You are on page 1of 27

To all Potential Respondents:

CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) PRE-QUALIFIED ON-CALL ARCHITECTURAL AND RELATED PROFESSIONAL SERVICES CONSULTANTS LIST VARIOUS CITY OF LOS ANGELES PROJECTS
Statements of Qualifications (SOQs) are requested from experienced consultants to provide architectural and related professional consulting services on a pre-qualified oncall basis on various City of Los Angeles projects. SOQs must be submitted in accordance with the requirements set forth in this document. Only written responses will be considered. Any materials submitted will become part of the response, and may be incorporated into any subsequent contract(s) between the City and the selected consultant. An original and four (4) copies (total of five (5) sets) of the 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 a digital copy of all aforementioned documents, preferably in Adobe Acrobat portable document format (.pdf), stored on a labeled Compact Disk-Read Only Memory (CDROM) must be received by 2:00 p.m. on Wednesday, February 13, 2013 and addressed to: Mahmood Karimzadeh, A.I.A. Principal Architect Department of Public Works Bureau of Engineering, Architectural Division 1149 S. Broadway, Suite 830 Los Angeles, CA 90015-2213 If you have technical questions, please submit them to Senior Architect Bill Lee via email at ENG_ARCH_RFQ2012@lacity.org or by mail to the address above. The questions, along with the answers, will be distributed by addendum to the RFQ. Any questions regarding mandated City Policies and Programs should be addressed to the City 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 the Edward R. Roybal Board of Public Works Session Room, Room 350 City Hall, 200 North Spring Street, Los Angeles, CA 90012. Prime respondents (proposers) are required 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 this meeting.
1
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

CITY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS BUREAU OF ENGINEERING REQUEST FOR QUALIFICATIONS (RFQ) PRE-QUALIFIED ON-CALL ARCHITECTURAL AND RELATED PROFESSIONAL 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 provide architectural and related professional services on a pre-qualified on-call basis on various projects. It is anticipated that a list of 10 to approximately 20 personal services consulting contracts will be established for a term of five years. The Bureau is interested in environmentally sensitive, innovative, well executed designs for City facilities. The Bureau utilizes licensed architectural and related professional services consultants to provide design and project management services. The SOQ should include landscape architects, civil, structural, mechanical and electrical engineers, archaeologists, historical preservationists, and Leadership in Energy and Environmental Design (LEED) certified professionals. On certain City projects, the Bureau of Engineering may utilize consultants to provide architectural, related engineering, and other professional services, sometimes on an emergency basis, during the course of the contract. These services may include, but are not limited to facility master planning and programming, schematic and conceptual design, design development, construction documents, design services during project bid and award, design services during construction, interior space planning, adaptive reuse studies, 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, project scheduling, project estimating, specification writing, rendering, model building, construction management, project management, and specialty consulting such as landscape architecture, engineering design including civil, structural, mechanical, and electrical engineering, archaeology/historical preservation, forensics, acoustical, audio visual, fire/life safety, LEED documentation and commissioning, or other architectural and related professional consulting services as needed or required. The utilization of the PQOC list may involve the architectural design and management of municipal facilities projects, which may include building projects, such as recreational centers, cultural facilities, child care-senior multi-purpose citizen centers, building tenant improvements, and neighborhood constituent service centers. Projects may include parks, traffic islands, parkways and slopes in connection to public improvement projects, riparian and watershed protection projects, and swimming pools. In addition, task orders may be issued for work involving maintenance facilities and yards,
2
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

alternative fueling stations, parking structures, and various non-Federally funded transportation related projects. To provide potential respondents with background information on municipal facilities projects, Attachment 14 contains summaries of completed projects that utilized consultants from executed pre-qualified on-call contracts. 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 North Spring Street, Los Angeles, CA 90012. Prime respondents (proposers) are required to attend this meeting per Indicator No. 2 of the BIP Outreach Requirements (per Attachment 6). This requirement will be waived if the respondent both certifies in writing that it is informed as to the BIP outreach requirements for this RFQ and has participated in a City-sponsored or City approved matchmaking event in the prior 12 months as is evidenced by the event attendance documents. Pre-submittal meeting waiver letters should be addressed to: City of Los Angeles Bureau of Contract Administration, Office of Contract Compliance 1149 S. Broadway, Suite 300 Los 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: bca.biphelp@lacity.org Subconsultants interested in this program are strongly encouraged to attend this meeting. 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 RFQ to establish a list of pre-qualified on-call architectural and related professional services consultants. Work will be assigned when projects are identified. Proposals will be requested from the Pre-Qualified On-Call Architectural and Related Professional Services Consultants List as detailed in Section 7. Work will be assigned to the selected consultant whose proposal represents the best overall value to the City for the individual projects. 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 design and 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 the submission of your SOQ. The SOQ documentation and attachments shall become the
3
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

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-Call List. 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 any time because of unforeseen circumstances or if it is determined to be in the best interest of the City. If the RFQ is revised, written revisions to the RFQ will be made available to all potential respondents who received the RFQ. 5. ACCEPTANCE OF TERMS AND CONDITIONS

Submission of the SOQ shall constitute acknowledgement of acceptance of all terms and conditions hereinafter set forth in this RFQ unless otherwise expressly stated herein. All SOQs must be submitted in writing and must include all required documents including forms, appendices, and other specifications. 6. SCOPE OF WORK

The proposed scope of work required for pre-qualified on-call architectural and related professional consulting services will include, but not be limited to the following. Actual Task 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
4
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

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, and maintain logs of meeting minutes. Monitor construction costs and schedules and provide early indications of 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 Reports to process change orders that exceed $100,000. Minimize construction contractor claims against the City through record keeping and prompt response to requests for information. Monitor progress of the work and track progress payments to assure contractors are paid promptly. Close out completed projects in a timely manner, and process all outstanding change orders, claims, or other issues so that the final acceptance by the Board of Public Works or Citys project award authority can be completed. Coordinate guaranty and warranty items between the City and the Contractor. Obtain as-built drawings, manuals, warranties, and Certificate of Occupancy for the building from the contractor. Use of architectural industry standard computer software, compatible with City standards, including AutoDesk AutoCad and Revit, Microsoft Office Suite, and Adobe Creative Suite. United States Green Building Council LEED Documentation and Commissioning 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
5
Revised 07Mar12 Printed 12/19/12

STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST

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 construction documents 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) and fountains. Prepare conceptual plans and models. Schematics will be prepared consistent with the approved conceptual plan. Prepare construction documents conforming to Bureau of Engineering standards including specifications, bid documents and details in CADD; conforming to building codes. 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 City Boards, 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 community meetings 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 for Information (RFIs), reviewing show drawings, answering field questions, and attending 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.
6
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

Landscape architectural consultants need to have current California Landscape Architect 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 prime consultant will be asked to indicate which services would be provided directly by the prime consultant, and to identify the subconsultants, if any, and the subconsultants Minority Business Enterprise, Women Business Enterprise, Small Business Enterprise, Emerging Business Enterprise, Disabled Veteran Business Enterprise, or Other Business 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 or phase of a project, or multiple tasks within a project. The Public Affairs Office (PAO) shall assist the project manager with supervising all public outreach aspects of the contract. It will be the responsibility of the public outreach consultant and any public outreach subconsultant(s) to coordinate with the PAO on all public outreach activities, which are defined as any activity or activities and/or communication or communications involving contact with the public. These
7
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

activities may include, but are not limited to, communicating and coordinating with community groups; arranging community meetings and public hearings; media outreach, including the preparation and placement of paid announcements; and preparing printed literature for public dissemination. 7. ASSIGNMENT OF WORK

Initially, the selected consultants will be listed in a random order. Assignment of Task Orders 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 be requested from the entire list as set forth in 7A below. Larger projects are considered to be task orders that exceed $100,000. Where schedules are tighter and/or for moderately sized projects, it is anticipated that proposals may be requested from the top three consultants on the list as set forth in 7B below. Moderately sized projects are considered to be task orders in the range of $25,000 to $100,000. It is anticipated that for smaller projects that are general in nature the City may choose 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 a consultant on the pre-qualified on-call list. A sole source proposal may be solicited from the pre-qualified on-call consultant only after requesting approval by the City Engineer 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 list will be asked to submit proposals on an upcoming project. For each desired Task Order, the project will be awarded to the pre-qualified on-call list proposer whose proposal represents the best overall value to the City for the requested work. The selected proposer will be moved to the bottom of the list for the purpose of subsequent work assignments. Once an agreement is reached, the City will issue a Notice to Proceed. No work is authorized 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 consultant may reject any offer of work, however, three such rejections during the term of the contract, including failures to respond to Task Order Solicitations, may be cause for removal from the list. 7B. For each desired Task Order, a Task Order Solicitation will be prepared by the City and the top three firms on the list will be invited to propose. The project will be awarded to the pre-qualified on-call list proposer whose proposal represents the best overall value to the City for the requested work. The selected proposer will be moved to the bottom of the list for the purpose of subsequent work assignments.
8
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

Once an agreement is reached, the City will issue a Notice to Proceed. No work is authorized 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 consultant may reject any offer of work, however, three such rejections during the term of the contract, including failures to respond to Task Order Solicitations, may be cause for removal from the list. 7C. In the event of a need for services, a Project Task Order will be issued by the City to 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 agreement cannot be reached with the first firm, the City reserves the right to negotiate with the next firm on the list and so on until an agreement is reached. The successful consultant will then be rotated to the bottom of the list for the purpose of subsequent work assignments. Once an agreement is reached, the City will issue a Notice to Proceed. No work is authorized 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 consultant may reject any offer of work, however, three such rejections during the term of the contract, including failures to respond to Project Task Orders, may be cause for removal from the list. 8. CONSULTANT SELECTION PROCEDURE

SOQs will be initially reviewed by a panel from the Bureau of Engineering. The following criteria will be used in evaluating the respondents SOQ to determine which respondents are deemed most qualified for the successful performance of the type of work 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 has complied with other City requirements, a contract will be negotiated with each successful respondent and placed on the pre-qualified on-call list. For specific task orders, proposals will be solicited from the consultants on the list pursuant to the terms of Section 7. Consultants will not be allowed to make any changes to their SOQs between the time of submittal and the time a decision is made by the City on which firms are short listed for interviews. If a consultant has been short listed, the consultant may revise its SOQ ONLY if the City is notified in writing. The notification must be received by the City at least 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 Prior Achievements - 30 points This includes the firms architectural practice as demonstrated by their qualifications, design excellence, prior experience, approach to work, utilization of information
9
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

technology, and familiarity with architectural design and project management services pertaining to the RFQs Scope of Work. B) Qualifications and Prior Achievements of the Related Professional Disciplines - 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 RFQs Scope of Work section. C) Professional Qualifications and Prior Experience of Key Personnel of Prime Consultant and Major Subconsultants - 20 points This includes the prior experience, qualifications, and licensure of key personnel in the prime consultants office, and in the offices of the major subconsultants. The key personnel 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 and within budget, change order history, and management history. Information provided will be verified by reference checks. E) Sustainable Design Achievements - 10 points This includes experience with resource efficient design and construction, including prior experience using the United States Green Building Councils LEED rating system, 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 design practices. 9. CHECKLIST OF SOQ REQUIREMENTS

Respondents shall submit an original and four (4) copies (total of five (5) sets) of their Cover 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 page SOQ limit), bound separately and clearly labeled, are to be submitted at the same time as 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 the firms name as spelled in the cover letter (Refer to Attachment 2); the names, titles and telephone numbers and email addresses of the person(s) who will be authorized to
10
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

represent the respondent; and the name of the project coordinator for the duration of the contract. Statement of Qualifications The SOQ should be no more than 50 single sided pages and should emphasize the following: I. Include a narrative and information on the breadth, depth, and design excellence of the prime proposer and major subconsultants as demonstrated by their professional background, prior experience, and familiarity with design and project management services 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 management and coordination throughout the project delivery process, including the pre-design phase, design phase, project bid and award phase, construction phase, and postconstruction phase. This also includes approaches to analyses and studies and utilization of design and project management software applications and related technologies, including building information modeling (BIM). The firms qualifications and prior achievements may be supported by peer recognition through industry awards, trade publication articles, academic citations, etc. Describe at least three of the firm(s) sample project work, with an emphasis on work within the last ten years in the public sector as related to this RFQs Scope of Work section, and should include the following information in order to assess qualifications for Evaluation 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) of record 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 of past work (included as part of the SOQ 50 page limit). Photographs of completed work.

11
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

Include an indication of how projects addressed energy, water conservation, environmental design, low-impact development, and resource efficiency concerns.

Sample project work may be included for proposed subconsultants that were not involved in the prime consultants sample work listed above. It is likely that the staffing requirements will vary from project to project over the duration of the contract. Describe the firms approach, capability, and flexibility to adjust to varying staffing requirements as the Citys needs and policies vary from one project to the next. II. A team member organization chart and resumes of key personnel in order to assess qualifications for Evaluation Criterion C (Section 8) as categorized below must also be provided, accompanied by a listing of the work he/she will perform; years of professional practice; academic credentials; professional and/or requisite licensing, and/or certification documents as are required to perform the duties as detailed in the Scope of Work 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 in order to assess qualifications for Evaluation Criterion D (Section 8). For at least three of the sample projects listed in the SOQ, include a table of statistical information on project change 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.
12
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

The SOQ may include a narrative to provide background and context for the change orders listed in the table. For example, for a change order involving designer errors/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 design achievements 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 or collusive, nor made in the interest or on behalf of any person not herein named, and that the respondent has not directly or indirectly induced or solicited any other respondent to put in a sham SOQ, or any other person, firm or corporation to refrain from responding, and that the respondent has not in any manner sought by collusion to secure for itself an advantage over any other respondent. If selected, the consultant is prepared to provide all of the services described in the Scope of Work for each project for which a proposal is submitted. Compensation for Consultant services will be based on a Cost Reimbursement or Lump Sum method. Individual Task Orders will state the type of compensation method. For the Cost Reimbursement method, Consultants can either be reimbursed on a Billing Salary Rate, with added Consultant Office or City Office overhead and 10% profit, or on an Hourly Billing Rate. The Consultant Office overhead rate will be the actual Consultants overhead rate, but not to exceed a maximum of 180% for Consultant personnel located in the Consultants office. The City Office overhead rate, for Consultant personnel on assignment at one of the Citys offices for a period exceeding one month, will be the Consultants actual overhead rate, but not to exceed a maximum of 155%. The Hourly Billing Rate includes the Consultants overhead and profit. For each of the categories named above, Hourly Billing Rates for Consultant personnel to be 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 the stated overhead rates at the time of contract negotiation: 1. Prime Consultant Field and Home Office Overhead Rates a. Federally or State audited overhead rates including backup documentation OR b. Overhead rates calculated and signed by the firms Certified Public Accountant (CPA) including backup documentation OR c. Firms internal calculation of overhead rates signed by the Principal of the firm which are auditable and defensible in the event of an audit. 2. Field and Home Office Overhead Rates for Major Subconsultant(s) listed in your SOQ a. Federally or State audited overhead rates including backup documentation OR b. Overhead rates calculated and signed by the firms Certified Public Accountant (CPA) including backup documentation OR
13
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

c. Firms internal calculation of overhead rates signed by the Principal of the firm 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 will be required if your firm is selected for negotiations. CHECKLIST DOCUMENT Cover Letter DESCRIPTION Include the name and address of the firm; the firms BTRC number (Refer to Attachment 2); the names, titles and telephone numbers of the person(s) who will be authorized to represent the respondent; and the name of the project coordinator for the duration of the contract. Includes information on the following: Organizational structure of the firm Ownership and name changes Financial Resources and Responsibility Performance History Disputes Compliance with Laws Business Integrity Non-Discrimination/Equal Employment Practices Provisions and Affirmative Action Plan uploaded to BAVN Equal Benefits Ordinance Compliance Affidavit uploaded to BAVN Certificate of Compliance to Child Support Certificate of Compliance to ADA Schedule A List of Potential MBE/WBE/SBE/EBE/DVBE/OBE Subconsultants Slavery Disclosure Ordinance Affidavit uploaded to BAVN Percentage of Workforce residing in the City of Los Angeles Compliance with Disclosure Requirements and Prohibitions Established in the Los Angeles Municipal Lobbying Ordinance and Limitations on Campaign Contributions

Statement of Qualifications Responsibility Questionnaire (Service Version) (See Attachment 1)

Non-Discrimination, Equal Employment Practices, Affirmative Action Equal Benefits Ordinance Child Support Obligations (See Attachment 4) Americans with Disabilities Act (See Attachment 5) Business Inclusion Program Requirements (See Attachment 6) Slavery Disclosure Ordinance Los Angeles Residence Information Form (See Attachment 10) Bidder Certification CEC Form 50 and Bidder Contributions CEC Form 55 (See Attachment 12)

10.

PRE-SUBMITTAL MEETING

14
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

A pre-submittal meeting will be held on 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 North Spring Street, Los Angeles, CA 90012 to clarify the contents of this RFQ and to discuss the needs of the Bureau of Engineering. City staff will be available to answer questions, clarify RFQ requirements, and further explain the Department of Public Works BIP outreach requirements, and other mandated City policies and programs. Prime respondents (proposers) are required to attend this meeting per Indicator No. 2 of the BIP Outreach Requirements (per Attachment 6). This requirement will be waived if the respondent both certifies in writing that it is informed as to the BIP outreach requirements for this RFQ and has participated in a City-sponsored or City approved matchmaking event in the prior 12 months as is evidenced by the event attendance documents. Pre-submittal meeting waiver letters should be addressed to: City of Los Angeles Bureau of Contract Administration, Office of Contract Compliance 1149 S. Broadway, Suite 300 Los 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: bca.biphelp@lacity.org All subconsultants interested in this program are strongly encouraged to attend this meeting. It is expected that consultants attending the pre-submittal meeting will have reviewed 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 ENG_ARCH_RFQ2012@lacity.org or by mail (Department of Public Works, Bureau of Engineering, Architectural Division, 1149 S. Broadway, Suite 830 Los Angeles, CA 90015-2213) due by Thursday, January 10, 2013 at 5:00 p.m. This will enable BOE staff to prepare responses in advance. Additional questions will be accepted at the pre-submittal meeting; however, responses may be deferred and provided as addenda to the RFQ at a later date. 11. SUBCONSULTANTS

The consultant may enter into subcontracts with others for the performance of any portion of the resultant contract. Potential subconsulting opportunities have been listed in Attachment 8. The list of subconsulting opportunities is intended to be used for informational purposes only. The requirements of this RFQ and any resultant contract shall apply to all subconsultants in the same manner as to the consultant. In particular, the City will not pay, even indirectly, the fees and expenses of subconsultants that do not conform to the provisions and documentation requirements of the resultant contract. Potential subconsultants do not need to submit any City compliance nor certification forms at the time the SOQs are due.
15
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

General and administrative fees for the management of subconsultants will be limited to 5% 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 the contracts awarded from this RFQ. Refer to Attachment 9 for a sample of the City of Los Angeles Personal Services Contract. Therefore, all prospective consulting firms are advised of the following: Contractor Responsibility Ordinance (CRO)

The contract will only be awarded to a responsive, responsible consultant. All businesses or individuals seeking to contract with the City of Los Angeles are required to demonstrate that they possess the quality, fitness, and capacity to perform the work set forth in the contract under the terms of the criteria listed in the Los Angeles Contractor Responsibility Ordinance (Article 14, Chapter 1, Section 10 of the Los Angeles Administrative Code). Respondents are required to complete all sections of the Responsibility Questionnaire. Submit the Questionnaire with the SOQ. Failure to return the completed document may result in the respondent being deemed nonresponsive. When the contract is awarded, the consultant and its subconsultants will be required to sign a Pledge of Compliance with the Contractor Responsibility Ordinance. Submitting firms with questions on the Contractor Responsibility Ordinance should contact the Bureau of Contract Administration, Special Research & Investigation Section 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 tax receives a BTRC number. The respondents must represent that they have, or will obtain upon award, a Business Tax Registration Certificate (BTRC) required per the Los Angeles Citys Business Tax Ordinance (Article 1, Chapter 2, Section 21.00 and following, of the Los Angeles Municipal Code). The consultant shall maintain, or obtain as necessary, all such certificates required of it under said Ordinance and shall not allow any such certificate to be revoked or suspended. To find out more about the BTRC, please refer to Attachment 2, or contact the Office of Finance, Tax and Permit Division, Main Office, (213) 473-5901. Nondiscrimination, Equal Employment Practices and Affirmative Action Program

Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code Section 10.8.2., Non-discrimination Clause. Non-construction services to or for the City for which the consideration is $1,000 or more shall comply with the provisions of Los Angeles Administrative Code Section
16
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

10.8.3., Equal Employment Practices Provisions. All Proposers shall complete and upload 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 than the time when an individual Proposal is submitted. However, Proposers with Certifications previously uploaded to BAVN within the last year do not need to re-submit the 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 Code Section 10.8.4., Affirmative Action Program Provisions. All Proposers shall complete and upload the City of Los Angeles Affirmative Action Plan (two (2) pages) available on the City of Los Angeles BAVN residing at www.labavn.org at the time it registers on BAVN but no later than the time when an individual Proposal is submitted. Proposers opting to submit their own Affirmative Action Plan may do so by uploading their Affirmative Action Plan onto the Citys BAVN. Proposers with Affirmative Action Plans previously uploaded to BAVN within the last year do not need to re-submit the document. Furthermore, subject subconsultants shall be required to submit the NonDiscrimination/Equal Employment Practices Certification and Affirmative Action Plan to the successful Proposer prior to commencing work on the contract. The subconsultants Non-Discrimination/Equal Employment Practices Certification(s) and Affirmative Action Plan(s) shall be retained by the successful Proposer and shall be made available to the OCC upon request. Both the Non-Discrimination/Equal Employment Practices Certification and the City of Los Angeles Affirmative Action Plan Affidavit shall be effective for a period of twelve (12) months from the date it is first uploaded onto the Citys BAVN. Proposers seeking additional information regarding the requirements of the Citys Non-Discrimination Clause, Equal Employment Practices and Affirmative Action Program may visit the Bureau of Contract Administrations web site at http://bca.lacity.org. Insurance Requirements

The selected consultants will be required to obtain insurance coverage in the following types and amounts as specified by the City Administrative Officers Risk Manager and the Board of Public Works prior to award of a task order under this contract: General Liability Professional Liability Workers Compensation/ Employers Liability insurance Automobile Liability Insurance $ 1,000,000 per occurrence $ 1,000,000 per occurrence $ 1,000,000 per occurrence $ 1,000,000 per occurrence

Insurance requirements, including actual levels of insurance coverage for each required type of insurance may be adjusted for each task order. Additional coverage
17
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

may be required on specific task orders. At the time a task order is issued and prior to the commencement of work, proof of insurance must be submitted to the Board of Public Works for approval by the City Administrative Officers Risk Manager. Documents in Attachment 3 are included for the potential respondents information. No insurance documents need to be submitted with the SOQ. Equal Benefits Ordinance

Proposers are advised that any contract awarded pursuant to this procurement process shall be subject to the applicable provisions of Los Angeles Administrative Code 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 Virtual Network (BAVN) residing at www.labavn.org prior to award of a City contract the value of which exceeds $5,000. The Equal Benefits Ordinance Affidavit shall be effective for a 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 are provided equally as specified on the Equal Benefits Ordinance Affidavit. Proposers seeking additional information regarding the requirements of the Equal Benefits Ordinance may visit the Bureau of Contract Administrations web site at http://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 subconsultants performing work for the City to comply with all State and Federal reporting requirements relative to legally mandated child support obligations. All future contracts will contain language obligating the consultant and any subconsultants to fulfill those requirements. In addition, the consultant must complete the Certification of Compliance with Child Support 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 with the 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 their SOQ. (Attachment 5) Business Inclusion Program (BIP) Requirements

It is the policy of the City to provide Minority Business Enterprise (MBE), Women Business Enterprise (WBE), Small Business Enterprise (SBE), Emerging Business Enterprise (EBE), Disabled Veteran Business Enterprise (DVBE), and all Other Business Enterprise (OBE) concerns an equal opportunity to participate in the performance of all City contracts. Proposers will assist the City in implementing this
18
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

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 to compete for, and participate in, City contracts. Equal opportunity will be determined by the Proposers BIP outreach documentation, as described in Attachment 6 Business Inclusion Program Requirements of this RFQ. Participation by MBEs, WBEs, SBEs, EBEs, DVBEs, and OBEs may be in the form of subconsulting. Proposers must refer to Attachment 6 Business Inclusion Program Requirements of this RFQ for additional information and instructions. BIP outreach must be performed using the Business Assistance Virtual Network (BAVN) at www.labavn.org. A proposers failure to utilize and complete their BIP outreach as described in Attachment 6 may result in their proposal being deemed non-responsive. For the purpose of this RFQ, the City has set anticipated participation levels of 18% MBE, 4% WBE, 25% SBE, 8% EBE, and 3% DVBE for Project Task Orders based upon the potential scopes of work, which may be subconsulted. For specialized tasks, the limited nature of the work sometimes makes the use of subconsultants more difficult; however, consultants are still encouraged to utilize MBE/WBE/SBE/EBE/DVBE subconsultants where feasible. Respondents to this RFQ must submit Schedule A, List of Potential MBE/WBE/SBE/EBE/DVBE/OBE Subconsultants, at the same time when submitting their SOQs. Also, respondents to this RFQ will have until 4:30 P.M. on the first calendar day following the day of the RFQ response submittal deadline (Wednesday, February 13, 2013) to complete the BAVN-generated Summary Sheet with responses from all subconsultants. Refer to Attachment 6, Indicator No. 6 for a more detailed description of the required documentation. After the Pre-Qualified On-Call Architectural and Related Professional Services Consultants 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 for any specific Task Order, the consultant is pledging to solicit and utilize proposals only from the appropriate subconsultant firms listed on their Schedule A. Submitting firms with questions on or requiring assistance with the BIP requirements should contact the BCA, Subcontractor Outreach and Enforcement Section at bca.biphelp@lacity.org. 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 City property, and certain recipients of City financial assistance, shall comply with the provisions of Los Angeles Administrative Code Sections 10.37 et seq., Living Wage Ordinance (LWO) and 10.36 et seq., Service Contractor Worker Retention Ordinance (SCWRO). Proposers shall refer to Attachment 7, Service Contractor Worker Retention Ordinance and Living Wage Ordinance, for further information regarding the requirements of the Ordinances.

19
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

Proposers who believe that they meet the qualifications for one of the exemptions described in the LWO List of Statutory Exemptions shall apply for exemption from the Ordinance by submitting with their proposal the Bidder/Contractor Application for Non-Coverage or Exemption (Form OCC/LW-10), the Non-Profit/OnePerson Contractor Certification of Exemption (Form OCC/LW-13), or the Small Business Exemption Application (Form OCC/LW-26A0). These exemption forms are available on the Bureau of Contract Administration website at http://bca.lacity.org/index.cfm. The List of Statutory Exemptions is included in the Attachment 7. Contractor Evaluation Ordinance

At the end of the contract, the City will conduct an evaluation of the Consultants performance. The City may also conduct evaluations of the Consultants performance during the term of the contract. As required by Section 10.39.2 of the Los Angeles Administrative Code, evaluations will be based on a number of criteria, including the quality 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 be provided with a copy of the final City evaluation and allowed 14 calendar days to respond. The City will use the final City evaluation, and any response from the Consultant, to evaluate proposals and to conduct reference checks when awarding other personal services contracts. Discount Terms

Consultants and contractors performing work for the City must agree to offer the City any discount terms that are offered to its best customers for the goods and services to 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 Slavery Disclosure Ordinance; any contract awarded pursuant to this RFQ will be subject to the Slavery Disclosure Ordinance, Section 10.41 of the Los Angeles Administrative Code. All Proposers shall complete and upload the Slavery Disclosure Ordinance Affidavit (one (1) page) available on the City of Los Angeles Business Assistance Virtual Network (BAVN) residing at www.labavn.org prior to award of a City contract. Proposers seeking additional information regarding the requirements of the Slavery Disclosure Ordinance may visit the Bureau of Contract Administrations web site at http://bca.lacity.org. Los Angeles Residence Information

The City Council, in consideration of the importance of preserving and enhancing the economic base and well being of the City, encourages businesses to locate or
20
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

remain within the City of Los Angeles. This is important because of the jobs businesses generate 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 as the percentage of their workforce residing in the City of Los Angeles. All potential respondents are required to complete the Los Angeles Residence Information form and submit the form with their SOQ. (Attachment 10) Non-Collusion

After the List of Pre-Qualified On-Call Consultants is established, Task Order Solicitations will be issued. Consultants will be asked to submit a proposal on the project. Respondents will be required to complete and return the Non-Collusion Affidavit with their proposal. Attachment 11 is the Non-Collusion Affidavit and is only required to be 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 Section 10.40.1, shall submit with its bid a certification, CEC Form 50, proscribed by the City Ethics Commission, that the bidder acknowledges and agrees to comply with the disclosure requirements and prohibitions established in the Los Angeles Municipal Lobbying Ordinance if the bidder qualifies as a lobbying entity under the Ordinance. The exemptions contained in Los Angeles Administrative Code Section 10.40.4 shall not apply to this subsection. Each City department shall include a copy of the Municipal Lobbying Ordinance in each invitation for bids, request for proposals, request for qualifications 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 Section 470(c)(12) and related ordinances. As a result, bidders may not make campaign contributions to and or engage in fundraising for certain elected City officials or candidates for elected City office from the time they submit the response until either the contract 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 the contract, as well as the principals of those subcontractors, are also subject to the same limitations on campaign contributions and fundraising. Bidders must submit CEC Form 55 (provided in Attachment 12) to the awarding authority 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 the contract, and the principals of those subcontractors. Bidders must also notify their principals and subcontractors in writing of the restrictions and include the notice in contracts with subcontractors. Responses submitted without a completed CEC Form 55 shall be deemed nonresponsive. Bidders who fail to comply with City law may be subject to penalties, termination of contract, and debarment. Additional information regarding these restrictions and requirements may be obtained from the City Ethics Commission at (213) 978-1960 or ethics.lacity.org. First Source Hiring Ordinance
21
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

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 a contract 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 et seq., First Source Hiring Ordinance (FSHO). Proposers may refer to the First Source Hiring Ordinance for further information regarding the requirements of the Ordinance. All Proposers shall complete and upload the First Source Hiring Ordinance Affidavit (one(1) page) available on the City of Los Angeles Business Assistance Virtual Network (BAVN) at www.labavn.org prior to award of a City contract. The First Source Hiring Ordinance Affidavit shall be valid for a period of twelve months from the date it is first uploaded onto the Citys BAVN. Proposers seeking additional information regarding the requirements of the First Source Hiring Ordinance may visit the Bureau of Contract Administrations web site at http://bca.lacity.org. Local Business Preference Program (LBPP)

The City is committed to maximizing opportunities for local businesses, as well as 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 the LBPP by qualifying as a local business may receive 8% of the total possible evaluation points added to their evaluation score. The preference allowed by the Ordinance for the utilization of local subconsultants will not be applied to the evaluation process for these on-call contracts because actual subconsultant utilization cannot be pledged until after the 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 it is not in the Citys best interest to apply the LBPP. Further information regarding the LBPP is provided as Attachment 13. 13. REQUEST FOR QUALIFICATIONS (RFQ) SCHEDULE

This schedule indicates estimated dates for the RFQ process. The City reserves the right to adjust this schedule when appropriate. DATE Wednesday, December 19, 2012 Monday, January 14, 2013 Tuesday, January 22, 2013 Wednesday, February 13, 2013 Thursday, February 14, 2013 Friday, February 15, 2013 March 2013 EVENT Release RFQ to potential respondents Pre-submittal meeting Issue addendum in response to pre-submittal meeting, if applicable Statements of Qualifications due by 2:00 p.m. Business Inclusion Program Outreach Summary Sheet on BAVN due by 4:30 p.m. Begin SOQ evaluations Conduct interviews/presentations (if necessary)
22
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

April 2013 May 2013 June 2013 14.

Begin negotiations with selected consultants Board of Public Works approves contracts Mayor/Board of Public Works executes contracts

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 a digital copy of the aforementioned documents formatted on one (1) read-only compact disc, must be received by 2:00 p.m. on Wednesday, February 13, 2013. Faxes will not be accepted. Respondents should send or deliver their submittals to: Mahmood Karimzadeh, A.I.A. Principal Architect Department of Public Works Bureau 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 secured building located at downtown Los Angeles, known for its heavy vehicular traffic. In order for the SOQ documents to be hand delivered to the Architectural Divisions Suite 830, couriers must first obtain a visitors badge from the buildings 1st Floor Security staff. Therefore, sufficient time must be planned in advanced in order for packages to be 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, protests regarding the award of personal service contracts by and through the Citys Board of Public Works. These procedures are for the benefit of the City and are not intended to establish an administrative requirement that must be exhausted by the protesting consultant prior to pursuing any legal remedy that may be available. For this reason, no consultant shall have any right to due process, should the City fail to follow these procedures, for any reason within its discretion. However, failure by a consultant to follow the protest procedures as discussed below will create the presumption that any subsequent legal action in a court of competent jurisdiction is of no merit. These procedures 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 for Qualifications (RFP/RFQ) must be submitted in detail and in writing and be postmarked within 14 calendar days after the receipt of proposal or statement of qualification by the City. The day of the proposal or statement of qualification receipt shall be considered as day one.

23
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

b.

All protests must be addressed to: Ms. Arleen P. Taylor, Executive Officer, Board of Public Works, 200 N. Spring St., Room 355, Los Angeles, CA 90012. Advance copies of protests will be accepted if sent via fax within the protest 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. Prime consultants are requested to advise their potential subconsultants of this protest period policy. Furthermore, protests against a prime consultant by a subconsultant with a direct financial interest that could be adversely affected by the determination of the protest may be considered by the Board of Public Works beyond the protest period. The Board of Public Works will only consider protests against any consultant who appears to have a substantial and reasonable prospect of receiving a contract if the protest is sustained. The Board of Public Works may consider protests from consultants concerning contract compliance matters beyond the protest period. These protests will receive due consideration if the consultant submits the protest in a timely period and such protest affects a consultant who appears to have a substantial and reasonable prospect of being selected if the protest is accepted. Protests meeting the above criteria will be analyzed and reported upon in a written report to the Board of Public Works. Protesting parties will be notified 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 be given the opportunity to present their arguments at the public session.

c.

d.

e.

f.

g.

16.

LIST OF ATTACHMENTS

Attachment 1: Attachment 2: Attachment 3: Attachment 4: Attachment 5: Attachment 6: Attachment 7:

Contractor Responsibility Ordinance Package BTRC Notice and Application Form Insurance Requirements Package Child Support Information and Certificate of Compliance Certification of Compliance with the Americans with Disabilities Act Business Inclusion Program Outreach Requirements Service Contractor Worker Retention Ordinance/Living Wage Ordinance Package Attachment 8: List of Potential Subconsulting Opportunities Attachment 9: Sample City of Los Angeles Personal Services Contract Attachment 10: Los Angeles Residence Information Attachment 11: Non-Collusion Affidavit Attachment 12: Bidder Ethics Attachment 13: Local Business Preference Program Attachment 14: Summaries of Completed Projects that Utilized Consultants from Executed Pre-Qualified On-Call Contracts.
24
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

The potential respondent should contact the following people for questions regarding this RFQ, required submittals, or the various City Policies and Procedures that are referenced in the RFQ and Attachments. RFQ General and Technical Questions If you have technical questions, please submit them to Senior Architect Bill Lee via email at ENG_ARCH_RFQ2012@lacity.org or by mail (Department of Public Works, Bureau of Engineering, Architectural Division, 1149 S. Broadway, Suite 830 Los Angeles, CA 90015-2213). Policies and Procedures Contractor Responsibility Ordinance Bureau of Contract Administration Special Research & Investigation Section ..................................... (213) 847-2445 Business Tax Office of Finance, Tax and Permit Division.................................. (213) 473-5901 Child Support Obligations Comm. on Children, Youth & Families......................................... (213) 744-9047 Business Inclusion Program Local Business Preference Program Bureau of Contract Administration Subcontractor Outreach and Enforcement Section ......... bca.biphelp@lacity.org Equal Benefits Ordinance First Source Hiring Ordinance Non-Discrimination, Equal Employment and Affirmative Action Statements Service Contractor Worker Retention Ordinance and Living Wage Ordinance Slavery Disclosure Ordinance Bureau of Contract Administration Equal Employment Opportunities Enforcement Section ...... bca.eeoc@lacity.org Bidder Ethics City Ethics Commission............................................................... (213) 978-1960

25
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

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

CITY OF LOS ANGELES POLICY COMPLIANCE CERTIFICATION Responsibility Questionnaire (Attachment 1) Non-Discrimination / Equal Employment Practices Provisions and 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)

Include in Response

Upload on BAVN

Slavery Disclosure Ordinance Affidavit (on BAVN) Los Angeles Residence Information (Attachment 10) Bidder Certification CEC Form 50 and Bidder Contributions CEC 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 nonresponsive.

26
STD RFQ PRE-QUALIFIED ON-CALL ARCHITECTURAL LIST Revised 07Mar12 Printed 12/19/12

You might also like