HomeMy WebLinkAboutLandscape RFP - FINAL.pdf
REQUEST FOR PROPOSALS
CITYWIDE LANDSCAPE
ASSESSMENT
Professional Services
Submission Deadline: 09/20/24
Citywide Landscape Assessment
August 8, 2024
2 | Page
1. INTRODUCTION
The City of Diamond Bar is requesting proposals from qualified consultant(s) or
firm(s) to perform a comprehensive Citywide Landscape Assessment.
RFP Date: Thursday, August 8, 2024
Project Name: Citywide Landscape Assessment
Department: City Manager’s Office
Proposal Deadline: Friday, September 20, 2024 at 2:00pm PST
Proposals shall be delivered by the proposal deadline via the PlanetBids portal
only.
All proposals submitted in response to this RFP will become property of the City
upon submittal and a matter of public record pursuant to applicable law. Late
submittals will not be accepted.
Proposals may be withdrawn if written notification of withdrawal of the proposal
is signed by an authorized representative of the proposer and received at the
City office prior to the closing time for receipt of proposals. Proposals cannot be
changed or withdrawn after the time designated for receipt.
Questions regarding this RFP shall be submitted via PlanetBids no later than Friday,
September 6, 2024 at 2:00pm PST. Questions and responses may be made
available to all potential proposers.
The City will review all proposals received by the submittal deadline indicated in
this RFP. Proposals that do not meet the minimum requirements of this RFP will be
rejected. The City reserves the right to select the firm that best meets the overall
needs and offers the best overall value to the City based on a variety of criteria,
including but not limited to, experience of the consulting team performing similar
fee studies, quality of work product, successful completion of similar fee studies
and scope of work, and cost effectiveness, but not solely on the lowest cost of
services.
Citywide Landscape Assessment
August 8, 2024
3 | Page
Those Firms considered most responsive to this RFP may be requested to attend
at least one interview with the City. The City may determine that a selection can
be made without conducting interviews.
Upon completion of the City's evaluation process, the most qualified Contractor
shall be invited to meet with the City to negotiate compensation, terms, and
conditions. If an agreement is not reached, the negotiations will be terminated,
and similar interviews will then follow with the next firm. All such negotiations shall
be strictly confidential, and in no case shall the compensation involving one
Contractor be discussed with another or made public.
The following tentative schedule has been established for the selection of a firm
which is subject to change:
• RFP Posting Date August 8, 2024
• Written Questions Deadline September 6, 2024
• Proposal Due Date September 20, 2024 2:00pm
• Interviews w/ top ranked firms (if necessary) TBD
• Award of Contract October 25, 2024
The City of Diamond Bar shall not be liable for any pre-contractual expenses
incurred by any Contractor, nor shall any Contractor include any such expenses
as part of the proposed cost. Pre-contractual expenses include any expense
incurred by a contractor prior to the date of an executed contract, such as the
cost of preparing and submitting a proposal and negotiating any terms with the
City.
2. ABOUT THE CITY
Diamond Bar is a scenic community located on the eastern edge of Los Angeles
County, within minutes of Orange, Riverside, and San Bernardino counties. With
its origin as a center for ranching perched among a landscape of rolling hills in
the East San Gabriel Valley, Diamond Bar became one of the first master planned
communities in Los Angeles County dating back to 1956, and has grown since
that time to be known for its friendly country-living atmosphere, abundant open
spaces, exceptional public facilities, well-maintained parks and hiking trails, and
excellent schools. Diamond Bar was incorporated as a City in 1989, covers 14.9
square miles and is home to 57,177 residents.
Citywide Landscape Assessment
August 8, 2024
4 | Page
Diamond Bar is bounded by the cities of Industry and Pomona to the north, Chino
Hills to the east, and unincorporated Los Angeles County to the south and west.
With convenient access to the SR-57 and SR-60 freeways, Diamond Bar is within
30 miles driving distance of the cities of Los Angeles, Riverside, and Irvine, making
it a desirable destination to live and work. The Industry Metrolink Station lies on
the City’s northern border, providing east-west transit connections to Los Angeles
and Riverside.
3. PROJECT BACKGROUND
The City of Diamond Bar's Citywide Landscape Assessment is a comprehensive
undertaking aimed at enhancing the landscaping areas within City limits through
the distribution of applicable soil amendments under the definition of “Recovered
Organic Waste Product” (ROWP) set forth by the California Department of
Resources Recycling and Recovery (CalRecycle) in the Senate Bill (SB) 1383: Short-
Lived Climate Pollutants (SLCP) legislation. This assessment will provide clarity as to
which areas in the City can use ROWP and how much material the City can
potentially procure and administer locally to not only enhance the ecological
and aesthetic value but conserve water and reduce maintenance costs such as
weed management and erosion control.
The City currently has an agreement with a direct service provider to comply with
SB 1383’s Recovered Organic Waste Product procurement targets for both 2024
and 2025 – 2,949 tons in 2024 and 4,537 tons in 2025. Compost is sent to farms
within California that will be utilized for agricultural purposes, thus benefiting the
larger community and contributing to California’s overall climate goals . This RFP
for a landscape assessment would have the role as a supplemental resource so
that the City can better understand if/how materials and services can
complement and enhance the natural ecology while also reducing irrigation and
maintenance costs. This requires an in-depth analysis of available landscape
areas; recommended organic materials that comply with SB 1383 ROWP
procurement; and costs associated with materials and labor.
4. SCOPE OF WORK AND DELIVERABLES
To be considered, proposals shall identify each of the following tasks and describe
how the firm will meet each item. At a minimum, all recommended materials need
Citywide Landscape Assessment
August 8, 2024
5 | Page
to comply with Senate Bill (SB) 1383’s Recovered Organic Waste Product (ROWP)
procurement; Model Water Efficient Landscape Ordinance (MWELO); and any
other State regulations, guidance and associated materials that can impact soil
and waterways. Tasks shall include the following areas of service:
Part I – Area Assessment
1) Initiate kickoff meeting with City staff to review project criteria, objectives,
procedures and schedules;
2) Collect existing and available data by administering in-person and/or virtual
interviews with City’s Public Works and Information Systems (IS) teams;
3) Develop an initial list of public rights of way (PROWs) and locations which
include but are not limited to parks, streetscapes, and medians;
4) Prepare base map of all landscape areas by reviewing GIS database and
Google Earth;
5) Perform in-person site visits in selected areas to verify landscape areas in the
GIS database, particularly sloped areas, and identify other challenges unique
to the targeted area, such weeds, erosion, and reduced moisture levels;
6) Compile a report of data and maps of all locations (addresses) and square
footage within City limits that have vegetation and landscaping; and
7) Present data to City to review and provide comments.
Part 2 – Material Recommendation & Budget
8) Determine appropriate organic materials (soil amendments) best used for
each landscape area’s particular needs and unique characteristics.
Determine a preferred plan of work that includes material blend, application
thickness, timing of application, site preparation requirements,
recommended methods of securing material in sloped areas, and
operational and maintenance;
Citywide Landscape Assessment
August 8, 2024
6 | Page
9) Engage in discussions with various suppliers to discuss logistics, time frames,
material costs, and labor costs to deliver and distribute materials and
determine how this may be different from the optimal or preferred plan of
work;
10) Prepare a document with clear costs distinction between type(s) of organic
material; material costs; and labor costs – broken down by each location
(parks, districts, medians) as identified in Attachment A; and
11) Meet with the City to review the project’s entirety and obtain any direction
on final requests or actions.
Part 3 – Final Report Compilation
12) Prepare an electronic and 1 hardcopy of the final comprehensive report with
a Summary of Findings as well as all geo-spatial and GIS-layer data and
analyses, from Parts 1 and 2:
a. Map of all landscape areas within City limits including location
addresses and square footage, depth and other relevant information
identified by the Consultant;
b. Analysis of landscape conditions, SB 1383-approved organic materials
that would be most suitable for the respective locations and tonnage
of materials needed; and
c. Estimated labor cost for distribution of organic materials by area and
soil blend.
5. FORMAT AND CONTENTS OF PROPOSAL
The Consultant’s proposal shall contain the following information and shall be
organized as follows:
A. Cover Letter
A brief cover letter summarizing key points of the Proposal that must be
signed by an individual with authority to bind the Contractor and should
Citywide Landscape Assessment
August 8, 2024
7 | Page
state all conditions proposed are valid for a period of at least ninety (90)
calendar days.
B. Project Team
An organization chart indicating principals and key project team members,
resumes or copies of licenses or professional certificates of the key
personnel involved with this contract, including personnel from
subcontractors (if any). Identify the experience of the personnel assigned
and briefly outline the responsibilities of each member. If any changes in
personnel or subcontractors occur during the contract period, the
Consultant shall notify the City and furnish the same required information
for review and approval.
C. Firm's Experience/References
Provide a list of at least three (3) references who may be contacted to
discuss their experience working with the proposer’s team on similar
projects. References shall include: contact information including
Organization, Name, Title, Address, Phone, Email, Project Name and Date
of Completion.
D. Methodology/Project Understanding
Describe the approach and methods that will be used to meet the Scope
of Work. Identify any datasets the City will be required to provide. Also,
identify any potential concerns or problems that your firm anticipates
during the term of this contract.
E. Cost for Services
Provide a detailed not-to-exceed cost proposal to accomplish the services
requested. Identify the hourly allocation of resources by discipline and by
each task identified in the Scope of Work, include billing rates for personnel,
printing, attendance at public meetings, and any other cost anticipated.
Clearly highlight any additional or recommended tasks and associated
costs that are included, such as transportation or out-of-pocket expenses.
Should Consultant determine additional work may be necessary beyond
Citywide Landscape Assessment
August 8, 2024
8 | Page
the scope of work outlined in the City’s RFP, those work items shall be
included in the cost proposal listed as “Optional.”
F. Insurance
Proof of insurance requirements addressed in the professional services
agreement of this Request for Proposal shall be submitted by the selected
Consultant upon execution of the agreement.
The selected Consultant must submit a "Statement Certifying Insurance
Coverage" certifying that the required insurance coverage will be
obtained by the Consultant, and that the Consultant understands said
coverage is prerequisite for entering into an agreement with the City. The
Consultant is required to confirm with its insurance carrier that it can meet
all the requirements for insurance. Failure to meet the insurance regulations
as set forth shall result in proposer’s disqualification.
G. Consultant Services Agreement
Provide a statement certifying that you agree to the City’s Consultant
Services Agreement terms and conditions. Any proposed edits to the
agreement shall be submitted with the proposal for City staff review and
consideration.
6. SUBCONTRACTING
The Contractor may utilize the service of specialty subcontractors on those parts
of the work which, under normal contracting practices, are performed by
specialty subcontractors. Unless a specific subcontractor is listed by the
Contractor, Contractor is representing to City that Contractor has all appropriate
licenses, certifications, and registrations to perform the work hereunder.
After submission of the Proposal, the Contractor shall not award work to any
unlisted Subcontractor(s) without prior written approval of the City. The
Contractor shall be fully responsible to the City for the performance of the
Subcontractors, and of persons either directly or indirectly employed by them.
Nothing contained herein shall create any contractual relation between any
Subcontractor and the City.
Citywide Landscape Assessment
August 8, 2024
9 | Page
7. RIGHT TO REJECT ALL PROPOSALS
The City reserves the right to withdraw, reduce, or revise elements of the scope of
work prior to the award of any contract. Furthermore, the City reserves the right to
reject any or all proposals submitted; and no representation is made hereby that
any contract will be awarded pursuant to this Request for Proposal, or otherwise.
All costs incurred in the preparation of the proposal, in the submission of additional
information and/or in any other aspect of a proposal prior to the award of a written
contract will be borne by the proposer. The City shall only provide the staff
assistance and documentation specifically referred to herein and shall not be
responsible for any other cost of obligation of any kind which may be incurred by
the proposing firm.
The City may investigate the qualifications of any proposer under consideration,
require confirmation of information furnished by a proposer, and require additional
evidence of qualifications to perform the services described in this RFP. In addition
to the rights described above, the City reserves the right to:
• Issue subsequent Requests for Proposals.
• Cancel the entire Request for Proposal.
• Remedy technical errors in the Request for Proposal process.
• Appoint evaluation committees to review proposals.
• Seek the assistance of outside technical experts in proposal evaluations.
• Approve or disapprove the use of particular subcontractors.
• Establish a short list of Proposers eligible for discussions after review of written
proposals.
• Negotiate with any, all, or none of the Proposers.
• Solicit best and final offers from any or all Proposers.
• Award a contract to one or more Proposers.
• Accept other than the lowest offer.
• Waive informalities and irregularities in proposals.
8. CONFLICT OF INTERESTS
Consultant covenants that the company, its officers, employees and/or agents
presently have no interest, and shall not acquire any interest, direct or indirect,
Citywide Landscape Assessment
August 8, 2024
10 | Page
financial or otherwise, which would conflict in any manner or degree with the
performance of the services requested herein by the City. Consultant further
covenants that, in the performance of any contract or agreement resulting from
this RFP, no subcontractor or person having such an interest shall be employed.
Consultant certifies that to the best of Consultant’s knowledge, no one who has
or will have any financial interest under any contract or agreement resulting from
this RFP is an officer or employee of the City.
9. PUBLIC RECORDS ACT
Responses to this RFP become the exclusive property of the City and subject to
the California Public Records Act. Those elements in each proposal which are
trade secrets as that term is defined in Civil Code section 3426.1(d) or otherwise
exempt by law from disclosure and which are prominently marked as "TRADE
SECRET,” "CONFIDENTIAL,” or "PROPRIETARY" may not be subject to disclosure. The
CITY shall not in any way be liable or responsible for the disclosure of any such
records including, without limitation, those so marked if disclosure is deemed to
be required by law or by an order of the Court. Proposers which indiscriminately
identify all or most of their proposal as exempt from disclosure without justification
may be deemed non-responsive. In the event the CITY is required to defend an
action on a Public Records Act request for any of the contents of a proposal
marked "confidential", "proprietary", or "trade secret", Proposer agrees, upon
submission of its proposal for City's consideration, to defend and indemnify the
City from all costs and expenses, including attorney’s fees, in any action or liability
arising under the Public Records Act.