SLED Opportunity · CALIFORNIA · WEST BASIN MUNICIPAL WATER DISTRICT

    On-Call Construction Management Services

    Issued by West Basin Municipal Water District
    localRFPWest Basin Municipal Water DistrictSol. 232223
    Closed
    STATUS
    Closed
    due Apr 14, 2026
    PUBLISHED
    Mar 16, 2026
    Posting date
    JURISDICTION
    West Basin
    local
    NAICS CODE
    541330
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    232223
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 16, 2026
    Due Date
    April 14, 2026
    NAICS Code
    541330AI guide
    Agency
    West Basin Municipal Water District

    Description

    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.

    Background

    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. 

    Project Details

    • Reference ID: RFP-TH-0118
    • Department: Engineering
    • Department Head: Susanna Li (Mangaer of Engineering)

    Important Dates

    • Pre-Proposal Meeting: 2026-03-23T17:00:00.000Z — Microsoft Teams meeting Join: https://teams.microsoft.com/meet/23802932643345?p=QoLC07bnCVm5XWGzQ5 Meeting ID: 238 029 326 433 45 Passcode: CX7nx6ba Dial in by phone +1 213-349-1594,,690167099# United States, Los Angeles Find a local number Phone conference ID: 690 167 099#

    Addenda

    • Official Notice #1: Pre-Proposal Conference Presentation (released 2026-03-23T18:00:14.440Z) —

      Thank you all for attending the Pre-Proposal Conference. Attached is the presentation for RFP-TH-0118.

    • Addendum #1 (released 2026-04-10T15:23:34.184Z) —

      Attached is Addendum No. 1 for the On-Call Construction Management Services.

      The addendum addresses Section 10.B(4) and Section 11.

    • Official Notice #2: Pre-Proposal Conference - Attendees' List (released 2026-03-23T18:00:18.472Z) —

      Thank you all for attending the Pre-Proposal Conference. Attached is the attendees' list for RFP-TH-0118.

    Evaluation Criteria

    • Completeness & Quality of Proposal (5 pts)
    • Respondent Qualifications, Capabilities, and Experience (20 pts)
    • Professional Qualifications of Key Personnel (20 pts)
    • Technical Approach, Methodology, and Understanding (15 pts)
    • References (5 pts)
    • Fee Schedule (25 pts)
    • Small Business Enterprise Incentive Points (3 pts)
    • Local business Enterprise Incentive Points (3 pts)
    • Small and Local Subs Incentive Points (1 pts)
    • Interview (10 pts)

      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.

    Submission Requirements

    • Proposal Response (required)
      1. Executive Summary Letter

        This letter shall be a brief formal letter from Respondent that provides information regarding the firm and its ability to perform the requirements of this solicitation.  This letter must include the following information:  complete legal company name (as it should appear in a contract), address, contact person, telephone number, and e-mail address. This letter shall identify all materials and enclosures being forwarded in response to this solicitation. The letter must be signed by an individual authorized to bind the proposing entity or by the two corporate officers authorized to bind the proposing entity as set forth in the California Corporations Code.  A proposal submission with an unsigned Executive Summary Letter may result in the proposal being considered non-responsive. 

      2. Qualifications, Capabilities, and Experience

        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.

      3. Key Personnel and Team Member Description

        Respondent shall provide the names, resumes, and a statement of qualifications of key personnel who are expected to be assigned to this project and shall identify their specific responsibilities. Respondent shall include an organizational chart to graphically depict the team members and their roles. Respondent must identify the proposed Construction Manager, Resident Engineers, and inspection staff, including their relevant certifications and minimum years of experience in similar projects. Professional team member resumes (2 to 3 pages) shall be included in the proposal as an appendix and shall not count against the 30-page proposal limit. 

        In addition, Respondent shall submit a complete list of all subconsultants they intend to utilize in the provision of services requested in this solicitation.  Prevailing wages shall be paid to any subconsultant who provides labor on the project for which a prevailing wage classification has been established by the State of California Department of Industrial Relations.  The District reserves the right to request copies of certified payrolls and any other documentation necessary to verify the payment of prevailing wages and fringe benefits from subconsultants of any tier in accordance with the California Labor Code.

      4. Technical Approach and Methodology

        Respondent shall provide a discussion of ways to maximize benefits or services to West Basin, as well as provide specific objectives, measurable recommendations, and detailed solutions that address the defined scope of services, including implementation timelines and expected outcomes.  Respondent shall illustrate the manner in which its team members have the capabilities and experience to fulfill the Scope of Services and proposed project approach. Respondent is encouraged to identify and recommend any improvements/enhancements for the proposed service, as well as highlight any other issues Respondent deems appropriate.

        Project Management 

        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.

      5. References

        Respondent’ shall provide a minimum of three (3) references from different clients for engagements performed in the last five (5) years where the services provided were the same or similar nature to the services requested herein.  Respondent’s Reference Information should include:
          1. Client’s name, contact person, contact person’s responsibility and relationship to the project, address, telephone number, and email address.
          2. A description of the type and extent of the services provided by Respondent to the client.
          3. Names of key personnel on Respondent’s team that participated in named projects and their specific responsibilities. 
          4. Completion dates (estimated, if not yet completed)
          5. Total fees received (or projected)
          6. Total costs of completed project
    • Fee Schedule (required)

      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.

      1. Include the rate schedule by billing classification proposed to be used for this project. While the specific scope of work for each task order will vary, the hourly rates included in the master contract agreement will remain in effect for the term of the contract.
      2. Describe and list all expected fees and other direct costs (ODCs), sub-consultants, markups, or other firm-specific fees.  Markups for ODCs and sub-consultants shall not exceed 10 percent.
      3. West Basin will not provide payment for travel, lodging, meals or subsistence unless requested and approved by the Project Manager in advance of the incurred costs.  No markup will be provided on pre-approved travel, lodging, meals or subsistence costs.  Mileage reimbursement will be based on the standard mileage rates published by the Internal Revenue Service (IRS) effective at the time when the mileage costs are incurred.
      4. Terms and conditions from the Respondent’s sub-consultants shall not be incorporated into the Respondent’s rate schedule and fee proposal.  West Basin will not honor the terms and conditions of sub-consultants and West Basin’s contract with the Respondent shall govern in all cases.
      5. Building/Construction Inspectors, Materials Testers and Surveyors are protected classifications subject to prevailing wage requirements as set forth by the California Department of Industrial Relations.  The Consultant’s rate schedule must reflect prevailing wage payments to its inspection staff, including fringe benefit payments and training fund contributions.  The District reserves the right to request copies of certified payrolls and any other documentation necessary to verify the payment of prevailing wages and fringe benefits in accordance with the California Labor Code.

       

    • Compliance with Insurance Requirements (required)

      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.

    • Minimum Requirement(s) Compliance (required)

      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.

    • Willingness to Provide Financial Statement (required)

      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.

    • Proposal Validity (required)

      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.   

    • DIR Registration Verification (required)

      Please provide your current California Department of Industrial Relations (DIR) Registration Number: 

    • Subcontractor DIR Registration Verification

      If applicable, provide your subcontractor(s) current California Department of Industrial Relations (DIR) Registration Number(s): 

    • Small Business Enterprise Verification (required)

      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.

    • Upload SBE certification. (required)
    • Local Business Enterprise Verification (required)

      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.

    • Upload business license. (required)
    • Sub(s) Small and Local Business Enterprise Verification (required)

      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.

    • Upload Sub(s) business license and/or SBE certification. (required)
    • Acceptance (required)

      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.

    • How did you first hear about this project? (required)
    • [FOR NEW VENDORS ONLY] Attach Company W-9
    • [For New Vendor Only] Attach New Vendor Form

      The New Vendor Form is located in the Attachments section, Attachment C. 

    • Project Detail / Explanation (required)

      Please provide a brief explanation as to the reason and/or purpose for this procurement.

    • Proposal Validity (required)

      Enter desired proposal validity 

    • Vendor Pricing (required)

      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. 

    • Will you hold an Interview Phase? (required)
    • How will you evaluate references? (required)
    • Question for Contracts: Sample Agreement

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Contracts will choose the correct sample agreement during review. 

    • Question for Contracts: Professional Liability Insurance

      ATTENTION QUESTION FOR CONTRACTS ONLY!

      Please do not change the answer to this question. Contracts will modify during the review of the solicitation. 

    • Question for Contracts: Evaluation Criteria (required)

      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. 

    • Question for Contracts: Prevailing Wages and Labor Compliance Requirements? (required)

      ATTENTION QUESTION FOR CONTRACTS ONLY!

    Questions & Answers

    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


    Key dates

    1. March 16, 2026Published
    2. April 14, 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.