SLED Opportunity · CALIFORNIA · CITY OF LAKE FOREST
AI Summary
City of Lake Forest seeks professional consulting design services for renovations at Sports Park Recreation Center and Etnies Skate Park building, including tenant improvements and HVAC installation.
The City is seeking Professional Consulting Design Services for tenant improvements associated with two facility renovation projects.
Sports Park Recreation Center – Sports Park (24PO1) Project
The Lake Forest Sports Park Renovations Project will modernize and improve the existing Recreation Center (Main Building). Scope of work includes renovation of the indoor restrooms, front desk and staff office areas, kitchen, and meeting rooms. The improvements are intended to enhance functionality, accessibility, and overall user experience within the facility.
Etnies Skate Park Building – Etnies Skate Park (27FO6) Project
The City is also seeking Professional Consulting Design Services for tenant improvements to the existing building at Etnies Skate Park. The project includes renovation of the office area, pro shop/snack bar, structural weatherproofing improvements, installation of an HVAC system, addition of a small kitchen/break room area, and installation of climate-controlled enclosures to protect IT infrastructure within the existing structural footprint.
About the City
The City of Lake Forest is located in southern Orange County, California, in the area commonly referred to as the Saddleback Valley, with a population of approximately 85,000. It is the County's thirty-first city and the second largest city within the Saddleback Valley, encompassing 16.6 square miles. The City of Lake Forest's fiscal year begins on July 1 and ends on June 30.
The City was incorporated in 1991, operates under the Council/Manager form of government and is considered a contract city. The five members of the City Council are elected by district. They serve staggered four-year terms, with the Mayor being selected annually from among the Council Members. The Council meets on the first and third Tuesdays of each month.
City Hall is located at 100 Civic Center Drive, Lake Forest, California 92630. The telephone number is (949) 461-3400, and the fax is (949) 461-3511. The City website address is http://www.lakeforestca.gov.
Project Description
The City is seeking Professional Consulting Design Services for the Lake Forest Sports Park Renovations (24P01); Etnies Skate Park Building Improvement (27F06) Project.
The services are expected to be completed within three years from contract award. The City anticipates awarding a contract with an initial term of June 2, 2026 to June 1, 2029. The City will have the option, at its sole discretion, to extend the agreement for up to two (2) additional one year terms. If the parties are unable to reach an agreement, the City, at its sole discretion, will not move forward with the renewal option and shall re-procure the work.
The City may consider awarding both Etnies Skate Park Project (27F06) and Sports Park Recreation Center Project (24P01) to one proposer/firm or as two separate projects to two different proposers/firms.
The scope of work for both projects is limited to tenant improvements within the footprint of the existing buildings; therefore, no landscape improvements are anticipated.
Please use the See What Changed link to view all the changes made by this addendum.
Addendum #2
Addendum #3
Please use the See What Changed link to view all the changes made by this addendum.
The Cost Proposal, either the originally submitted proposal or “revised” proposal, is opened for each firm who has received an average score of at least 60 points after the qualitative review and participated in the oral presentation. The Cost Proposal is valued at 40 points for the firm with the lowest responsive cost. The remaining firms will earn a percentage of the 40 available points based on their cost relationship to the lowest cost proposal. This is calculated by dividing the lowest cost proposal by the cost of the proposal being rated, and then multiplying the results by the maximum points. The result is the awarded points. Cost proposals remain confidential and are not disclosed to proposers during the proposal process.
The Purchasing Coordinator calculates the points for the cost proposal which are included in the final point summary provided to the Department Director to recommend a vendor for contract award.
Please upload your Technical Proposal WITHOUT ANY cost information.
Please upload your Cost Proposal here.
Please complete the following questions to submit key information about your business and relevant to your proposal submission.
Include complete business name including DBA name
Please include the name of the parent company and list any relevant ownership information.
It is also appropriate to list the structure of your business and state of incorporation ( e.g. a California sole-proprietorship, a Minnesota corporation, a Florida Limited Partnership, etc.)
Please include your primary place of business.
Please provide the full name and title of the person responsible for direct contact with the City and the services required for this Request for Proposals.
Please provide the full name and title of the person responsible for day-to-day services in this Request for Proposals.
Please provide a brief description for the type of services performed by the business entity.
Please complete the following required certifications below to complete your proposal submission.
1. The undersigned hereby submits its proposal and, by doing so, agrees to furnish services to the City in accordance with the Request for Proposal (RFP), dated and issued Monday, March 9, 2026, and to be bound by the terms and conditions of the RFP.
2. This firm has carefully reviewed its proposal and understands and agrees that the City is not responsible for any errors or omissions on the part of the proposer and that the proposer is responsible for them.
3. It is understood and agreed that the City reserves the right to accept or reject any or all proposals and to waive any informality or irregularity in any proposal received by the City.
4. The proposal includes all of the commentary, figures and data required by the Request for Proposal, dated and issued Monday, March 9, 2026, including any addenda issued thereafter.
5. This firm has carefully read and fully understands all of the items contained in Section titled: General Requirements. This firm agrees to all of the general requirements except for those disclosed by the firm in project proposal, listed on an attachment.
6. The proposal shall be valid for 180 days from the date submitted to the City.
Please download the below documents, complete, and upload.
Select the most accurate answer below.
This should be brief and similar to a title of your solicitation. It can be a little more detailed but should be kept BRIEF.
This will be released in the description included on emails inviting vendors to the solicitation. You will be able to edit and add to it in the Introduction Section.
If you are working on a specific project, you may list the project name as well as services.
EXAMPLE
Economic Development Consulting Services for the CCA Feasibility Study
For RFQs, please list the name of the services requested only if projects are not yet known and include "(RFQ)" at the end of your description.
EXAMPLE
Municipal Engineering Services (RFQ) for CIP Projects
Insert name of the project or projects you are soliciting services for.
If a Public Project, please include the Project Number as well.
EXAMPLES
Arbor Access Ramp (PW 2019-17)
Community Choice Aggregation (CCA) Feasibility Study
Do not provide a response if you are only contracting for general or regularly occurring services not associated with a project.
EXAMPLES OF EXCEPTIONS
Traffic Engineering Maintenance Services
Planning Services
Landscape Maintenance Services for Passive Parks
Please include the types of services for this project or general services request.
EXAMPLES
Municipal Engineering Services
Traffic Engineering Services
Economic Consulting Services
Financial Auditing Services
The services are expected to be completed within [INSERT # year(s)] from contract award.
The City anticipates awarding a contract with an initial term of [INSERT DATE] to [INSERT DATE].
Please enter the expected START DATE of the resulting contract.
Enter Date in formal format.
If Agreement is to be approved by the City Council, it is usually the date after the City Council Meeting.
Please ensure that there is sufficient time between the date this agreement is drafted and submitted for approval and your projected contract start date. Be realistic with contract start dates; a good rule of thumb is to allow 3-4 weeks to execute the agreement between the time it is drafted and finalized to the time it is executed.
EXAMPLE
Month XX, YYYY
July 1, 2023
Please enter the expected end date of the resulting contract.
Standard Services Agreement term (Maintenance and Professional Services) is usually 3 years.
EXAMPLE
Month XX, YYYY
June 30, 2024
If the City will have the option to extend the agreement beyond the initial term, please select the number of additional one-year terms.
Standard term is 3 year initial term with 2 optional one-year extensions. Deviations from this should be justified and explained in the comments and ultimately in memo or staff report recommending award.
One year initial term with 2 one-year exceptions is common for short term projects or technical studies.
Will there be a mandatory pre-proposal meeting?
Required for all projects or services wherein prevailing wage may apply to any part of the scope of work or services provided.
If you are starting a solicitation without going through the Intake Process, please select "No".
Q (No subject): Is the duty to defend intended to apply only to the extent claims arise from Consultant’s negligence, recklessness, or willful misconduct, consistent with Civil Code §2782.8?
A: Yes
Q (No subject): In situations where insurance is providing a defense, does the City anticipate allowing Consultant to participate in the selection of defense counsel?
A: No
Q (No subject): Are the water quality indemnity and compliance obligations intended to apply only where non-compliance is caused by Consultant’s negligent acts, errors, or omissions?
A: Not when applicable to the services. The City will consider edits to the Agreement during negotiations with the selected Proposer. City reserves the right not to accept changes to the agreement, and may consider or approve changes as desired representing the best interest of the City.
Q (No subject): If a regulatory action or settlement arises from the water quality indemnity, would the City consult with Consultant prior to entering into any settlement for which reimbursement may be sought?
A: No
Q (No subject): The Agreement includes references to Consultant “warranting” aspects of its services and personnel. Given that professional services are performed to a standard of care and not subject to warranty, can the City confirm that these provisions are not intended to establish any warranty, guarantee, or strict liability standard, and that Consultant’s obligations remain limited to the applicable professional standard of care?
A: No, however, the City will consider edits to the Agreement during negotiations with the selected Proposer. City reserves the right not to accept changes to the agreement, and may consider or approve changes as desired representing the best interest of the City.
Q (No subject): In practice, does the City pursue damages beyond those covered by Consultant’s insurance policies, particularly professional liability coverage?
A: The City expressly reserves all rights to pursue full recovery of damages, including those exceeding available insurance proceeds.
Q (Lake Forest Sports Park Renovations & Etnies Skate Park Building Improvement): The RFP mentions virtual Bi-weekly meetings with City Staff and in-person meetings at significant milestones. Should the engineering team plan on attending these meetings? Or just a few internal A/E meetings?
A: If the engineering team is not acting as prime/project manager, the team should plan on attending bi-weekly meetings on as needed basis. During construction, the design team should consider attending progress meetings for Etnies and Sports Park on as needed basis.
Q (Lake Forest Sports Park Renovations/Etnies Skate Park Building Improvement): How many site visits would you like the team to plan for during CA?
A: During construction, it is expected that the successful consultant/design team will attend the pre-con meeting and other significant milestone or problem resolution meetings. The role of the design team during construction is one of support. The CM/CI team will be on site daily and have the presence for routine meetings.
Q (Lake Forest Sports Park Renovations- AV/Tech): Please confirm the intent to replace just control system on the existing AV equipment. Not the entire AV/Tech system including displays/speakers.
A: It is the intent to replace the entire AV/Tech system.
Q (Lake Forest Sports Park Renovations/Etnies Skate Park Building Improvement- cost estimates): Please clarify the number of cost estimates requested and with which project deliverables. (60%, 90%, 100%?)
A: It is expected that cost estimates/opinions of cost are to be provided at all submittal stages (60%, 90%, 100%) for both projects.
Q (Sports Park Renovations (24P01)): Please identify intended use for kitchen area. Additional information is needed to determine if these improvements and intended use will trigger Health Department review.
A: The kitchen area is intended to support general facility operations and community use. Anticipated functions include light food preparation, catering support, and event-related activities. The space is not intended for full-scale commercial food production or high-volume cooking operations.
Q (Etnies Skate Park Building Improvement- Electrical Load): Is it assumed that existing electrical service will be sufficient for this new load?
A: It is the responsibility of the selected consultant team to determine/verify if the current electrical system is sufficient to serve the new load and, if not, provide design to upgrade to the proper and adequate level to serve the intended needs and be compliant with current codes.
Q (Etnies Skate Park Building Improvement- Structural): The building is assumed to be in stable, good condition. Are there any known structural concerns?
A: There are no known structural concerns; however, it is the responsibility of the selected consultant team to determine if there are any structural deficiencies either due to wear and tear or deterioration or lacking compliance with current codes.
Q (Sports Park Renovations (24P01) - Kitchen): Please provide list of industrial/commercial equipment needed for kitchen.
A: The existing kitchen equipment will be replaced as part of this project. While a final equipment list has not been established, the City is considering the use of durable, industrial/commercial-grade appliances to enhance longevity, reliability, and ease of maintenance. Proposers are encouraged to recommend appropriate equipment consistent with the intended use of the facility.
Q (Sports Park Renovations (24P01) - Kitchen): Under original building department permit/construction, was the kitchen reviewed and approved by the Health Department?
A: The kitchen was permitted as part of the original building construction. Proposers shall verify all current permitting and regulatory requirements, including coordination with the applicable Health Department (if required), as part of their due diligence.
Q (Etnies Skate Park Building Improvement- AV rack): Please confirm if the intent is to create a new IDF space within the building for AV/Tech equipment or if the intent to include an AV rack within a non-dedicated space (like the office).
A: It is the intent to create a new IDF space within the building for AV/Tech equipment. This area will also need to be ventilated and cooled.
Q (Etnies Skate Park Building Improvement (27F06)): Assuming current T-24 compliance will be required for the exterior walls if we are weatherizing the building structure. If so, please note the interior usable footprint of the space will decrease due to added wall thickness to achieve compliant Title 24 insulation values.
A: Compliance with current T-24 is required. If that results in a decrease in the usable footprint due to wall thickness, then that is acknowledged provided that the selected consultant team can demonstrate that is required and that there are no other alternatives to meeting compliance with T-24 than increasing wall thickness.
Q (Lake Forest Sports Park Renovations/Etnies Skate Park Building Improvement- furniture): Do you require full FFE bid support for new furniture? This could include RFP package, workstation typicals, showrooms tours, dealer interviews, ancillary furniture specifications, etc. If not should we include just furniture layouts and dealer coordination for finishes so they are cohesive with the architectural elements and finishes?
A: For purposes of responding to the RFP, please assume that your level of support for FFE will include furniture layouts, workstation typicals, material boards, dealer coordination for finishes, and specifications to ensure contractors procure the equipment, furniture, and materials identified during the design phase.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.