Loading...
HomeMy WebLinkAboutRFP for Landscape Plan Check Services 2025REQUEST FOR PROPOSALS LANDSCAPE PLAN CHECK SERVICES PROPOSAL SUBMISSION DEADLINE: FRIDAY, MAY 2, 2025, 11:59 P.M. PST I. OVERVIEW AND SCOPE OF SERVICES The City of Diamond Bar is seeking proposals from qualified landscape architectural firms to perform landscape and irrigation plan check services for compliance with the City’s Water Efficient Landscape ordinances (Diamond Bar City Code Chapters 8.14 and 22.26) and other applicable laws; inspections services; and project management. Consultant will work closely with City staff and applicants to complete required services in a cost- effective and responsive manner to achieve a high-quality landscape and irrigation design. Most projects will consist of residential or commercial developments, but may also include park sites and other developments. In addition, Consultant will occasionally review conceptual landscape plans for high-profile or significant projects to outline any major concerns or issues with the proposed design. The City is seeking to enter into a three-year agreement, with a possibility of two one- year extensions with the selected firm, with work to commence on or about July 1, 2025. A copy of a sample one-year agreement is attached. II. SCOPE OF WORK The Scope of Work shall include but not be limited to the following: A. Plan Check Services: 1. Review landscape and irrigation plans for completeness and compliance with the City’s Water Efficiency Landscape Ordinance, as well as compliance with project conditions of approval. In addition, review of civil/grading plans may be needed to ensure consistency with landscape plans. 2. Completion of a checklist, or similar method to document plan check comments, and red-lined plans with review comments noted for initial and all subsequent reviews. 3. Meeting with staff and/or applicant, as may be needed to communicate plan check comments and resolve issues. Communication may also occur via email or telephone to answer questions of staff or applicant. 4. Delivery and pick-up of plans, or submittal of plans and review comments via mail and email. 5. Provide the schedule/timeframe for typical completion of initial plan check and subsequent plan checks. The City’s objectives are for initial plan check to be completed within two weeks of receipt, and one week for subsequent plan checks. B. Inspection Services: 1. Conduct field inspections, and assist staff as needed to perform inspections of completed development projects, and interim inspections as needed during the landscape construction process to ensure proper installation of irrigation and landscaping to comply with the approved construction plans, project conditions of approval, and City’s Ordinances. 2. Confer/coordinate with the project landscape architect, contractor, etc., in the field and office as needed to provide direction or clarification on issues as needed. 3. Verify landscape and irrigation audits as required by the City’s Water Efficiency Landscape Ordinance. C. Other Services: 1. Review and provide comment on conceptual landscape plans as requested by the City for particular high-profile or significant projects to outline any major concerns or issues with the proposed design in the early stages of the project review. 2. As requested by the City, assist City staff with developing information for the public regarding the use of drought tolerant and low-water usage plant schemes. 3. Monitor California legislation related to landscape and water efficiency changes and inform the City of the new requirements. III. REQUIRED PROPOSAL CONTENTS The proposal must include the following: 1.Letter of Transmittal: A Letter of Transmittal shall be addressed to May Nakajima, Senior Planner, and shall contain the following information. a. Identification of Proposer who will have contractual responsibility with the City of Diamond Bar. Identification shall include full legal name of company, address from which the services will be managed, telephone number and email address of the contact person identified during the period of proposal evaluation. b. The number of years your firm has been doing business. 2.Qualifications of the Firm and Personnel: A summary of the Proposer’s qualifications and experience, including a brief description demonstrating the relevant expertise and experience of its key staff members, to show competence in providing landscape and irrigation plan check and inspection services for a government or regulatory agency. Identify the designated principal, project manager, and key staff members, and include resumes for each. Also provide a summary of projects plan checked in the past 12 months, including the scope of plan checks provided and the five highest dollar valuation projects. 3.Understanding and Approach: Describe the services and activities that your firm proposes to provide to the City in accomplishing the scope of work described herein. Include the following information. a. Describe the complete plan review procedures to be used, include transmittal of plans, sample checklists, plan control logs, billing process, quality control, resolution of applicant appeals, training and supervision, etc. b. Describe how unforeseen high workloads will be serviced without compromising quality and turnaround time. c. Describe adaptation of technology to conduct electronic review of plans, or the digital transmittal of plan check comments to clients or customers. 4.Fee Proposal: Proposed fee schedule/pricing information for the services in the scope of work described above and include the following information. a. Specify your fee for providing plan check services, including fees for preliminary plan checks, recheck, revisions, inspections, reinspections, pick-up and delivery of plans. b. The cost proposal should include personnel, equipment and supplies, overhead and other additional costs. The cost proposal shall include hourly rates for personnel. 5.Project References: List of three city or county clients that involved a similar scope of work, including the length of time services has been provided along with contact name and telephone number of an individual who can be contacted as a reference. IV. PROPOSAL SCHEDULE RFP Posting Date: Friday, April 11, 2025 Proposals Due: Friday, May 2, 2025, by 11:59 p.m. PST Award of Contract: Tuesday, June 3, 2025, City Council Meeting Start of Services: Tuesday, July 1, 2025 Deadline for submittal is Friday, May 2, 2025, on or before 11:59 p.m. PST. Late submittals will not be accepted. Please submit proposal on PlanetBids and deliver three (3) hard copies to: City of Diamond Bar Attn: Mayuko Nakajima, Senior Planner 21810 Copley Drive, Diamond Bar, CA 91765 (909) 839-7033 - MNakajima@DiamondBarCA.gov V. CONSULTANT SELECTION PROCESS Each proposal will be evaluated to determine if it meets the submittal requirements specified above. Failure to meet the requirements will be cause for rejection of the proposal. Selection will be based on the quality and value of the proposal, including comprehensiveness and responsiveness to the requirements outlined in this RFP. The proposals will be evaluated based on the following criteria. 1. Qualifications (30 points) a. Proposed plan to achieve the Scope of Services described herein and provide the required outcome in a timely manner. b. Overall quality of the proposal, including a demonstrated understanding of the purpose, scope and objective of the services to be performed. It is the intention of the City to award a contract to the Proposer who furnishes satisfactory evidence that the Proposer has the requisite experience and ability to enable the Proposer to execute the work successfully and properly, and to complete services in a timely manner. To determine the degree of responsibility to be credited to the Proposer, the City will weigh the evidence that the Proposer has performed satisfactorily other contracts of like nature, magnitude and comparable difficulty and comparable rates of progress. 2. Past Performance (30 points) a. Professional experience in performing tasks similar in scope and complexity. b. Past, recently completed, or on-going landscape plan check and inspection services that will substantiate experience. c. References from customers and/or clients whom you have delivered similar service. 3. Responsiveness (20 points) The Proposer’s responsiveness to the RFP including completeness and thoroughness of proposal. All required information must be provided in the format specified. This category will evaluate the following: a. Ability to provide services as outlined in the RFP. b. Approach and proposed methodology to project scope. c. Demonstrated knowledge of the work required. d. Innovative approaches and internal measures to ensure timely and quality completion of work. e. Ability to demonstrate its qualifications in a clear and compelling manner and ability to follow all directions included in this RFP. f. Review and negotiation of acceptance to the City’s Professional Services Agreement. 4. Competitive pricing as compared to other qualified Proposer’s RFP responses (20 points) The City expressly reserves the right to reject any and all proposals responding to this RFP without indicating any reason for such rejection(s). The City may determine that it is necessary to conduct interviews prior to final selection. In the event that interviews are necessary, the teams that submit the highest ranked RFPs will be invited to the City to make presentations to the members of the selection panel and answer questions. Each member of the selection panel will evaluate the interviews and the final scores will be established based on criteria and instructions provided prior to the interview taking place. The City shall not be liable in any way for any expenses incurred by Consultants in responding to this RFP. Consultants shall not include any such expenses as part of the costs to complete the scope of work. VI. CONTRACTUAL REQUIREMENTS Prior to the award of any work, the City and the selected consultant firm shall enter into a written contract. The City will negotiate the contract with the preferred Consultant based upon the Consultant’s proposal. The contract will be presented to the City Council for approval. If the City and the prospective Consultant fail to reach a contractual agreement, the City may negotiate with any other top-selected consultant. A copy of the City’s Consulting Services Agreement is attached. The consultant firm proposal, this RFP, and all subsequent modifications to either document will be included as appendices to the contract. The consultant firm must identify and explain any proposed changes or exceptions to the language and content of the Agreement in the response submitted. If no changes or exceptions are noted by the consultant firm, then the consultant firm agrees to be bound by, and thereby represents its ability to satisfy all terms of the Agreement, if selected. ATTACHMENT 1. Standard Consulting Services Agreement