CITY OF MALIBU
PUBLIC WORKS DEPARTMENT
REQUEST FOR QUALIFICATIONS/PROPOSALS
FOR CITY CROSSING GUARD SERVICES
May 15, 2025
The Technical Qualifications Proposal and Cost Proposal must be submitted in separate
envelopes clearly identified and marked:
“Request for Qualifications/Proposal
CITY CROSSING GUARD SERVICES
TECHNICAL QUALIFICATIONS”; and
“Request for Qualifications/Proposal
CITY CROSSING GUARD SERVICES
COST PROPOSAL”
All qualifications/proposals must be sealed and submitted on or before 4:00 p.m. on June 19,
2025, to the following:
mpublicworks@malibucity.org;
Attn: Arthur Aladjadjian
Public Works Superintendent
City of Malibu
23825 Stuart Ranch Road
Malibu, CA 90265
All questions regarding the Request for Qualifications/Proposals (RFQ/P) must be submitted in
writing. Please send all questions regarding this Request for Qualifications/Proposal in writing
via email to Arthur Aladjadjian, Public Works Superintendent, at aaladjadjian@malibucity.org.
REQUEST FOR QUALIFICATIONS/PROPOSALS
FOR CITY CROSSING GUARD SERVICES
1. Project Background and Description
The City of Malibu is seeking proposals from qualified firms to provide contract services
for crossing guard services. These services shall encompass and include all detail work,
services, materials and equipment necessary to prepare and deliver City Crossing Guard
services.
The contract will be for a period of three years. The City may extend this contract for an
additional two years at 1-year increments.
2. Proposal Submittal Guidelines
The City is requiring all proposals submitted in response to this RFQ/P to follow a specific
format. A cover letter guarantee that key personnel, or equally qualified replacements,
will be committed to perform the required tasks throughout the duration of the contract.
A cost schedule shall be included with the proposal submittal.
One electronic copy of the technical qualifications, including one electronic copy of the
cost proposal 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 and Cost Proposal shall be submitted electronically to
mpublicworks@malibucity.org, but must be received no later than 4:00 p.m., June 19,
2025.
Proposals may be withdrawn prior to the established date and time. No extensions will
be granted.
All Technical Qualifications and Cost Proposals 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 fifteen (15) double sided pages
or thirty (30) single sided pages, all letter size. This total page limit may be split across the
Sections 1 through 3 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/P,
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.
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.
d. Project Understanding and Approach/Methodology
The proposal should address the following issues, at a minimum, and others that the
proposer believes to be critical to the project execution:
Understanding of requirements and challenges of the project given its content, time
table, 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 the Proposer has
to the City’s RFQ/P 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 once the final recommendation has been made,
but is not the sole factor in the selection process. Upon the completion of the initial
evaluations, the cost proposals will be opened, and negotiations will commence. The cost
proposal shall contain the following:
• The cost proposal shall be submitted for the consultant services outlined in the
scope of work.
• The proposed cost budget should present the names and associated billing rates
of the proposed staff, 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 the
prospective consultants and determines if oral interviews are needed.
c. If needed, the Selection Committee determines 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.
5. Evaluation Criteria
The Selection Committee will evaluate, rate and rank the proposals based on the
following criteria:
• Technical Proposal (Total Points Possible = 60 pts.)
a. Responsiveness to the terms, conditions, and items of performance. (5 pts.)
b. Presentation, completeness, and thoroughness of the proposal. (15 pts.)
c. Experience and knowledge of the scope and services to be performed.
(25 pts.)
d. Qualifications and experience of key personnel. (15 pts.)
• Oral Interview Presentation (if needed) (Total Points Possible = 40 pts.)
a. Overall quality of presentation and response to questions. (15 pts.)
b. Understanding scope of work. (10 pts.)
c. Experience with crossing guard related issues within the City or other
agencies.
(10 pts.)
d. Approach to performing work. (5 pts.)
• Cost Proposal
No cost proposals will be reviewed prior to the evaluation of the technical
qualifications proposals and oral interviews. Once final recommendations have
been made, negotiations on the final cost proposal will ensue. In the event no
agreement can be reached on the price, the City reserves the right to begin
negotiations with all eligible proposers.
The City reserves the right to reject any and all proposals.
Time Schedule
• Solicit for Proposals
• Last day to Submit Questions
• Last day to Respond to Questions
• Proposal Deadline
• Complete Review, Rank Proposals
• Oral Interviews (if needed)
• Negotiations
• Award of Contract
May 22, 2025
June 9, 2025
June 12, 2025
June 19, 2025
July 3, 2025
TBD
TBD
TBD
The above dates are subject to change at the City’s discretion.
6. Inquiries
All questions regarding the Request for Qualifications/Proposals (RFQ/P) must be
submitted in writing. Please send all questions regarding this Request for
Qualifications/Proposal in writing via email to Arthur Aladjadjian, Public Works
Superintendent, at mpublicworks@malibucity.org no later than 4:00 PM, June 19, 2025.
This page summarizes the opportunity, including an overview and a preview of the attached documents.