PCH Intersection Improvements-Las Flores and Rambla Pacifico

Agency: City of Mailbu
State: California
Type of Government: State & Local
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Oct 2, 2024
Due Date: Nov 7, 2024
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Title: PCH Intersection Improvements-Las Flores and Rambla Pacifico
Category: Professional Consulting
Status: Open
Description:

The City of Malibu is requesting proposals from qualified firms to provide Engineering Design Services for the Pacific Coast Highway (PCH) Las Flores and Rambla Pacifico Intersection Improvements Project. The overall objective of this project is to improve the safety and operations of the highway by reconfiguring the intersections at Las Flores and Rambla Pacifico.

This project is located within the City of Malibu, California, at the Las Flores and Rambla Pacifico intersections along Pacific Coast Highway. The project limits are Pacific Coast Highway/State Route 1 and the intersections of Las Flores Canyon Road and Rambla Pacifico Street.

This project consists of the reconfiguration of the traffic signals and lanes at the intersections of PCH and Las Flores, and Rambla Pacifico, in both directions (east and west). It will also provide additional space for bicycle lanes. The project will also include demolition and earthwork to remove existing asphalt, improvements to traffic signals and poles, controllers, concrete curb and gutter, ADA improvements, removal of existing striping, installation of new striping, signage, traffic control plan, asphalt concrete, and associated work such as pavement markers, utility pothole, etc. A stormwater pollution prevention plan and traffic control plan shall be prepared and implemented for the project.

The project is within Caltrans' right-of-way in the City of Malibu.  It is subject to Caltrans' project development and permitting process, the City's local coastal program, and other applicable federal, state and local requirements.

Publication Date/Time:
10/1/2024 6:00 PM
Closing Date/Time:
11/7/2024 4:00 AM
Submittal Information:
Electronic file to be submitted - MPublicWorks@malibuicity.org
Contact Person:
Nadia Fahoum 310 456-2489 ext. 281 or nfahoum@malibucity.org
Download Available:
Yes
Fee:
N/A
Qualifications:
See RFQ/P
Special Requirements:
Technical Qualifications/Proposals shall be submitted by email to MPublicWorks@Malibucity.org
Miscellaneous:
All questions regarding the RFQ/P must be submitted in writing to Nadia Fahoum, Assistant Civil Engineer at nfahoum@malibucity.org.
Related Documents:

Attachment Preview

CITY OF MALIBU
PUBLIC WORKS DEPARTMENT
REQUEST FOR QUALIFICATIONS FOR
PACIFIC COAST HIGHWAY INTERSECTION IMPROVEMENTS – LAS FLORES AND RAMBLA
PACIFICO
October 2, 2024
The Technical Qualifications Proposal must be submitted electronically and labeled:
“Request for Qualifications:
PCH INTERSECTION IMPROVEMENTS – LAS FLORES AND RAMBLA PACIFICO
TECHNICAL QUALIFICATIONS”
All qualifications must be submitted on or before 4:00 p.m. on Thursday, November 7, 2024 to
the following email:
mpublicworks@malibucity.org;
Attention: Nadia Fahoum
Assistant Civil Engineer
City of Malibu
23825 Stuart Ranch Road
Malibu, CA 90265
All questions regarding the Request for Qualifications (RFQ) must be submitted in writing. Please
send all questions regarding this Request for Qualifications in writing via email to Nadia Fahoum,
Assistant Civil Engineer, at nfahoum@malibucity.org.
REQUEST FOR QUALIFICATIONS FOR
PCH INTERSECTION IMPROVEMENTS – LAS FLORES AND RAMBLA PACIFICO
ENGINEERING DESIGN SERVICES
1. Project Background and Description
The City of Malibu is requesting proposals from qualified firms to provide Engineering Design
Services for the Pacific Coast Highway (PCH) Las Flores and Rambla Pacifico Intersection
Improvements Project. The overall objective of this project is to improve the safety and
operations of the highway by reconfiguring the intersections at Las Flores and Rambla
Pacifico.
This project is located within the City of Malibu, California, at the Las Flores and Rambla
Pacifico intersections along Pacific Coast Highway. The project limits are Pacific Coast
Highway/State Route 1 and the intersections of Las Flores Canyon Road and Rambla Pacifico
Street.
This project consists of the reconfiguration of the traffic signals and lanes at the intersections
of PCH and Las Flores, and Rambla Pacifico, in both directions (east and west). It will also
provide additional space for bicycle lanes. The project will also include demolition and
earthwork to remove existing asphalt, improvements to traffic signals and poles, controllers,
concrete curb and gutter, ADA improvements, removal of existing striping, installation of new
striping, signage, traffic control plan, asphalt concrete, and associated work such as pavement
markers, utility pothole, etc. A stormwater pollution prevention plan and traffic control plan
shall be prepared and implemented for the project.
The project is within Caltrans’ right-of-way in the City of Malibu. It is subject to Caltrans’
project development and permitting process, the City’s Local Costal Program, and other
applicable federal, state, and local requirements.
The City's standard professional services agreement is provided in Attachment B. Please note
that this contract is a draft and may be modified to reflect certain requirements prior to
execution. Depending upon the scope of work, the contract provisions may need to include
the California State Prevailing Wages.
2. Proposal Submittal Guidelines
The City is requiring all proposals submitted in response to this RFQ to follow a specific
format. A cover letter shall guarantee that key personnel, or equally qualified replacements,
will be committed to performing the required tasks throughout the duration of the contract.
All proposals shall be submitted electronically in a pdf format with Optical Character
Recognition (OCR). One electronic copy of the technical qualifications will be required with
each proposal having been signed by the company official with the power to bind the
company in its proposal.
Technical Qualifications shall be submitted electronically to mpublicworks@malibucity.org,
but must be received no later than 4:00 p.m., November 7, 2024. Proposals may be
withdrawn prior to the established date and time. No extensions will be granted.
All Technical Qualifications will become the property of the City of Malibu and will be made
available for public inspection after an award is made or rejected.
3. Technical Qualifications/Cost Proposal Format
The Technical Qualifications shall be organized in the following sections to facilitate review
by the City. Consultants shall adhere to the page limit stated below. If additional information
is needed, it may be included in the Appendix. However, due to time constraints, the City may
not be able to review the items in the Appendix as thoroughly as Sections a. through f.
Technical Qualifications shall be limited to a total maximum of thirty (30) pages, all standard
Letter Size (8.5” x 11”). This total page limit may be split across Sections “a” through “f” as
deemed appropriate by the consultant. Large format pages, including 11”x17” pages, will be
counted as two (2) pages.
Technical Qualifications shall include the following:
a. Cover Letter/Executive Summary
Provide a cover letter/executive summary emphasizing the strong points of the
project team, qualifications, and experience. The cover letter/executive summary
shall include the name, address, telephone number, title, and signature of the firm’s
contact person for this proposal, and state that the submittal is valid for 120 days.
The cover letter constitutes certification by the consultant, under penalty of perjury,
that the consultant complies with nondiscrimination requirements of the State and
the Federal Government. The cover letter/executive summary shall also include a
statement by the consultant informing the City whether or not they have any
exceptions with the City’s terms and contract conditions stated in this RFQ, including,
but not limited to, insurance and the Agreement for Professional Services, and stating
that only those exceptions noted in the consultant’s proposal will be subject to
discussion and negotiation with the City. The cover letter/executive summary shall be
signed by a person with the official authority to bind the company. An unsigned
proposal or one signed by an individual unauthorized to bind the consultant may be
rejected.
b. Experience of Firm(s) and Individuals
Include summary descriptions of the company’s (or companies’) and individuals’
applicable experience, and resumes detailing their experience with professional
design civil engineering services of capital improvement projects for local
governmental agencies. List two contracts completed in the last 10 years with similar
scope of work. Provide references and contact details for these projects.
Detailed resumes highlighting experience pertinent to this project should be provided
in an Appendix. These resumes will not be counted in the page limit.
c. Team Organization
Provide an organization chart of your team. Describe its organization, and the
responsibilities and level of commitment of individuals within the team. Identify the
team’s “Key” personnel members. Describe why each team member is proposed for
their respective positions or roles on the team.
Identify who will be the Project Manager, Engineer(s) and AutoCAD Technicians
responsible for civil engineering services and interaction with City staff.
d. Project Understanding and Approach/Methodology
Prepare a summary description of how the consultant will provide the engineering
services described below and how to complete the Draft Scope of Work presented
below. Consultants are encouraged to suggest modifications to the scope.
The proposal should address the following issues, at a minimum, and others that the
proposer believes to be critical to the project construction and delivery:
Understanding of requirements and challenges of the assigned tasks, its content, time
requirements, location, and multiple contracts, and the ability of the proposed team
to meet these challenges.
e. Conflict of Interest
The consultant shall disclose any financial, business or other relationships with the
City that may have an impact on the outcome of this contract or any resulting
construction project. The consultant shall also list current clients who may have a
financial interest in the outcome of this contract.
f. Exceptions
This Section shall discuss any exceptions or requested changes that Proposer has to
the City’s RFQ conditions, requirements and sample contract. If there are no
exceptions noted, it is assumed the Proposer will accept all conditions and
requirements identified in the attached “Agreement for Professional Services.” Items
not excepted will not be open to later negotiation.
Cost Proposal
The cost proposal is considered a criteria but is not the sole factor in the selection
process. The cost proposal shall contain the following:
The cost proposal shall be submitted for the consultant services outline in the
scope of work.
The proposed cost budget should present the names and associated billing rates
of the proposed staff for each work task described in the consultant’s proposal,
as well as other direct costs.
The total proposed budget should include the consultant’s assumptions
regarding billing rate increases over the assumed duration of services.
4. Selection Procedure
The following is an outline of the procedure the City will use in the selection process:
a. A Selection Committee is formed comprising of City personnel and, if the City
chooses, other agency personnel.
b. The Selection Committee reviews and evaluates the proposals submitted by
prospective consultants and determines if interviews are needed.
c. If needed, the Selection Committee will determine which of the prospective
consultants will be invited to the oral interview process.
d. The Selection Committee evaluates and ranks the firms based on the oral
interview (if needed) and completeness of the proposal and makes a final
recommendation.
e. Negotiations will take place with the primary firm on the final scope of work,
contract, and proposal price.
The interview process will take place utilizing Zoom Software services at a date/time to be
determined.
5. Evaluation Criteria
The Selection Committee will evaluate, rate and rank the Technical Qualifications based
on the following criteria:
Technical Proposal/Cost Proposal (Total Points Possible = 65 pts.)
a. Responsiveness to the terms, conditions, and items of performance. (5 pts.)
b. Presentation, completeness, and thoroughness of the proposal. (10 pts.)
c. Qualifications and experience of firm and individuals, and their proposed
team. (20 pts.)
d. Understanding of the scope and services to be performed and methodology
including probable challenges and solutions to those challenges, and the
overall approach to coordination of the three separate contracts. (10 pts.)
e. Firm’s related experience with this type of work. (15 pts.)
f. Cost Proposal. (5 pts.)
If required, the Selection Committee may elect to evaluate and rank the Presentation
Interviews based on the following criteria:
Oral Interview Presentation (if needed) (Total Points Possible = 40 pts.)
a. Overall quality of presentation and response to questions. (15 pts.)
This page summarizes the opportunity, including an overview and a preview of the attached documents.
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

32-12-6630 Reversible Snow/ Rock Plow (9-Foot)Details Event ID 32-12-6630 Format/Type: Sell Event /

State Government of California

Bid Due: 7/17/2025

Project ID: Title: Chowchilla HSIP (Cycle 11) Intersection Improvements Addenda: 1 Release Date:

City of Chowchilla

Bid Due: 7/24/2025

Cubic Yard Roll Off Dump BodyDetails Event ID 32-12-6634 Format/Type: Sell Event /

State Government of California

Bid Due: 7/31/2025

General Information Due Date: JULY 17, 2025 Opening Time: 2:00 PM PST Published

City of Stockton

Bid Due: 7/17/2025