SLED Opportunity · CALIFORNIA · COUNTY OF NAPA, CA

    Backflow Device Testing and Reporting Services

    Issued by County of Napa, CA
    countyRFPCounty of Napa, CASol. 187532
    Closed
    STATUS
    Closed
    due Apr 17, 2026
    PUBLISHED
    Mar 18, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    238220
    AI-classified industry

    AI Summary

    Napa County seeks contractors for backflow device testing and reporting services at multiple locations. Requires California C-36 Plumbing License and DIR registration. Contract term is five years starting July 1, 2026. Proposal evaluation includes company overview, experience, service approach, and pricing.

    Opportunity details

    Solicitation No.
    187532
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 18, 2026
    Due Date
    April 17, 2026
    NAICS Code
    238220AI guide
    Jurisdiction
    County of Napa, CA
    Agency
    County of Napa, CA

    Description

    The Napa County Department of Public Works is issuing this Request for Proposal (RFP) seeking proposals from qualified contractors to provide contract pricing for backflow device testing and reporting services at various County locations.  The selected contractor will provide the County with annual routine services and non-routine services at various County locations. The County has approximately 47 devices requiring testing annually. For a list of routine service locations, see the full Scope of Work.
     
    Excluded in the scope of work in this RFP and any subsequent contract is work done at the Napa County Correctional Facility, located at 2210 Napa Vallejo Highway, Napa, CA . Due to differences in timeline, contract language, and separate contract review agencies, a separate, yet concurrent, RFP is published for service at the correctional facility. Respondents may respond to both RFPs. For reference, the correctional facility RFP is RFP number CORR032601.
     
    A California C-36 Plumbing Contractor License is required. Registration with the California Department of Industrial Relations (DIR) is required.
     
    The term of agreement is anticipated to be five (5) years, comprised of an initial three (3) year term with the provision of two (2) additional one (1) year terms. The agreement and services start date is anticipated to be July 1, 2026.

    Project Details

    • Reference ID: PM032601
    • Department: Public Works
    • Department Head: Steven Lederer (Department Head)

    Important Dates

    • Questions Due: 2026-03-26T23:00:49.634Z
    • Answers Posted By: 2026-04-02T23:00:03.633Z

    Addenda

    • Addendum #1 (released 2026-03-25T21:34:17.363Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-02T22:33:24.605Z) —

      Attachment B-Device Information RFP No. PM032601 is now attached to this RFP.

    Evaluation Criteria

    • Company Overview (10 pts)
      1. Provide a description and brief history/background of your company. Include the number of years in business; list of owners; board of directors, if applicable; key company personnel; total number of employees in the company; total number of employees working out of the office, warehouse, or depot from where services for this agreement will originate; number of staff who provide backflow device services company wide; number of staff who will provide backflow device services working out of the office, warehouse, or depot from where services for this agreement will originate; and number of staff who will support invoicing and accounting for this agreement.
      2. Provide your company's definition and parameters for regular, overtime, and double time labor hours.
      3. Describe any environmentally sustainable business practices that your company utilizes, whether in the office or in the field.
      4. Demonstrate compliance with the California Air Resources Board (CARB) Advanced Clean Fleet Regulatory program. For more information, please visit the CARB Advanced Clean Fleets webpage at https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets. If not applicable, please indicate so.
    • Background, Experience, Qualifications, Technical Capabilities (30 pts)
      1. Describe your company's background, experience, qualifications, technical capabilities, and expertise providing backflow device services. Experience and qualifications of key field personnel should be included.
      2. List your company’s current licensing, registrations, and certifications, including certification in compliance with State Water Resources Control Board policy for backflow testers and technicians.
      3. Provide examples of services that your company and team members are successfully working on or have completed within the past 3 years similar in scope of work to this RFP. Any current or past contracts with government agencies can be listed and described in this section.
      4. Describe your company’s employee training and safety programs.
    • Offered Services and Approach to Scope of Work (20 pts)
      1. Provide a detailed description of your company’s offered services and approach to the scope of work. Attention to the details provided in the Scope of Work should be considered with your response. If applicable, please identify any service in the scope of work you intend to subcontract and identify the intended subcontractor(s), and the nature and quality of the past working relationship(s).
      2. Describe your customer service approach and process, including your ability to provide an assigned and dedicated account representative for the service agreement, ability to invoice locations separately, your approach to responding to invoicing and accounting questions or discrepancies, and your approach to responding to and scheduling service requests. Also include your emergency response process, availability, and response times.
    • Pricing-Rate Proposal (40 pts)

      Based on submitted rate sheet. See Vendor Submissions.

    Submission Requirements

    • Cover Page and Company Information (required)

      See Organization of Proposal and Project Organization Requirements for Required Information.

    • Company Experience, Qualifications, and Approach to Scope of Work (required)

      See Evaluation Criteria for required information that must be provided.

    • Pricing-Rate Proposal (required)

      Submit a rate sheet reflecting your company's proposed rates effective 7/1/2026 as related to the Scope of Work. Upload rate sheet here.

      Provide rates for backflow testing and reporting services, including associated fees or charges, if applicable. Also provide rates for additional backflow device services including repairs. Provide overtime and double time rates for services.

      Payment of California Prevailing Wage is required.

    • References (required)

      Provide a minimum of three (3) current references for which your agency has provided services similar to those described in this Request for Proposals. References shall include entity, contact name, address, title, phone number, and term of contract.

      The County reserves the right to contact references not provided in the submittals.

    • You are required to disclose any alleged significant prior or ongoing contract failures, any civil or criminal litigation or investigation pending which involves the Proposer or a verification. (required)

      Failure to comply with the terms of this provision may disqualify any proposal. The County of Napa reserves the right to reject any proposal based upon the Proposer’s prior history with the County of Napa or with any other party, which documents, without limitation, unsatisfactory performance, significant failures to meet contract milestones or other contractual failures. 

      Please disclose below. If you have no disclosures to report please write that you have no reportable disclosures.

    • The proposer accepts the County’s standard Agreement for Minor Construction, Repair or Maintenance; and is willing and able to meet the County’s insurance requirements, found in the draft agreement. See Section IV, V, and Exhibit C. (See Attachment A) (required)
    • If no was selected, please provide reasons/exceptions: (required)

      Agreement for Minor Construction, Repair or Maintenance: Respondents should clearly note in their proposals whether they take exception to any of the agreement requirements and should include a detailed explanation of the reason for the exception and a counterproposal or alternative suggestion(s) for the County’s review. However, after review of any respondent’s exceptions, the County reserves the right to reject any and all exceptions taken to the County’s agreement.

      Insurance: Respondents who are unable to meet all the County’s insurance requirements may submit with their proposal an alternative plan for obtaining insurance that will adequately mitigate the risks associated with providing the services. Any alternative insurance coverage request is subject to review and approval by County Counsel and the County’s Risk Management Officer.

      Failure to meet the County’s insurance requirements (as determined by County Counsel and County Risk Management) may be sufficient reason for disqualification from the selection process.

    • Provide the California Department of Industrial Relations (DIR) registration number of the proposer and all proposed subcontractors. Failure to provide Proposer's valid DIR registration number will disqualify respondent. (required)
    • Provide the California C-36 Plumbing Contractor License number of the proposer and all proposed subcontractors. (required)
    • What is the estimated end date of the awarded contract? (required)

      Ex. May 4, 2025

    • What is the not to exceed project value? (required)

      Ex. $10,000

    • Federal Funds may or will be used. (required)

    Questions & Answers

    Q (OPEN Backflow Device Testing and Reporting Services): 1. In the scope of work, there are 18 different sites with 47 backflow devices. What is Backflow device count for each of those sites?

    A: See Attachment B-Device Information RFP No. PM032601 now included as an attachment to this RFP.


    Q (No subject): 1. Could the County provide an inventory of all backflow devices, including quantity, size, type, and location(s) currently covered under this contract?

    A: See Attachment B-Device Information RFP No. PM032601 now included as an attachment to this RFP. Attachment B contains the available information requested. If a cell is blank, this indicates the information is not available.


    Q (No subject): Can the County share historical service data (past 2–3 years) for:  Annual testing volumes  Repairs/replacements  Emergency service calls

    A: Approximate service data totals 7/1/2023 to present: • Tests - 96 • Repairs/replacements - 17 • Emergency service calls - 0


    Q (No subject): Please confirm whether Non-Routine Services are limited to the correctional facility or if they may extend to additional County facilities.

    A: Non-Routine services are included in RFP No. PM032601 for County facilities, excluding the Correctional Facility. The Correctional Facility, located at 2210 Napa Vallejo Highway, Napa, is not included in the Scope of Work for RFP No. PM032601. See Napa County RFP No. CORR032601 for the Correctional Facility service location. Non-Routine services in RFP No. CORR032601 do not extend to other County facilities.


    Q (No subject): Please clarify what conditions constitute an “emergency” requiring a 4-hour response time.

    A: An emergency may include but is not limited to potable water contamination by reverse flow or any incident that requires potable water shut-off as a result of the backflow device for a facility where potable water is required. In the unlikely event of a catastrophic failure of a backflow device resulting in the shut off of water (Fire or Domestic) to an entire building; an emergency response would be appropriate.


    Q (No subject): Are after-hours, weekends, or holidays included in emergency response expectations?

    A: Yes.


    Q (No subject): Are there any performance standards, penalties, or liquidated damages associated with response times?

    A: Penalties have not been assessed for failure to meet the response times requirement. The County understands there can be situations that are beyond contractor control. The response times is best practice.


    Q (No subject): Can the County outline the security clearance process, timeline, and requirements for technicians working at the correctional facility?

    A: The Correctional Facility located at 2210 Napa Vallejo Highway, Napa is not included in the Scope of Work for this RFP No. PM032601. See Napa County RFP No. CORR032601 for the Correctional Facility service location.


    Q (No subject): Will technicians require escorts while on-site, and if so, is escort/wait time billable?

    A: Typically, technicians are escorted by County staff. If proposers intend to include escort/wait time as part of service costs, that can be communicated in their Pricing-Rate Proposal submission under RFP Section 14 Vendor Submissions #3 “Price-Rate Proposal.”


    Q (No subject): Are there any site access restrictions or limitations that could impact scheduling or productivity?

    A: There are currently no known restrictions or limitations. However, this is subject to change.


    Q (No subject): Is there a minimum annual contract value or estimated annual spend associated with this agreement?

    A: No, there is no set annual contract value or estimated annual spend. Appropriate compensation limits will be determined at the time of contract negotiations.


    Q (No subject): Should travel time, mobilization, and administrative/reporting time be included in hourly rates, or are they billable separately?

    A: All proposed costs and fees should be clearly communicated in proposer’s Pricing-Rate Proposal submission under RFP Section 14 Vendor Submissions #3 “Price-Rate Proposal”.


    Q (No subject): How will prevailing wage increases be handled over the term of the contract?

    A: The County’s standard rate adjustment mechanism for services under the Agreement for Minor Construction, Repair or Maintenance services can be found in Section 3.5 of Attachment A. The County will consider alternative rate adjustment mechanisms. Proposers may submit their own proposed mechanism for rate increases in their Pricing-Rate Proposal submission under RFP Section 14 Vendor Submissions #3 “Price-Rate Proposal”.


    Q (No subject): Is there a standard markup allowance for materials and equipment under Non-Routine Services?

    A: There is no standard markup allowance. Proposers should include any proposed markup in their Pricing-Rate Proposal submission under RFP Section 14 Vendor Submissions #3 “Price-Rate Proposal”.


    Q (No subject): What is the typical approval process and timeline for repair work once deficiencies are identified?

    A: Quotes received for repair work will proceed through an internal workflow. Once the workflow is complete, the Property Management Supervisors or Superintendent will communicate the approval to the contractor. The timeline can vary based on service needs, service costs, and administrative processes. Emergency repairs are given priority and responded to as quickly as possible.


    Q (No subject): Are there authorization thresholds (e.g., not-to-exceed limits) for repairs that can be performed without prior written approval?

    A: No.


    Q (No subject): In the event of scope modifications after award, will the County allow for equitable adjustments to pricing?

    A: If the awarded agreement’s Scope of Work is modified through an amendment, adjustments to pricing can be negotiated for the added or modified scope.


    Q (No subject): Can the County clarify the annual rate adjustment mechanism (e.g., CPI, predetermined percentage, or negotiation)?

    A: The County’s standard rate adjustment mechanism for services under the Agreement for Minor Construction, Repair or Maintenance services can be found in Section 3.5 of Attachment A. The County will consider alternative rate adjustment mechanisms. Proposers may submit their own proposed mechanism for rate increases in their Pricing-Rate Proposal submission under RFP Section 14 Vendor Submissions #3 “Price-Rate Proposal”.


    Q (No subject): Will the County consider multi-year rate structures that account for labor and material cost escalation?

    A: Yes, the County will consider multi-year rate structures. Proposers may submit their proposed multi-year rate structures in their Pricing-Rate Proposal submission under RFP Section 14 Vendor Submissions #3 “Price-Rate Proposal”.


    Q (No subject): Can the County provide a summary of the required insurance limits and endorsements for this contract?

    A: For insurance information, please refer to Section IV, V, and Exhibit C of Attachment A to this RFP “Minor Construction, Repair, or Maintenance Agreement (Sample only – Please do not return)”. Information can also be found at https://www.napacounty.gov/3941/Napa-County-Insurance-Guide.


    Q (No subject): Approximately how many reports are expected annually, including retests and follow-ups?

    A: Approximately 47 test reports are expected annually. However, this number may increase or decrease based on actual service needs and actual services rendered. There is no guaranteed minimum.


    Q (No subject): Does the County intend to award to a single contractor or multiple vendors under this RFP?

    A: The County intends to award one contract under this RFP No. PM032601.


    Q (No subject):

    A: Can you provide clarity on the service locations for RFP No. PM032601 and RFP No. CORR032601? This RFP No. PM032601 is for services directed by the Napa County Department of Public Works. This RFP is for the listed Routine Services locations in the Scope of Work and Non-Routine Services for other County locations. Other facilities Countywide under this RFP does not include the Napa County Department of Corrections facility at 2210 Napa Vallejo Highway. RFP No. CORR032601 is a separate RFP for services directed by the Napa County Department of Corrections for the facility located at 2210 Napa Vallejo Highway, Napa, CA only. Non-Routine services in RFP No CORR032601 do not extend to other County facilities. See Addendum #1 to RFP No. CORR032601.


    Key dates

    1. March 18, 2026Published
    2. April 17, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.