Active SLED Opportunity · CALIFORNIA · WEST COUNTY WASTEWATER

    Design & Engineering Services for the Maintenance Support Facility Project

    Issued by West County Wastewater
    localRFPWest County WastewaterSol. 237233
    Open · 3d remaining
    DAYS TO CLOSE
    3
    due Apr 28, 2026
    PUBLISHED
    Mar 26, 2026
    Posting date
    JURISDICTION
    West County
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    West County Wastewater District seeks proposals for design and engineering services for a new modular Maintenance Support Facility. The contract includes pre-construction and construction phase services with a base term of one year plus options. Proposals are due by April 28, 2026, and must be submitted via WCW's eProcurement Portal.

    Opportunity details

    Solicitation No.
    237233
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 26, 2026
    Due Date
    April 28, 2026
    NAICS Code
    541330AI guide
    Agency
    West County Wastewater

    Description

    Notice Inviting Proposals

    West County Wastewater District ("WCW") is seeking proposals from qualified firms to provide research, design, engineering services during the bidding/pre-construction phase (construction bid review, RFI review, etc.) and engineering services during the construction phase (submittal review, as-built services, etc.) of WCW's new modular Maintenance Support Facility Project ("Services"), as further detailed in Section 3, Scope of Services. If approved by WCW's Board of Directors, the successful Proposer will execute an agreement in the form of Attachment A for one (1) year base term with up to four (4) one year option terms.

    The project scope, content of proposal, and selection process are summarized in this Request for Proposals ("RFP"). The goal of the project is for WCW to obtain fully permitted and approved design associated with the installation of pre-purchased 30' x 60' modular for maintenance staff occupancy. The design should include adequate seismic bracing and ensure compliance with Americans with Disabilities Act (ADA) requirements for the interior and exterior of the building. WCW intends to adhere to the solicitation schedule shown in the Timeline below, which is subject to change at WCW's sole discretion.

    Solicitation Schedule

    The complete Solicitation Schedule is stated in the Timeline section below.

    All proposals must be submitted through WCW's eProcurement Portal, OpenGov Procurement, in accordance with the solicitation schedule. All Questions must be submitted in writing through OpenGov Procurement by clicking the Question/Answer Tab. All Questions submitted and answers provided will be electronically distributed to Proposers through OpenGov Procurement, pursuant to the solicitation schedule in the Timeline below.

    Proposals will not be accepted after the proposal submission deadline. An incomplete proposal or a proposal that does not conform to the requirements may not be considered, in WCW's sole discretion. Issuance of this RFP does not obligate WCW to award a contract. WCW is not liable for any of Proposer’s costs to prepare and submit a proposal. WCW may award all or parts of this contract to several Proposers, select no Proposers, and/or to re-solicit proposals. By submitting a proposal, the Proposer agrees that it has read and understands all requirements and conditions of this RFP.

    Submission of a proposal constitutes a firm offer to WCW for 180 days from the deadline. Submission of a proposal indicates an intent to be bound to the conditions contained in this RFP unless a clear exception request is included in the proposal. Questions regarding this RFP are to be submitted and answered through WCW's eProcurement Portal.

    Background

    WCW provides wastewater collection and treatment services to approximately 100,000 residents. WCW is a political subdivision of the State of California and operates as an independent special district. WCW's current political boundaries are comprised of the City of San Pablo, a portion of the City of Richmond, a portion of the City of Pinole, and some unincorporated areas within western Contra Costa County.

    WCW's system includes 252 miles of gravity sewer pipelines, 17 lift stations, 6 miles of pressurized force mains, and a water quality resource recovery plant with a National Pollutant Discharge Elimination System (NPDES) permitted capacity of 12.5 million gallons per day.

    Project Details

    • Reference ID: 26-RFP-021
    • Department: Infrastructure and Planning
    • Department Head: Angela Andrews (Director of Infrastructure & Planning)

    Important Dates

    • Questions Due: 2026-04-14T00:00:11.279Z
    • Answers Posted By: 2026-04-21T00:00:50.960Z
    • Pre-Proposal Meeting: 2026-04-07T18:30:38.827Z — 2377 Garden Tract Road, Richmond, CA 94801

    Addenda

    • Addendum #1 (released 2026-04-14T20:22:24.272Z) —

      Please use the attached Cost Proposal Form - this form replaces the existing Form 3 Cost Proposal Form within the attachments section. Thank you!

    • Addendum #2 (released 2026-04-20T21:33:50.085Z) —

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

    • Addendum #3 (released 2026-04-20T21:52:14.481Z) —

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

    • Addendum #4 (released 2026-04-20T21:52:17.002Z) —

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

    Evaluation Criteria

    • Qualifications and Experience (50 pts)

      Prior experience history and qualifications of the Proposer, and the proposed team, in providing like services in a similar environment; record of completing work on schedule; strength and stability of the firm, as demonstrated by financial statements; demonstrated communications quality and success; references, including WCW's prior experience with the Proposer.

    • Team Members (20 pts)

      The professional, technical and managerial qualifications and experience of personnel named in the proposal, including the proposed Project Manager; previous relevant experience which demonstrates capability to successfully manage work; years of experience; extent of experience applicable to this work; experience in key staff positions; experience in successfully managing work schedules and controlling costs; qualifications of principals and associates; team organization.

    • Project Approach and Methodology (30 pts)

      Approach to the Scope of Services as noted in Part 3, Scope of Services; proposal demonstrates clear understanding of service requirements and addresses all proposal requirements adequately, including the proposed project timeline and the required submissions, including samples and forms, as may be required.

    Submission Requirements

    • Proposal Cover Form (required)

      Upload the completed Proposal Cover Form, Form 1.

    • Technical Proposal (required)

      Please upload your proposal including all required contents in a PDF file.

    • References (required)

      Please upload your Reference Forms, Form 2.

    • Cost Proposal Form (required)

      Please upload a Cost Proposal Form, Form 3, in the format provided in the attachments. Proposers must complete the hourly rates and the Not-To-Exceed amount to complete the Services for the base term.

    • California Levine Act Statement (required)

      Please upload your California Levine Act Statement, Form 4.

    • Redacted Proposal

      If the Proposer believes any information in the proposal contains information exempt from disclosure under the CPRA, including trade secrets or other proprietary information that the Proposer believes would cause substantial injury to the Proposer’s competitive position if disclosed, the Proposer must request that WCW withhold from disclosure the exempt information by submitting:

      1. a redacted copy of the proposal that redacts the purportedly exempt information; and
      2. a separate "confidentiality index including: the section and page number of the proposal where the information is located; and an explanation of why the information is exempt from disclosure under the CPRA.
    • Proposer acknowledges that the Request for Proposals, required Forms, and Addenda, if any, are made part of its proposal. (required)
    • Scope Description (required)

      Insert summary description of scope of services/work

    • CIP Project Type (required)

      Is this RFP for project based (CIP) services?

    • Enter project name. (required)
    • Base Year plus Options (required)

      If the resulting contract is for a base year and additional optional years please select your preference for this project.

       

    Questions & Answers

    Q (Section 4.1. Proposal Content): In Section 4.1.D.1, Qualifications and Experience. Consider rewriting D.1 to: 5 years experience providing ADA compliant design services for buildings and public works projects for government agencies. How the statement in RFP is interpreted: Specifying ADA services for modular buildings /trailers is very specific and maybe disqualifying for most firms that would do the work. This type of work may not be common for firms to have 5 years of experience as WCW is combining site civil work and building services into one effort.

    A: Section 4.1 D.1 has been updated to reflect the above-referenced language: "Have (through themselves, their team members or their sub-consultants) at least three (3) years of experience providing ADA-compliant design services for buildings and public works projects for government agencies;" Please see Addenda & Notices tab for updated section.


    Q (Proposed Compensation (Form 3)): Form 3 is blank. Request that the provided blank form to be filled out by WCW with all the categories/sub categories listed on page 19 in order for consultants to add relevant financials. This should match the language on sheet 19. Is this a federally funded project? The reason I ask is due to the significant requirements on cost breakdown structure for the cost proposal. Request a simpler Cost Proposal that would focus on hours/rates of employees. Why would the design consultant have a WCW-Furnished field office for design work and then to come up with the costs associated? Labor rates, audit rate package and standard accounting can be provided. In summary, request to remove /revise Cost Proposal Requirements. This requirement for a subconsultant cost proposal and audit package would make sense if the subconsultant was performing 30-70% of the work, but a threshold was not provided in the RFP and penalizes minor work by subconsultants.

    A: This project is not a federally-funded project. Additionally, please find the updated Cost Proposal Form under the "Addenda" section.


    Q (Proposed Compensation (Form 3)): Form 3 is blank. Request that the provided blank form to be filled out by WCW with all the categories/sub categories listed on page 19 in order for consultants to add relevant financials. This should match the language on sheet 19. Is this a federally funded project? The reason I ask is due to the significant requirements on cost breakdown structure for the cost proposal. Request a simpler Cost Proposal that would focus on hours/rates of employees. Why would the design consultant have a WCW-Furnished file office for design work and then to come up with the costs? Labor rates, audit rate package and standard accounting can be provided. In summary, request to remove /revise Cost Proposal Requirements.

    A: This project is not a federally-funded project. Additionally, please find the updated Cost Proposal Form under the "Addenda" section.


    Q (Level of interior furnishing for prefabricated modular building): The plans and project documents provided indicate that toilets, plumbing and interior components are already provided in the modular building. Can you please define the level of furnishings (i.e. chairs, tables, wall partitions, painting of interior/exterior, interior electrical, fans, air conditioning, etc.) that would be requested as part of this RFP. There is limited direction in the RFP on the level of interior refinements (focus appears to installing the prefabricated modular building onsite).

    A: As WCW will handle the furnishing aspect of the modular building and overall project, WCW will not require furnishing tasks from the selected vendor.


    Q (Construction Inspection - Contractor Management): The RFP spells out the design engineers' role in supporting construction. Whom will be managing the contractor (inspection, construction testing for earthwork, paving, concrete, seismic installation, dailies, non-compliance actions during construction, progress billing)? It is assumed the following: Limited post design assistance appears in Section C (page 14) indicates Bidding/Pre-Con matters in a supporting role and appears WCW will be taking the lead. Limited bidding/pre-con and services during construction (Section D, page 15) will be provided by design consultant per the RFP. WCW will need to have a project manager assigned to address the items above or hire a construction inspector to fulfill as it does not appear in the scope.

    A: WCW's Project Manager will be Angela Andrews, Director of Infrastructure and Planning. WCW will acquire additional construction management services if needed.


    Key dates

    1. March 26, 2026Published
    2. April 28, 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.