SLED Opportunity · CALIFORNIA · WEST BASIN MUNICIPAL WATER DISTRICT
AI Summary
West Basin Municipal Water District seeks qualified firms for on-call construction management services to support various capital improvement, rehabilitation, operations, and customer development projects.
Request for Proposals
Proposals are being accepted by West Basin Municipal Water District (West Basin, District), a Municipal Water District, for On-Call Construction Management Services from qualified construction management consulting firms (Consultant). The Consultant will provide professional consulting services to support the West Basin Engineering and Operations Departments on an as-needed basis for various Capital Improvement, Rehabilitation and Replacement (R&R), Operations Support, and Customer Development Projects. The on-call construction management services shall include, at a minimum: project management, safety management, contract administration, document control, change management, inspection services, quality assurance, quality control, schedule management, materials testing, labor compliance, constructability reviews, and cost estimating.
On-Call Construction Management Services.
West Basin utilizes on-call construction management services to deliver Capital Improvement, Rehabilitation and Replacement, Customer Development and Operations Support projects in a cost efficient and effective manner. The existing On-Call Construction Management Services Agreements will expire on mid-2026; therefore, new professional services agreements will be needed. West Basin’s mission is providing a safe and reliable supply of high-quality water to its customers, and to fulfill its mission, West Basin has identified numerous Capital Improvement and R&R projects scheduled for completion in the next three years. It is estimated that the total value of Construction Management services rendered under the on-call agreements will be approximately $3,000,000.
It is anticipated that up to five (5) Firms will be awarded with a contract to provide on-call construction management services on a task order basis to help implement these various projects. The term of this on-call contract will be three years, ending in June 2029.
Each project shall be negotiated separately and be awarded as a task order, complete with a scope of work, fee estimate, schedule, and project team organization chart, on an as-needed basis. The Consultant must provide a proposal in response to each solicitation from the West Basin project manager. Failure to provide proposals may result in the Consultant being found to be in breach of the Agreement. Details of this provision can be found in Exhibit A.
Task orders under the on-call agreements will be issued as follows:
• West Basin will provide a scope of work for the task order to each Consultant.
• Consultants will submit abbreviated proposals for each task order to identify the fee estimate, construction management approach, construction management team members, Consultant qualifications, design/project schedule, and electronic document control system.
• Fee estimates shall include hourly labor rates for each proposed team member, subtotals and totals for labor, other direct costs (ODCs), and sub-consultant costs by task as well as total costs for each project.
• Task orders will be awarded to a Consultant based on evaluations of proposals for completeness, qualifications, and best value.
• Consultant shall not proceed with the task order until West Basin issues a Contract Release or Task Order Release.
• West Basin reserves the right to negotiate the fee for each task order with the Consultant.
• With respect to construction management task(s) and depending on the size of a specific project, West Basin reserves the right to waive certain tasks mentioned in the Scope of Work (Exhibit A).
• Consultant’s fee schedule shall be in effect upon execution of contract and limited to maximum increases of 3% per calendar year for continuation of the contract for subsequent years. The Consultant shall include a rate schedule for calendar years 2026, 2027, 2028 and 2029 in its proposal. These rate schedules shall be incorporated into the contract documents and remain in effect for the contract term. The rate schedules included in the Respondent’s proposal shall be used as the basis for fee estimates included in each task order proposal.
Thank you all for attending the Pre-Proposal Conference. Attached is the presentation for RFP-TH-0118.
Attached is Addendum No. 1 for the On-Call Construction Management Services.
The addendum addresses Section 10.B(4) and Section 11.
Thank you all for attending the Pre-Proposal Conference. Attached is the attendees' list for RFP-TH-0118.
A short list of Respondents will be selected to participate in an interview / presentation. Short-listed Respondents must be prepared to give their presentation as soon as five (5) business days following the request by West Basin. The interview / presentation will afford the Respondent an opportunity to present the key personnel assigned to the engagement and discuss their qualifications, and other relevant information. The selection panel may ask questions about the Respondent’s written Proposal and other issues regarding their proposed Scope of Services. Presentations will be evaluated and a successful Respondent will be selected for recommendation of contract award. The selection panel will recommend the firm(s) that provides the best overall value to West Basin. Contract award is subject to the approval of West Basin’s Board of Directors.
Respondent shall provide a detailed discussion of its qualifications and capabilities to perform work similar in nature to the services requested herein. Respondent shall provide a discussion of its previous experience with engagements that are the same or similar in nature to the Construction Management services requested herein. Emphasis shall be placed on projects that have been completed by members of the proposed project team.
Respondent shall describe its firm’s construction management approach and philosophy, standard tools, communication protocols and procedures, and QA/QC procedures as they relate to the services requested in this solicitation.
Provide a rate schedule that lists the hourly labor rates by work classification and personnel for your firm. Since this is a multi-year contract, provide a rate schedule for calendar years 2026, 2027, 2028 and 2029. Annual rate increases shall not exceed 3 percent. Annual rates shall be effective on January 1st of each calendar year, regardless of the fiscal year or salary increase schedule used by the Respondent.
Insurance requirements are listed in the in the Sample Agreement. The District will request the actual Accord insurance form and associated documentation when recommendation for award is made.
By clicking YES below, the Respondent confirms their ability to provide the required insurance coverage and Accord insurance form.
In addition to demonstrating that it meets the minimum requirements, Respondent shall affirm that it meets the minimum requirement by confirming below to agree to the following statement:
“I certify that I meet the minimum requirements of this solicitation.”
Respondent’s Proposal may be deemed non-responsive if these minimum requirement(s) are not met. The minimum requirements are defined in the Scope of Services.
If selected, Respondent may be requested to submit a complete financial statement for the two most recent years, prepared in accordance with generally accepted accounting principles. The financial statement must include a balance sheet and income statement.
By clicking Yes below, Respondent indicates that they are prepared to substantiate all information provided. Respondent must indicate herein Respondent’s willingness to provide this information.
By clicking YES below, the Respondent agrees to the minimum proposal validity. Responses to this RFP shall be valid for a minimum of 12 months. Submissions not valid for at least 12 monthsdays will be considered non-responsive.
Please provide your current California Department of Industrial Relations (DIR) Registration Number:
If applicable, provide your subcontractor(s) current California Department of Industrial Relations (DIR) Registration Number(s):
Do you qualify as Small Business Enterprise?
Small Business Enterprise (SBE): To be considered as a Small Business Enterprise and to encourage maximum participation, the District will accept a Vendor that meets and is certified to the Federal U.S. Small Business Administration (SBA) size standards, or the SBE standards set by the California Department of General Services (DGS). In addition, the District will accept a Vendor’s self-certification of any local agency within the State of California. All certifications are subject to verification.
If yes - respondent must attach documentation of Small Business certification.
Do you qualify as Local Business Enterprise?
Local Business Enterprise (LBE): To be considered as a Local Business Enterprise, a Vendor must provide evidence, in the form of a business license, that the Vendor is located at a fixed commercial or residential address where administrative, clerical, professional or other productive work is performed relative to its commercial purpose. The Vendor must be located either within the District’s service area or, within 25 miles of the District’s Carson headquarters for a minimum of one year.
Please click HERE to determine if your firm is considered Local, under Small and Local Business Enterprise Program.
If yes - respondent must attach current copy of the firm's business license.
Do you have a Sub Supplier, Subcontractor or Subconsultant that qualifies as SBE or LBE?
Participation from either SBE or LBE Sub(s) qualify only if at least 30% of the total compensation paid by the District under the terms of the contract are allocated to and received by the SBE or LBE Sub(s).
The Prime must include the Sub(s) services and compensation in its Price Form.
If yes - the Prime (respondent) must attach current copy of the Sub(s) business license and/or SBE certification.
By clicking Yes below, I, on behalf of the Respondent submitting this Proposal, quotation, or bid acknowledge that I have read and understand the subject solicitation and all its attachments. I further acknowledge that, by submission of a proposal, quotation, or bid in response to the subject solicitation, the Respondent accepts all the terms and conditions set forth in the subject solicitation and its attachments, including, but not limited to, the Sample Agreement or the Purchase Order Standard Terms and Conditions, except as specifically identified in an exception submitted concurrently therewith.
The New Vendor Form is located in the Attachments section, Attachment C.
Please provide a brief explanation as to the reason and/or purpose for this procurement.
Enter desired proposal validity
Choose Line Items if you would like to build an electronic pricing table in the software and utilize the low bid evaluation processes within OpenGov.
Choose Vendor Upload if you will allow the Vendor to upload their own formatted document for pricing. This option is typically used for best value evaluation.
ATTENTION QUESTION FOR CONTRACTS ONLY!
Contracts will choose the correct sample agreement during review.
ATTENTION QUESTION FOR CONTRACTS ONLY!
Please do not change the answer to this question. Contracts will modify during the review of the solicitation.
ATTENTION QUESTION FOR CONTRACTS ONLY!
Please do not change the answer to this question. Contracts will modify during the review of the solicitation.
Note for Contracts - Please switch to NO during review process to hide the Evaluation Table.
ATTENTION QUESTION FOR CONTRACTS ONLY!
Q (Section Formatting ): The RFP states in 10. Proposal Response Instructions under B.1, “Respondents may be deemed non-responsive if they do not respond to all Sections, A through J (below).” However, the proposal response sections that are listed in 10. Proposal Response Instructions under B.4 are different than those listed in 11.1 Proposal Response. Which of these section formats are to be followed?
A: Please refer to Addendum No. 1.
Q (Page Limit): The RFP states in 11.1 under C. Key Personnel and Team Member Description that, “… shall not count against the 30-page proposal limit.” Will the cover, cover letter, and dividers be counted in the 30-page limit?
A: Yes
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.