure of key personnel inthe prime consultants office, and in the offices of the major subconsultants. The keypersonnel criterion is focused on the qualifications of the leading team members.

    D) Record of Past Performance - 20 points

    This includes customer satisfaction, quality of work, completion of work on time andwithin budget, change order history, and management history. Information provided willbe verified by reference checks.

    E) Sustainable Design Achievements - 10 points

    This includes experience with resource efficient design and construction, includingprior experience using the United States Green Building Councils LEED ratingsystem, the States California Green Building Standards Code (CALGreen),experience and/or familiarity with the City of Los Angeles LA Green Building Code,

    the Citys Low Impact Development ordinance, and other sustainable designpractices.

    9. CHECKLIST OF SOQ REQUIREMENTS

    Respondents shall submit an original and four (4) copies (total of five (5) sets) of theirCover Letter and SOQ (not to exceed 50 single sided pages). An original and one (1)copy (total of two (2) sets) of all other required documents (exclusive of the 50 pageSOQ limit), bound separately and clearly labeled, are to be submitted at the same timeas the SOQ submittal. In addition, a digital copy of all aforementioned documents,preferably in Adobe Acrobat portable document format (.pdf), stored on a labeled

    Compact Disk-Read Only Memory (CD-ROM), shall also be submitted.

    Cover Letter

    Respondents shall submit a cover letter that includes the name and address of the firm;the firms Business Tax Registration Certificate (BTRC) number associated with thefirms name as spelled in the cover letter (Refer to Attachment 2); the names, titles andtelephone numbers and email addresses of the person(s) who will be authorized to

  • 7/30/2019 City of Los Angeles RFQ 2012

    12/27

    11

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    11

    represent the respondent; and the name of the project coordinator for the duration of thecontract.

    Statement of Qualifications

    The SOQ should be no more than 50 single sided pages and should emphasize thefollowing:

    I. Include a narrative and information on the breadth, depth, and design excellence ofthe prime proposer and major subconsultants as demonstrated by their professionalbackground, prior experience, and familiarity with design and project managementservices for the types of projects as described in the RFQs Scope of Work section.

    This includes the firm(s) business methodologies as pertaining to project managementand coordination throughout the project delivery process, including the pre-designphase, design phase, project bid and award phase, construction phase, and post-construction phase.

    This also includes approaches to analyses and studies and utilization of design andproject management software applications and related technologies, including buildinginformation modeling (BIM).

    The firms qualifications and prior achievements may be supported by peer recognitionthrough industry awards, trade publication articles, academic citations, etc.

    Describe at least three of the firm(s) sample project work, with an emphasis on workwithin the last ten years in the public sector as related to this RFQs Scope of Worksection, and should include the following information in order to assess qualifications forEvaluation Criteria A and B (Section 8):

    Project title and location. Client agency, contact person, and telephone number. The City reserves

    the right to contact the clients listed at any time. A brief description of the project goals and the scope of each project. What the firm was directly responsible for completing and what was done

    by the collaborating professionals and/or subconsultants. The names of responsible professionals in the firm who worked on the

    projects and their roles. Especially note the work of project architect(s) ofrecord who will be responsible for City projects.

    If applicable, the actual or projected cost of construction and the cost per

    square foot for the base building (excluding landscaping, and furniture,fixtures and equipment). Project duration. Include a description of unusual and distinctive elements of the project. Where applicable, SOQ may include graphics of floor plans, elevations,

    sections, site plans and other diagrams to support narrative of sample ofpast work (included as part of the SOQ 50 page limit).

    Photographs of completed work.

  • 7/30/2019 City of Los Angeles RFQ 2012

    13/27

    12

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    12

    Include an indication of how projects addressed energy, waterconservation, environmental design, low-impact development, andresource efficiency concerns.

    Sample project work may be included for proposed subconsultants that were notinvolved in the prime consultants sample work listed above.

    It is likely that the staffing requirements will vary from project to project over the durationof the contract. Describe the firms approach, capability, and flexibility to adjust tovarying staffing requirements as the Citys needs and policies vary from one project tothe next.

    II. A team member organization chart and resumes of key personnel in order to assessqualifications for Evaluation Criterion C (Section 8) as categorized below must also beprovided, accompanied by a listing of the work he/she will perform; years of professionalpractice; academic credentials; professional and/or requisite licensing, and/orcertification documents as are required to perform the duties as detailed in the Scope ofWork section.

    The list of key personnel is to be categorized as:

    Executives/Principals Licensed Professionals Architects Landscape Architects Civil Engineers Structural Engineers Mechanical Engineers Electrical Engineers Cost Estimating and Value Engineering BIM Consulting LEED and Sustainable Design

    Other Design/Technical Professionals (as described in Scope of Work) Administrative/Accounting/Support Staff

    III. The SOQ shall include an assessment of change order management and control inorder to assess qualifications for Evaluation Criterion D (Section 8). For at least three ofthe sample projects listed in the SOQ, include a table of statistical information on projectchange orders including the following columns:

    a) Project Title;b) Total Number of Change Orders;c) Total Project Change Order Dollar Amount;d) Percentage of Change Order Costs to total Project Construction Costs;e) Breakdown of Number of Change Orders categorized as Designer

    Errors/Omissions, Unforeseen Conditions, or Owners Change of Scope;f) Client Contact Name (person knowledgeable of the change order history);g) Client Contact Phone Number.

  • 7/30/2019 City of Los Angeles RFQ 2012

    14/27

    13

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    13

    The SOQ may include a narrative to provide background and context for the changeorders listed in the table. For example, for a change order involving designererrors/omissions, a narrative may include problem resolutions, lessons learned,managerial controls applied to prevent/reduce risks of future change orders, etc.

    IV. The SOQ shall include a description and information on the firms sustainable designachievements and the firms understanding of contemporary codes and ordinances

    related to sustainable design in order to assess qualifications for Evaluation Criterion E(Section 8).

    The SOQ must include a statement that the SOQ is genuine, and not a sham orcollusive, nor made in the interest or on behalf of any person not herein named, andthat the respondent has not directly or indirectly induced or solicited any otherrespondent to put in a sham SOQ, or any other person, firm or corporation to refrainfrom responding, and that the respondent has not in any manner sought by collusion tosecure for itself an advantage over any other respondent. If selected, the consultant isprepared to provide all of the services described in the Scope of Work for each projectfor which a proposal is submitted.

    Compensation for Consultant services will be based on a Cost Reimbursement or LumpSum method. Individual Task Orders will state the type of compensation method. Forthe Cost Reimbursement method, Consultants can either be reimbursed on a BillingSalary Rate, with added Consultant Office or City Office overhead and 10% profit, or onan Hourly Billing Rate. The Consultant Office overhead rate will be the actualConsultants overhead rate, but not to exceed a maximum of 180% for Consultantpersonnel located in the Consultants office. The City Office overhead rate, forConsultant personnel on assignment at one of the Citys offices for a period exceedingone month, will be the Consultants actual overhead rate, but not to exceed a maximumof 155%. The Hourly Billing Rate includes the Consultants overhead and profit. For

    each of the categories named above, Hourly Billing Rates for Consultant personnel tobe used on projects will be requested at the time of contract negotiations.

    The City reserves the right to negotiate final Hourly Billing Rates, Billing Salary Rates,and all overhead rates. The City will require the following documentation to support thestated overhead rates at the time of contract negotiation:

    1. Prime Consultant Field and Home Office Overhead Ratesa. Federally or State audited overhead rates including backup documentation

    ORb. Overhead rates calculated and signed by the firms Certified Public

    Accountant (CPA) including backup documentation ORc. Firms internal calculation of overhead rates signed by the Principal of thefirm which are auditable and defensible in the event of an audit.

    2. Field and Home Office Overhead Rates for Major Subconsultant(s) listed in yourSOQ

    a. Federally or State audited overhead rates including backup documentationOR

    b. Overhead rates calculated and signed by the firms Certified PublicAccountant (CPA) including backup documentation OR

  • 7/30/2019 City of Los Angeles RFQ 2012

    15/27

    14

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    14

    c. Firms internal calculation of overhead rates signed by the Principal of thefirm which are auditable and defensible in the event of an audit.

    This overhead information is not required to be submitted as part of your SOQ, but willbe required if your firm is selected for negotiations.

    CHECKLIST

    DOCUMENT DESCRIPTION

    Cover Letter Include the name and address of the firm; thefirms BTRC number (Refer to Attachment 2);the names, titles and telephone numbers of theperson(s) who will be authorized to represent threspondent; and the name of the projectcoordinator for the duration of the contract.

    Statement of Qualifications

    Responsibility Questionnaire(Service Version)

    (See Attachment 1)

    Includes information on the following:Organizational structure of the firmOwnership and name changes Financial Resources and Responsibility Performance HistoryDisputesCompliance with Laws Business Integrity

    Non-Discrimination, EqualEmployment Practices, AffirmativeAction

    Non-Discrimination/Equal Employment PracticesProvisions and Affirmative Action Plan uploadedto BAVN

    Equal Benefits Ordinance Equal Benefits Ordinance Compliance Affidav

    uploaded to BAVN Child Support Obligations

    (See Attachment 4)Certificate of Compliance to Child Support

    Americans with Disabilities Act(See Attachment 5)

    Certificate of Compliance to ADA

    Business Inclusion ProgramRequirements(See Attachment 6)

    Schedule A List of PotentialMBE/WBE/SBE/EBE/DVBE/OBE Subconsultant

    Slavery Disclosure Ordinance Slavery Disclosure Ordinance Affidavit uploadedto BAVN

    Los Angeles Residence Information

    Form (See Attachment 10)

    Percentage of Workforce residing in the City of

    Los Angeles Bidder Certification CEC Form 50

    and Bidder Contributions CEC Form55 (See Attachment 12)

    Compliance with Disclosure Requirements andProhibitions Established in the Los AngelesMunicipal Lobbying Ordinance and Limitations oCampaign Contributions

    10. PRE-SUBMITTAL MEETING

  • 7/30/2019 City of Los Angeles RFQ 2012

    16/27

    15

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    15

    A pre-submittal meeting will be held on Monday, January 14, 2013 at 1:00 p.m. at theEdward R. Roybal Board of Public Works Session Room, Room 350 City Hall, 200 North Spring Street, Los Angeles, CA 90012 to clarify the contents of this RFQ and todiscuss the needs of the Bureau of Engineering. City staff will be available to answerquestions, clarify RFQ requirements, and further explain the Department of PublicWorks BIP outreach requirements, and other mandated City policies and programs.

    Prime respondents (proposers) are required to attend this meeting per Indicator No. 2 ofthe BIP Outreach Requirements (per Attachment 6). This requirement will be waived ifthe respondent both certifies in writing that it is informed as to the BIP outreachrequirements for this RFQ and has participated in a City-sponsored or City approvedmatchmaking event in the prior 12 months as is evidenced by the event attendancedocuments. Pre-submittal meeting waiver letters should be addressed to:

    City of Los AngelesBureau of Contract Administration, Office of Contract Compliance1149 S. Broadway, Suite 300Los Angeles, CA 90015

    Any questions pertaining to the waiver can also be addressed via telephone at (213)847-2684, fax at (213) 847-2777, or email: [email protected]

    All subconsultants interested in this program are strongly encouraged to attend thismeeting. It is expected that consultants attending the pre-submittal meeting will havereviewed the RFQ, along with the attachments. Refer to the BIP requirements,Attachment 6, Indicator No. 2 for additional information.

    To maximize the effectiveness of the meeting, the Bureau of Engineering requests that,to the extent possible, respondents submit technical questions to Senior Architect Bill

    Lee via email at [email protected] or by mail (Department of PublicWorks, Bureau of Engineering, Architectural Division, 1149 S. Broadway, Suite 830 LosAngeles, CA 90015-2213) due by Thursday, January 10, 2013 at 5:00 p.m. This willenable BOE staff to prepare responses in advance. Additional questions will beaccepted at the pre-submittal meeting; however, responses may be deferred andprovided as addenda to the RFQ at a later date.

    11. SUBCONSULTANTS

    The consultant may enter into subcontracts with others for the performance of anyportion of the resultant contract. Potential subconsulting opportunities have been listed

    in Attachment 8. The list of subconsulting opportunities is intended to be used forinformational purposes only.

    The requirements of this RFQ and any resultant contract shall apply to allsubconsultants in the same manner as to the consultant. In particular, the City will notpay, even indirectly, the fees and expenses of subconsultants that do not conform to theprovisions and documentation requirements of the resultant contract. Potentialsubconsultants do not need to submit any City compliance nor certification forms at thetime the SOQs are due.

    mailto:[email protected]:[email protected]
  • 7/30/2019 City of Los Angeles RFQ 2012

    17/27

    16

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    16

    General and administrative fees for the management of subconsultants will be limited to5% of the actual charges billed by the subconsultants.

    12. CITY CONTRACTUAL REQUIREMENTS

    The City of Los Angeles has certain policies and requirements that may affect thecontracts awarded from this RFQ. Refer to Attachment 9 for a sample of the City of

    Los Angeles Personal Services Contract. Therefore, all prospective consulting firmsare advised of the following:

    Contractor Responsibility Ordinance (CRO)

    The contract will only be awarded to a responsive, responsible consultant. Allbusinesses or individuals seeking to contract with the City of Los Angeles are requiredto demonstrate that they possess the quality, fitness, and capacity to perform the workset forth in the contract under the terms of the criteria listed in the Los AngelesContractor Responsibility Ordinance (Article 14, Chapter 1, Section 10 of the LosAngeles Administrative Code). Respondents are required to complete all sections of

    the Responsibility Questionnaire. Submit the Questionnaire with the SOQ. Failure toreturn the completed document may result in the respondent being deemed non-responsive. When the contract is awarded, the consultant and its subconsultants will berequired to sign a Pledge of Compliance with the Contractor Responsibility Ordinance.Submitting firms with questions on the Contractor Responsibility Ordinance shouldcontact the Bureau of Contract Administration, Special Research & InvestigationSection at (213) 847-2445. (Attachment 1)

    Business Tax Registration Certificate (BTRC)

    The City of Los Angeles requires that all firms doing business within the City of

    Los Angeles pay City business taxes. Each firm or individual paying the business taxreceives a BTRC number.

    The respondents must represent that they have, or will obtain upon award, aBusiness Tax Registration Certificate (BTRC) required per the Los Angeles CitysBusiness Tax Ordinance (Article 1, Chapter 2, Section 21.00 and following, of the LosAngeles Municipal Code). The consultant shall maintain, or obtain as necessary, allsuch certificates required of it under said Ordinance and shall not allow any suchcertificate to be revoked or suspended. To find out more about the BTRC, please referto Attachment 2, or contact the Office of Finance, Tax and Permit Division, Main Office,(213) 473-5901.

    Nondiscrimination, Equal Employment Practices and Affirmative ActionProgram

    Proposers are advised that any contract awarded pursuant to this procurementprocess shall be subject to the applicable provisions of Los Angeles AdministrativeCode Section 10.8.2., Non-discrimination Clause.

    Non-construction services to or for the City for which the consideration is $1,000or more shall comply with the provisions of Los Angeles Administrative Code Section

  • 7/30/2019 City of Los Angeles RFQ 2012

    18/27

    17

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    17

    10.8.3., Equal Employment Practices Provisions. All Proposers shall complete andupload the Non-Discrimination/Equal Employment Practices Certification (two (2)pages) available on the City of Los Angeles Business Assistance Virtual Network(BAVN) residing at www.labavn.org at the time it registers on BAVN but no later thanthe time when an individual Proposal is submitted. However, Proposers withCertifications previously uploaded to BAVN within the last year do not need to re-submitthe document.

    Non-construction services to or for the City for which the consideration is$100,000 or more shall comply with the provisions of Los Angeles Administrative CodeSection 10.8.4., Affirmative Action Program Provisions. All Proposers shall completeand upload the City of Los Angeles Affirmative Action Plan (two (2) pages) available onthe City of Los Angeles BAVN residing at www.labavn.org at the time it registers onBAVN but no later than the time when an individual Proposal is submitted. Proposersopting to submit their own Affirmative Action Plan may do so by uploading theirAffirmative Action Plan onto the Citys BAVN. Proposers with Affirmative Action Planspreviously uploaded to BAVN within the last year do not need to re-submit the document.

    Furthermore, subject subconsultants shall be required to submit the Non-Discrimination/Equal Employment Practices Certification and Affirmative Action Plan tothe successful Proposer prior to commencing work on the contract. The subconsultantsNon-Discrimination/Equal Employment Practices Certification(s) and Affirmative ActionPlan(s) shall be retained by the successful Proposer and shall be made available to theOCC upon request.

    Both the Non-Discrimination/Equal Employment Practices Certification and theCity of Los Angeles Affirmative Action Plan Affidavit shall be effective for a period oftwelve (12) months from the date it is first uploaded onto the Citys BAVN.

    Proposers seeking additional information regarding the requirements of the CitysNon-Discrimination Clause, Equal Employment Practices and Affirmative ActionProgram may visit the Bureau of Contract Administrations web site athttp://bca.lacity.org.

    Insurance Requirements

    The selected consultants will be required to obtain insurance coverage in thefollowing types and amounts as specified by the City Administrative Officers RiskManager and the Board of Public Works prior to award of a task order under thiscontract:

    General Liability $ 1,000,000 per occurrenceProfessional Liability $ 1,000,000 per occurrenceWorkers Compensation/

    Employers Liability insurance $ 1,000,000 per occurrenceAutomobile Liability Insurance $ 1,000,000per occurrence

    Insurance requirements, including actual levels of insurance coverage for eachrequired type of insurance may be adjusted for each task order. Additional coverage

    http://www.labavn.org/http://www.labavn.org/http://bca.lacity.org/http://bca.lacity.org/http://www.labavn.org/http://www.labavn.org/
  • 7/30/2019 City of Los Angeles RFQ 2012

    19/27

    18

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    18

    may be required on specific task orders. At the time a task order is issued and prior tothe commencement of work, proof of insurance must be submitted to the Board ofPublic Works for approval by the City Administrative Officers Risk Manager.

    Documents in Attachment 3 are included for the potential respondentsinformation. No insurance documents need to be submitted with the SOQ.

    Equal Benefits Ordinance

    Proposers are advised that any contract awarded pursuant to this procurementprocess shall be subject to the applicable provisions of Los Angeles AdministrativeCode Section 10.8.2.1, Equal Benefits Ordinance (EBO).

    All Proposers shall complete and upload the Equal Benefits Ordinance Affidavit(two (2) pages) available on the City of Los Angeles Business Assistance VirtualNetwork (BAVN) residing at www.labavn.org prior to award of a City contract the valueof which exceeds $5,000. The Equal Benefits Ordinance Affidavit shall be effective fora period of twelve months from the date it is first uploaded onto the Citys BAVN.

    Proposers do not need to submit supporting documentation with their bids or proposals.However, the City may request supporting documentation to verify that the benefits areprovided equally as specified on the Equal Benefits Ordinance Affidavit.

    Proposers seeking additional information regarding the requirements of the EqualBenefits Ordinance may visit the Bureau of Contract Administrations web site athttp://bca.lacity.org.

    Child Support Obligations Ordinance

    On February 13, 1991, the Child Support Obligations Ordinance became

    effective. The ordinance requires all current and future consultants and subconsultantsperforming work for the City to comply with all State and Federal reporting requirementsrelative to legally mandated child support obligations. All future contracts will containlanguage obligating the consultant and any subconsultants to fulfill those requirements.In addition, the consultant must complete the Certification of Compliance with ChildSupport Obligations form (Attachment 4) and submit it with the SOQ.

    Americans with Disabilities Act

    Consultants performing work for the City are required to be in compliance withthe Americans with Disabilities Act (42 U.S.C. Section 12101 et seq.), and must submit

    a Certification Regarding Compliance with the Americans with Disabilities Act with theirSOQ. (Attachment 5)

    Business Inclusion Program (BIP) Requirements

    It is the policy of the City to provide Minority Business Enterprise (MBE), WomenBusiness Enterprise (WBE), Small Business Enterprise (SBE), Emerging BusinessEnterprise (EBE), Disabled Veteran Business Enterprise (DVBE), and all OtherBusiness Enterprise (OBE) concerns an equal opportunity to participate in theperformance of all City contracts. Proposers will assist the City in implementing this

    http://www.labavn.org/http://bca.lacity.org/http://bca.lacity.org/http://www.labavn.org/
  • 7/30/2019 City of Los Angeles RFQ 2012

    20/27

    19

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    19

    policy by taking all reasonable steps to ensure that all available business enterprises;including MBEs, WBEs, SBEs, EBEs, DVBEs, and OBEs, have an equal opportunity tocompete for, and participate in, City contracts. Equal opportunity will be determined bythe Proposers BIP outreach documentation, as described in Attachment 6 BusinessInclusion Program Requirements of this RFQ. Participation by MBEs, WBEs, SBEs,EBEs, DVBEs, and OBEs may be in the form of subconsulting. Proposers must refer toAttachment 6 Business Inclusion Program Requirements of this RFQ for additional

    information and instructions. BIP outreach must be performed using the BusinessAssistance Virtual Network (BAVN) at www.labavn.org. A proposers failure to utilizeand complete their BIP outreach as described in Attachment 6 may result in theirproposal being deemed non-responsive.

    For the purpose of this RFQ, the City has set anticipated participation levels of18% MBE, 4% WBE, 25% SBE, 8% EBE, and 3% DVBE for Project Task Orders basedupon the potential scopes of work, which may be subconsulted. For specialized tasks,the limited nature of the work sometimes makes the use of subconsultants moredifficult; however, consultants are still encouraged to utilize MBE/WBE/SBE/EBE/DVBEsubconsultants where feasible.

    Respondents to this RFQ must submit Schedule A, List of PotentialMBE/WBE/SBE/EBE/DVBE/OBE Subconsultants, at the same time when submittingtheir SOQs. Also, respondents to this RFQ will have until 4:30 P.M. on the firstcalendar day following the day of the RFQ response submittal deadline (Wednesday,February 13, 2013) to complete the BAVN-generated Summary Sheet with responsesfrom all subconsultants. Refer to Attachment 6, Indicator No. 6 for a more detaileddescription of the required documentation.

    After the Pre-Qualified On-Call Architectural and Related Professional ServicesConsultants List is established, consultants will be asked to submit Task Order

    proposals in accordance with Section 7 of this RFQ. Prior to submitting a proposal forany specific Task Order, the consultant is pledging to solicit and utilize proposals onlyfrom the appropriate subconsultant firms listed on their Schedule A.

    Submitting firms with questions on or requiring assistance with the BIPrequirements should contact the BCA, Subcontractor Outreach and EnforcementSection at [email protected].

    Service Contractor Worker Retention Ordinance &Living Wage Ordinance

    Unless approved for an exemption, consultants under contracts primarily for the

    furnishing of services to or for the City and that involve an expenditure in excess of$25,000 and a contract term of at least three (3) months, lessees and licensees of Cityproperty, and certain recipients of City financial assistance, shall comply with theprovisions of Los Angeles Administrative Code Sections 10.37 et seq., Living WageOrdinance (LWO) and 10.36 et seq., Service Contractor Worker Retention Ordinance(SCWRO). Proposers shall refer to Attachment 7, Service Contractor WorkerRetention Ordinance and Living Wage Ordinance, for further information regarding therequirements of the Ordinances.

    http://www.labavn.org/mailto:[email protected]:[email protected]://www.labavn.org/
  • 7/30/2019 City of Los Angeles RFQ 2012

    21/27

    20

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    20

    Proposers who believe that they meet the qualifications for one of theexemptions described in the LWO List of Statutory Exemptions shall apply forexemption from the Ordinance by submitting with their proposal the Bidder/ContractorApplication for Non-Coverage or Exemption (Form OCC/LW-10), the Non-Profit/One-Person Contractor Certification of Exemption (Form OCC/LW-13), or the SmallBusiness Exemption Application (Form OCC/LW-26A0). These exemption forms areavailable on the Bureau of Contract Administration website at

    http://bca.lacity.org/index.cfm. The List of Statutory Exemptions is included in theAttachment 7.

    Contractor Evaluation Ordinance

    At the end of the contract, the City will conduct an evaluation of the Consultantsperformance. The City may also conduct evaluations of the Consultants performanceduring the term of the contract. As required by Section 10.39.2 of the Los AngelesAdministrative Code, evaluations will be based on a number of criteria, including thequality of the work product or service performed, the timeliness of performance,financial issues, and the expertise of personnel that the Consultant assigns to the

    contract. A Consultant who receives a Marginal or Unsatisfactory rating will beprovided with a copy of the final City evaluation and allowed 14 calendar days torespond. The City will use the final City evaluation, and any response from theConsultant, to evaluate proposals and to conduct reference checks when awardingother personal services contracts.

    Discount Terms

    Consultants and contractors performing work for the City must agree to offer theCity any discount terms that are offered to its best customers for the goods and servicesto be provided herein, and apply such discounts to payments made under this contract

    which meet the discount terms.

    Slavery Disclosure Ordinance (SDO)

    Unless otherwise exempt, in accordance with the provisions of the SlaveryDisclosure Ordinance; any contract awarded pursuant to this RFQ will be subject to theSlavery Disclosure Ordinance, Section 10.41 of the Los Angeles Administrative Code.

    All Proposers shall complete and upload the Slavery Disclosure OrdinanceAffidavit (one (1) page) available on the City of Los Angeles Business AssistanceVirtual Network (BAVN) residing at www.labavn.org prior to award of a City contract.

    Proposers seeking additional information regarding the requirements of theSlavery Disclosure Ordinance may visit the Bureau of Contract Administrations web siteat http://bca.lacity.org.

    Los Angeles Residence Information

    The City Council, in consideration of the importance of preserving and enhancingthe economic base and well being of the City, encourages businesses to locate or

    http://bca.lacity.org/index.cfmhttp://www.labavn.org/http://bca.lacity.org/http://bca.lacity.org/http://www.labavn.org/http://bca.lacity.org/index.cfm
  • 7/30/2019 City of Los Angeles RFQ 2012

    22/27

    21

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    21

    remain within the City of Los Angeles. This is important because of the jobs businessesgenerate and for the business taxes they remit. The City Council, on January 7, 1992,adopted a motion that requires proposers to state their headquarter address as well asthe percentage of their workforce residing in the City of Los Angeles. All potentialrespondents are required to complete the Los Angeles Residence Information form andsubmit the form with their SOQ. (Attachment 10)

    Non-Collusion

    After the List of Pre-Qualified On-Call Consultants is established, Task OrderSolicitations will be issued. Consultants will be asked to submit a proposal on theproject. Respondents will be required to complete and return the Non-Collusion Affidavitwith their proposal. Attachment 11 is the Non-Collusion Affidavit and is only required tobe submitted when responding to a Task Order Solicitation.

    Bidder Ethics

    Any bidder for a contract, as those terms are defined under the Contractor

    Responsibility Program provided for in Los Angeles Administrative Code Section10.40.1, shall submit with its bid a certification, CEC Form 50, proscribed by the CityEthics Commission, that the bidder acknowledges and agrees to comply with thedisclosure requirements and prohibitions established in the Los Angeles MunicipalLobbying Ordinance if the bidder qualifies as a lobbying entity under the Ordinance.The exemptions contained in Los Angeles Administrative Code Section 10.40.4 shallnot apply to this subsection. Each City department shall include a copy of the MunicipalLobbying Ordinance in each invitation for bids, request for proposals, request forqualifications or other solicitation related to entering into a contract with the City.(Attachment 12)

    Persons who submit a response to this solicitation are subject to Charter Section470(c)(12) and related ordinances. As a result, bidders may not make campaigncontributions to and or engage in fundraising for certain elected City officials orcandidates for elected City office from the time they submit the response until either thecontract is approved or, for successful bidders, 12 months after the contract is signed.The bidder's principals and subcontractors performing $100,000 or more in work on thecontract, as well as the principals of those subcontractors, are also subject to the samelimitations on campaign contributions and fundraising.

    Bidders must submit CEC Form 55 (provided in Attachment 12) to the awardingauthority at the same time the response is submitted. The form requires bidders to

    identify their principals, their subcontractors performing $100,000 or more in work on thecontract, and the principals of those subcontractors. Bidders must also notify theirprincipals and subcontractors in writing of the restrictions and include the notice incontracts with subcontractors. Responses submitted without a completed CEC Form 55shall be deemed nonresponsive. Bidders who fail to comply with City law may besubject to penalties, termination of contract, and debarment. Additional informationregarding these restrictions and requirements may be obtained from the City EthicsCommission at (213) 978-1960 orethics.lacity.org.

    First Source Hiring Ordinance

    http://ethics.lacity.org/http://ethics.lacity.org/
  • 7/30/2019 City of Los Angeles RFQ 2012

    23/27

    22

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    22

    Unless approved for an exemption, consultants under contracts primarily for the

    furnishing of services to or for the City, the value of which is in excess of $25,000 and acontract term of at least three (3) months, and certain recipients of City Loans or Grants,shall comply with the provisions of Los Angeles Administrative Code Sections 10.44 etseq., First Source Hiring Ordinance (FSHO). Proposers may refer to the First SourceHiring Ordinance for further information regarding the requirements of the Ordinance.

    All Proposers shall complete and upload the First Source Hiring OrdinanceAffidavit (one(1) page) available on the City of Los Angeles Business Assistance VirtualNetwork (BAVN) at www.labavn.org prior to award of a City contract. The First SourceHiring Ordinance Affidavit shall be valid for a period of twelve months from the date it isfirst uploaded onto the Citys BAVN.

    Proposers seeking additional information regarding the requirements of the FirstSource Hiring Ordinance may visit the Bureau of Contract Administrations web site athttp://bca.lacity.org.

    Local Business Preference Program (LBPP)

    The City is committed to maximizing opportunities for local businesses, as wellas encouraging local businesses to locate and operate in Los Angeles County (County).It is the policy of the City to prevent unemployment, encourage an increase in local jobs,and create high road economic development. Qualifying firms who participate in theLBPP by qualifying as a local business may receive 8% of the total possible evaluationpoints added to their evaluation score. The preference allowed by the Ordinance for theutilization of local subconsultants will not be applied to the evaluation process for theseon-call contracts because actual subconsultant utilization cannot be pledged until afterthe contracts have been executed and task orders are assigned for specific work.

    The City is entitled to determine at anytime before the award of a contract that itis not in the Citys best interest to apply the LBPP. Further information regarding theLBPP is provided as Attachment 13.

    13. REQUEST FOR QUALIFICATIONS (RFQ) SCHEDULE

    This schedule indicates estimated dates for the RFQ process. The City reserves theright to adjust this schedule when appropriate.

    DATE EVENT

    Wednesday, December 19, 2012 Release RFQ to potential respondentsMonday, January 14, 2013 Pre-submittal meetingTuesday, January 22, 2013 Issue addendum in response to pre-submittal

    meeting, if applicableWednesday, February 13, 2013 Statements of Qualifications due by 2:00 p.m.Thursday, February 14, 2013 Business Inclusion Program Outreach Summary

    Sheet on BAVN due by 4:30 p.m.Friday, February 15, 2013 Begin SOQ evaluationsMarch 2013 Conduct interviews/presentations (if necessary)

    http://www.labavn.org/http://bca.lacity.org/http://bca.lacity.org/http://www.labavn.org/
  • 7/30/2019 City of Los Angeles RFQ 2012

    24/27

    23

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    23

    April 2013 Begin negotiations with selected consultantsMay 2013 Board of Public Works approves contractsJune 2013 Mayor/Board of Public Works executes contracts

    14. WHERE TO SUBMIT RESPONSES

    To respond to this RFQ, an original, plus four (4) copies (total of five (5) sets) of the

    Cover Letter and SOQ, plus an original and one (1) copy (total of two (2) sets),separately bound and clearly labeled, of the other materials listed in Section 9, and adigital copy of the aforementioned documents formatted on one (1) read-only compactdisc, must be received by 2:00 p.m. on Wednesday, February 13, 2013. Faxes willnot be accepted. Respondents should send or deliver their submittals to:

    Mahmood Karimzadeh, A.I.A.Principal Architect

    Department of Public WorksBureau of Engineering, Architectural Division

    1149 S. Broadway, Suite 830

    Los Angeles, CA 90015-2213

    Please be aware that the Public Works Building at 1149 S. Broadway is a securedbuilding located at downtown Los Angeles, known for its heavy vehicular traffic. Inorder for the SOQ documents to be hand delivered to the Architectural Divisions Suite830, couriers must first obtain a visitors badge from the buildings 1st Floor Securitystaff. Therefore, sufficient time must be planned in advanced in order for packages tobe hand delivered to recipients stationed on the buildings Suite 830 by the 2:00 P.M.deadline.

    15. PROPOSAL PROTEST PROCEDURES

    These procedures provide a method for resolving, prior to award, protestsregarding the award of personal service contracts by and through the Citys Board ofPublic Works. These procedures are for the benefit of the City and are not intended toestablish an administrative requirement that must be exhausted by the protestingconsultant prior to pursuing any legal remedy that may be available. For this reason, noconsultant shall have any right to due process, should the City fail to follow theseprocedures, for any reason within its discretion. However, failure by a consultant tofollow the protest procedures as discussed below will create the presumption that anysubsequent legal action in a court of competent jurisdiction is of no merit. Theseprocedures will enable the Board of Public Works to ascertain all of the facts necessary

    to make an informed decision regarding the award of the contract.

    a. A protest relative to a particular Request for Proposal/Request forQualifications (RFP/RFQ) must be submitted in detail and in writing andbe postmarked within 14 calendar days after the receipt of proposal orstatement of qualification by the City. The day of the proposal or statementof qualification receipt shall be considered as day one.

  • 7/30/2019 City of Los Angeles RFQ 2012

    25/27

    24

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    24

    b. All protests must be addressed to: Ms. Arleen P. Taylor, ExecutiveOfficer, Board of Public Works, 200 N. Spring St., Room 355, LosAngeles, CA 90012.

    c. Advance copies of protests will be accepted if sent via fax within theprotest period to the Executive Officer, Board of Public Works at (213)978-0278 and provided approval is received prior to sending the fax, by

    calling the Executive Officer at (213) 978-0250.

    d. Prime consultants are requested to advise their potential subconsultantsof this protest period policy. Furthermore, protests against a primeconsultant by a subconsultant with a direct financial interest that could beadversely affected by the determination of the protest may be consideredby the Board of Public Works beyond the protest period.

    e. The Board of Public Works will only consider protests against anyconsultant who appears to have a substantial and reasonable prospect ofreceiving a contract if the protest is sustained.

    f. The Board of Public Works may consider protests from consultantsconcerning contract compliance matters beyond the protest period. Theseprotests will receive due consideration if the consultant submits the protestin a timely period and such protest affects a consultant who appears tohave a substantial and reasonable prospect of being selected if the protestis accepted.

    g. Protests meeting the above criteria will be analyzed and reported upon ina written report to the Board of Public Works. Protesting parties will benotified of the time and date that the written report will be discussed in a

    public session of the Board of Public Works. Protesting parties will begiven the opportunity to present their arguments at the public session.

    16. LIST OF ATTACHMENTS

    Attachment 1: Contractor Responsibility Ordinance PackageAttachment 2: BTRC Notice and Application FormAttachment 3: Insurance Requirements PackageAttachment 4: Child Support Information and Certificate of ComplianceAttachment 5: Certification of Compliance with the Americans with Disabilities ActAttachment 6: Business Inclusion Program Outreach Requirements

    Attachment 7: Service Contractor Worker Retention Ordinance/Living Wage OrdinancePackageAttachment 8: List of Potential Subconsulting OpportunitiesAttachment 9: Sample City of Los Angeles Personal Services ContractAttachment 10: Los Angeles Residence InformationAttachment 11: Non-Collusion AffidavitAttachment 12: Bidder EthicsAttachment 13: Local Business Preference ProgramAttachment 14: Summaries of Completed Projects that Utilized Consultants from

    Executed Pre-Qualified On-Call Contracts.

  • 7/30/2019 City of Los Angeles RFQ 2012

    26/27

    25

    STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12

    Printed 12/19/12

    25

    The potential respondent should contact the following people for questions regardingthis RFQ, required submittals, or the various City Policies and Procedures that arereferenced in the RFQ and Attachments.

    RFQ General and Technical Questions

    If you have technical questions, please submit them to Senior Architect Bill Lee viaemail at [email protected] or by mail (Department of Public Works,Bureau of Engineering, Architectural Division, 1149 S. Broadway, Suite 830 LosAngeles, CA 90015-2213).

    Policies and Procedures

    Contractor Responsibility OrdinanceBureau of Contract AdministrationSpecial Research & Investigation Section ..................................... (213) 847-2445

    Business TaxOffice of Finance, Tax and Permit Division.................................. (213) 473-5901

    Child Support ObligationsComm. on Children, Youth & Families......................................... (213) 744-9047

    Business Inclusion ProgramLocal Business Preference Program

    Bureau of Contract AdministrationSubcontractor Outreach and Enforcement Section ......... [email protected]

    Equal Benefits OrdinanceFirst Source Hiring OrdinanceNon-Discrimination, Equal Employment and Affirmative Action StatementsService Contractor Worker Retention Ordinance and Living Wage OrdinanceSlavery Disclosure Ordinance

    Bureau of Contract AdministrationEqual Employment Opportunities Enforcement Section ...... [email protected]

    Bidder EthicsCity Ethics Commission............................................................... (213) 978-1960

  • 7/30/2019 City of Los Angeles RFQ 2012

    27/27

    RESPONDENT SHALL COMPLETE, SIGN, AND RETURN THIS CHECKLIST WITHTHE STATEMENT OF QUALIFICATIONS AND COVER LETTER

    CITY OF LOS ANGELES

    POLICY COMPLIANCE CERTIFICATION

    Include in

    Response

    Upload

    on BAVN

    Responsibility Questionnaire (Attachment 1)

    Non-Discrimination / Equal Employment Practices Provisionsand Affirmative Action Plan (on BAVN)

    Equal Benefits Ordinance Compliance Affidavit (on BAVN)

    Certificate of Compliance to Child Support Obligations

    (Attachment 4)Certificate of Compliance with Americans with Disabilities Act(Attachment 5)

    Business Inclusion Program Schedule A (Attachment 6)

    Slavery Disclosure Ordinance Affidavit (on BAVN)

    Los Angeles Residence Information (Attachment 10)

    Bidder Certification CEC Form 50 and Bidder ContributionsCEC Form 55 (Attachment 12)

    Consultant Firm Name Date

    Signed Title

    Typed Name Telephone Number

    NOTE: Failure to submit all the information requested may render your submittal non-responsive.