Loading...
HomeMy WebLinkAboutRFP-2025-INTERIM STAFF ENG SVCS DEPARTMENT OF PUBLIC WORKS CITY OF DIAMOND BAR CALIFORNIA REQUEST FOR PROPOSALS FOR Public Works Interim Staff Engineering Services MARCH 2025 1 of 5 CITY OF DIAMOND BAR REQUEST FOR PROPOSALS (RFP) Date: March 3, 2025 Department: Public Works Project Type: Public Works Interim Staff Engineering Services Proposals Due: NO DEADLINE Project Contact: Hal Ghafari, P.E., Public Works Manager/Assistant City Engineer (909) 839-7044 / HGhafari@DiamondBarCA.gov INTRODUCTION The City of Diamond Bar’s Public Works Department – Engineering Division is seeking a qualified consultant to provide staff augmentation services at the engineering technician or staff civil engineer level for a minimum period of four (4) months amid recruitment for permanent in-house personnel. Firms that can fulfill this immediate need are asked to contact the Project Contact directly prior to the submittal of a proposal through PlanetBids. The City intends to execute a Consultant Services Agreement when a qualified and responsive firm is identified. BACKGROUND The City’s Public Works Department consists of two main divisions: Engineering and Maintenance. The augmented staff (“Consultant”) selected as a result of this RFP will be assigned to work in the Engineering Division and will help manage the land development and utility encroachment permitting programs. The primary responsibilities include permitting construction within the public right-of-way and coordinating grading projects within private property, under the authority of the City Engineer. The City uses “CityView” as its current enterprise land management software for project management and permitting; training will be provided as necessary. The Consultant is expected to provide the minimum services further described in this RFP. This assignment is on-site at Diamond Bar City Hall. 2 of 5 TO INTERESTED FIRMS The City of Diamond Bar is inviting qualified firms to submit proposals for Public Works Interim Staff Engineering Augmentation Services for a period ending on June 30, 2025, with the option – at the City’s sole discretion – to issue additional extensions upon successful demonstration of contract performance. This contract will be administered by the City’s Public Works Department. SCOPE OF WORK The scope of work includes but is not limited to the following Tasks: 1. Provide professional customer service at the Engineering Counter via telephone, email, and other communication channels. 2. Communicate with prospective customers to determine permit requirements and calculate fees based on the project’s scope. 3. Coordinate the plan check process between customers and the City’s consultant plan reviewers, including receiving submittals, performing quality checks for completeness, routing to applicable firms, and providing updates on project status. 4. Review plans and collaborate with the City’s Building & Safety and Planning Division staff to issue corrections and conditions for land development projects. 5. Determine, collect fees, and issue all types of permits, including encroachment permits, following City protocols. 6. Maintain project and permit records according to the City’s retention guidelines. 7. Track the status of construction projects and provide updates as needed. 8. Respond to public document requests under the California Public Records Act and subpoenas. 9. Compile files and related materials to assist in report preparation for supervisory staff. PROPOSAL CONTENT AND FORMAT 1. PROJECT TEAM: Please provide an organizational chart indicating key project team members. Also, provide resumes of the key personnel involved with this contract, including personnel from sub-consultants (if any). Identify the experience of the personnel assigned and briefly outline the responsibilities of each member. If any changes in personnel occur during the contract period, the consultant shall notify the City and furnish the same required information. 2. FIRM’S EXPERIENCE/REFERENCES: List a minimum of two (2), but a maximum of five (5) public agencies where similar services are being provided. Provide the following information: agency name, project manager's name, and services provided. 3 of 5 3. PROJECT UNDERSTANDING: Describe the approach and methods that will be used to meet the contract requirements. Also, identify any potential concerns or problems that your firm anticipates during the term of this contract. 4. FEE PROPOSAL: Provide an annual “not-to-exceed” for the project term to provide the required scope of services and state the assumptions on which the estimates are based. Also, provide the hourly rates of all personnel assigned to the contract. These rates may be used to negotiate additional work the City may request. 5. AGREEMENT: Attachment A is a copy of the City’s Consultant Services Agreement. A statement must be made in the proposal that all terms and conditions are acceptable. No exceptions to this agreement are allowed. GENERAL TERMS AND CONDITIONS 1. Issuance of this Request for Proposals (RFP) and receipt of proposals does not commit the City to award an agreement. The City expressly reserves the right to postpone the bid opening date for its own convenience, to accept or reject any or all bids received in response to this RFP, to negotiate with more than one vendor concurrently, or to cancel all or part of this RFP. 2. The City reserves the right to reduce or revise elements of the scope of work prior to the award of any agreement. Furthermore, the City reserves the right to reject any or all proposals submitted; and no representation is made hereby that any agreement will be awarded pursuant to this Request for Proposals, 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 agreement will be borne by the bidder. 3. All proposals must be typewritten or written in ink. No erasures will be permitted. Mistakes may be crossed out and corrections made adjacent. Corrections must be initialed by the person signing the bid. 4. Proposals submitted may be withdrawn by written or email request received by the City before the hour set for opening. After such hour, it may not be withdrawn. 5. All proposals must be signed by a responsible officer or authorized employee of the firm, giving the firm’s name and address. Obligations assumed by such signature must be fulfilled. 6. Submissions of a signed bid will be interpreted to mean that the bidder has thereby agreed to all of the terms and conditions set forth in the bid package. 4 of 5 7. CONTRACT PERIOD: The term of the contract will be for a period ending on June 30, 2025, with the option – at the City’s sole discretion – to issue additional extensions upon successful demonstration of contract performance. 8. INVITATION FOR INTERVIEW (OPTIONAL): Firm(s) selected for further consideration for all or parts of the tasks in the scope of work may be contacted to arrange for an interview with City Staff via a virtual meeting platform. Should a firm be asked to participate in the interview, principal and personnel assigned to the City should be available to discuss the following: a) Major elements of the proposal; and be prepared to answer any questions raised to clarify in detail, and b) Satisfactory performance on similar past/current work and description of previously/current related experience for assigned personnel. 9. SELECTION PROCEDURE: Criteria for evaluation of proposals may include, but need not be limited to, the following: a) Responsiveness and comprehensiveness of proposal. b) Firm’s and assigned personnel’s experience with the City of Diamond Bar and other public agencies. c) Quality of previous work performed by the firm. d) Resources and fee required to perform the requested services. e) The firm’s comments on the consulting services agreement. f) References. 10. RIGHT TO REJECT ALL PROPOSALS: The City reserves the right to reduce or revise elements of the scope of work prior to the award of a contract. Furthermore, the City reserves the right to reject any proposal and may elect to make a decision without further discussion or negotiation. Th is solicitation is not to be construed as a contract of any kind. The City is not liable for any costs or expenses incurred in the preparation of the proposals. The right to issue supplementary information or guidelines relating to this request is also reserved by the City. All proposals submitted to the City in response to this RFP shall become property of the City. 11. FEE PROPOAL: A fee proposal shall be submitted separately, including a detailed schedule with all proposed staff, the hours each person will devote to a given task, and all reimbursable services to complete work described in the proposed Scope of Service. The fee proposal(s) shall be uploaded on PlanetBids separately bearing the name, address, and telephone number of the individual or entity submitting the proposal. 12. 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 contract for submittal to the City Council. 5 of 5 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 the Consultant's disqualification. 13. AGREEMENT: A copy of the City’s consultant services agreement can be found as Attachment 1. A statement SHALL be made in the proposal that all terms and conditions, including insurance requirements, are acceptable ATTACHMENTS SCHEDULE • ATTACHMENT 1 Sample Contract Agreement RFP SCHEDULE • March 3, 2025 Release of RFP • Ongoing First Review of Proposals • TBD Invitation for Interview (Optional) • TBD Award of Contract SUBMITTAL OF PROPOSALS An electronic copy of the bid, in PDF format, shall be uploaded onto PlanetBids. Use the link below to register: https://www.diamondbarca.gov/712/RFP-RFQ-BID-Opportunities. QUESTIONS Any questions can be directed to the Project Contact. Sincerely, David G. Liu, P.E. Public Works Director/City Engineer RMRA Measure M R Local Return Gas Tax eet Rehab.- Area 1a, 1b, 2 (Design) n) ntain Laurel) anyon to Lemon) to BCY) 82,779$ 82,779$ om Pathfinder to Mountain Laurel Way) (Const.)1,200,000$ 1,200,000$ eet Rehab - Area 1 (Const.)2,000,000$ 925,000$ 850,000$ 89,0 $ en Springs from Brea Canyon to Lemon Ave.) (Const.)900,000$ 500,000$ mp Project (Const.)177,855$ nt Projects 4,360,634$ 1,700,000$ 1,007,779$ 850,000$ 89,0 $ 250-5510-46412) Project Description Total FY Budget (109) Measure M (111) Gas Tax (112) Prop A (113) Prop C Sign and HSL Replacement (Design)50,000$ 50,000$ Sign and HSL Replacement (Construction)350,000$ 350,000$ al 11 Locations (Design and Construction)380,000$ 90,000$ 100,000$ 190,0 $ 780,000$ 350,000$ 140,000$ 100,000$ 190,0 $ ments (250-5510-46413) Project Description Total FY Budget (113) Prop C Foothill Transit Grant 60,000$ 60,000$ SD/Calbourne 40,000$ 40,000$ nfrastructure Improvements 100,000$ 60,000$ 40,000$ 0-5510-46420) Project Description Total FY Budget (107) Measure W (108) RMRA (109) Measure M (113) Prop C ovements-Phase 3 (Flapjack-Design)65,000$ 65,000$