Active SLED Opportunity · CALIFORNIA · LAS VIRGENES MUNICIPAL WATER

    Potable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services

    Issued by Las Virgenes Municipal Water
    localRFBLas Virgenes Municipal WaterSol. 200519
    Open · 18d remaining
    DAYS TO CLOSE
    18
    due May 11, 2026
    PUBLISHED
    Mar 23, 2026
    Posting date
    JURISDICTION
    Las Virgenes
    local
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    Las Virgenes Municipal Water District seeks electrical contractor services to upgrade potable and reclaimed water distribution controls and communications, including SCADA and wireless backhaul systems, with bids due May 11, 2026.

    Opportunity details

    Solicitation No.
    200519
    Type / RFx
    RFB
    Status
    open
    Level
    local
    Published Date
    March 23, 2026
    Due Date
    May 11, 2026
    NAICS Code
    238210AI guide
    Agency
    Las Virgenes Municipal Water

    Description

    The Las Virgenes Municipal Water District (LVMWD) is seeking Bids for Potable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services. Bids are to be submitted through the Procurement Portal at https://procurement.opengov.com/portal/lvmwd, no later than 5:00 pm on Monday, May 11, 2026. LVMWD is undertaking a critical infrastructure modernization initiative to upgrade the Supervisory Control and Data Acquisition (SCADA) and network communication systems for its potable and reclaimed water distribution operations. This project addresses urgent vulnerabilities in legacy systems that are increasingly at risk of failure, while positioning the District to meet modern reliability, security, and performance standards.

    The District's water operations encompass 61 remote sites located across difficult terrain. The backbone upgrade will support both potable water and recycled water operations, ensuring the District can provide safe and reliable water supply at all times. This project will touch 10 of those sites, and include validation testing of the proposed backbone strategy. The implementation includes:

    Network Infrastructure Foundation: Establishing the wireless backhaul communications system upgrade that will serve as the backbone for all future improvements. This includes comprehensive site surveys, network design, and development of a prioritized roadmap for network upgrade projects.

    Electrical Infrastructure Requirements:

      • Installation of new control systems hardware in pre-existing control panels
      • Electrical wiring
      • Radio and telemetry equipment installation and setup

    Background

    The District has partnered with The Rovisys Company (Rovisys), who is currently engaged in related projects, including planning and design of SCADA-related elements for the future Advanced Water Treatment Facility, demonstrating the integrated nature of these infrastructure improvements.

    The relationship with a system integrator acts as an extension of the District's IT and SCADA staff, enabling input on network upgrades, systems design, hardware recommendations, security assessments, IT governance, and capital improvement projects requiring SCADA and IT components.

    This RFB represents an opportunity for qualified electrical contractors to contribute to a project of genuine regional importance. The successful vendor will be part of a collaborative effort that enhances public safety, improves operational efficiency, and strengthens infrastructure resilience for years to come. The work requires technical expertise in electrical installation and communications infrastructure, along with the ability to work effectively within the constraints of operational facilities that must remain in service during construction.

    The work will demonstrate the value of the comprehensive upgrade approach and establish the foundation for future projects that will extend these improvements throughout the District's service area. Contractors who deliver excellent work on this project may have opportunities to participate in subsequent projects as the District continues its infrastructure modernization program.

    Project Details

    • Reference ID: 2025-RFB-031
    • Department: F & A, Information Systems
    • Department Head: - (-)

    Important Dates

    • Questions Due: 2026-04-28T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-06T18:00:00.000Z — 4232 Las Virgenes Rd, Calabasas, 91302, Board Room

    Evaluation Criteria

    • General Information

      The Las Virgenes Municipal Water District (District) serves the western edge of Los Angeles County including the cities of Agoura Hills, Calabasas, Hidden Hills and Westlake Village. The district occupies 122 square miles and services a population of approximately 70,000. The District provides potable water, recycled water, and sanitation (wastewater) services to its customers through three separate enterprise funds. The sanitation and recycled water services are provided through a Joint Powers Authority with the Triunfo Sanitation District.

      Las Virgenes Municipal Water District is organized under the Municipal Water District Act of 1911 (California Water Code 7100). A five-member board of directors, each elected by geographic divisions, provides governance. Directors serve overlapping four-year terms, and every two years - concurrent with installation of the newly elected board – they select board officers. The board also selects a local representative from LVMWD to serve on the Board of Directors of the Metropolitan Water District of Southern California.

      The District is requesting Bids from qualified Vendors for construction of the Potable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services.

      To be considered, the Bid must be received electronically, through the Procurement Portal by 5:00 pm on Monday, May 11, 2026.

      Bids received after the above date and time will not be considered. Submitters will receive an email confirmation of receipt of the Bid. The District is not responsible for emails that fail to deliver regardless of the cause of the failure.

    • Introduction

      Each bidder and its bid shall comply with these instructions to bidders and the terms and conditions provided with the bid documents.

    • Questions and Notifications

      All questions regarding this bid must be directed through the Procurement Portal and received no later than Monday, April 27, 2026 at 5:00 pm. Questions will be answered by NO VALUE at NO VALUE. At the end of the Question period, a summary of all questions and responses will be posted through the Procurement Portal.

      Contact with anyone other than as directed above may be just cause for rejection of bid.

    • General Information

      The Las Virgenes-Triunfo Joint Powers Authority (JPA) was formed between the Las Virgenes Municipal Water District (District) and the Triunfo Water and Sanitation District (TSD) in 1964 to construct, operate and maintain a joint wastewater treatment system for their respective service areas. The JPA facilities include the Tapia Water Reclamation Facility (Tapia), the Rancho Las Virgenes Composting facilities (Rancho), approximately 60 miles of trunk sewers, and an extensive recycled water transmission and distribution system.

      The Rancho Las Virgenes Composting Facility, located at 3700 Las Virgenes Rd., Calabasas, Ca., has been in service since 1994. The facility was constructed to treat and convert biosolids, from the Tapia Water Reclamation Facility (WRF), for beneficial reuse as a rich soil amendment. Tapia WRF currently treats on average 7.0 million gallons (MG) of wastewater per day and pumps approximately 80,000 gallons of combined primary and waste activated sludge to Rancho Las Virgenes. Rancho Las Virgenes produces upwards of 2,500 dry tons or 12,000 – 15,000 cubic yards of Class A compost annually.

      The District is requesting Bids from qualified Vendors for construction of thePotable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services.

      To be considered, the Bid must be received electronically, through the Procurement Portal by 5:00 pm on Monday, May 11, 2026.

      Bids received after the above date and time will not be considered. Submitters will receive an email confirmation of receipt of the Bid. The District is not responsible for emails that fail to deliver regardless of the cause of the failure. 

    • General Information

      The Las Virgenes-Triunfo Joint Powers Authority (JPA) was formed between the Las Virgenes Municipal Water District (District) and the Triunfo Water and Sanitation District (TSD) in 1964 to construct, operate and maintain a joint wastewater treatment system for their respective service areas. The JPA facilities include the Tapia Water Reclamation Facility (Tapia), the Rancho Las Virgenes Composting facilities (Rancho), approximately 60 miles of trunk sewers, and an extensive recycled water transmission and distribution system.

      The Tapia WRF was originally constructed to treat 0.5 million gallons per day (MGD). Several expansions have increased the plant to a capacity of 12 MGD, treating wastewater to the tertiary level. Tapia currently treats on average 7.0 MGD, which is disposed of through three different means: recycled water use, discharge to the Los Angeles River, or discharge to Malibu Creek. Discharges to Malibu Creek and the Los Angeles River are regulated under a National Pollutant Elimination System (NPDES) permit issued by the Los Angeles Regional Water Quality Control Board (LARWQCB).

      The District is requesting Bids from qualified Vendors for the construction of thePotable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services.

      To be considered, the Bid must be received electronically, through the Procurement Portal by 5:00 pm on Monday, May 11, 2026.

      Bids received after the above date and time will not be considered. Submitters will receive an email confirmation of receipt of the Bid. The District is not responsible for emails that fail to deliver regardless of the cause of the failure.  Email confirmations will be sent when Bids are received.

    • Question Responses and Addendum(s)

      It is the bidder’s responsibility to ensure they access and review any question responses and resulting addendum(s) posted. The District is not responsible to notify individual potential bidders of the availability of question responses and/or resulting addendum(s) beyond this notice. The District is not responsible for lost or misdirected e-mail communications. Other than directing a bidder to a specific segment of the bid documents, questions received after the question period has ended will not be answered.

    • Submission of Bids

      Bids are to be submitted only on the prescribed Las Virgenes Municipal Water District Bid Forms included as part of this bid package and described in the Request for Bids and must be submitted through the Procurement Portal. Bid submission deadline is Monday, May 11, 2026; 5:00 pmFAXED, E-MAILED, OR MAILED BIDS WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES. ALL BIDS MUST BE SUBMITTED THROUGH THE PROCUREMENT PORTAL. Bidders are required to submit the following information with their bid: 

      1. Completed Bid Form-Schedule (3 pages)
      2. Renewal Inflation Indicator
      3. Contact information for three public entities the bidder is currently supplying with Sodium Hypochlorite
      4. Product information/technical data sheet
      5. Global Harmonized System-Safety Data Sheet (GHS-SDS)
    • General Information

      The Las Virgenes-Triunfo Joint Powers Authority (JPA) was formed between the Las Virgenes Municipal Water District (District) and the Triunfo Water and Sanitation District (TSD) in 1964 to construct, operate and maintain a joint wastewater treatment system for their respective service areas. The JPA facilities include the Tapia Water Reclamation Facility (Tapia), the Rancho Las Virgenes Composting facilities (Rancho), approximately 60 miles of trunk sewers, and an extensive recycled water transmission and distribution system.

      JPA is pursuing indirect potable reuse (IPR) through the Pure Water Project Las Virgenes-Triunfo (Project) to produce a new, local, drought resilient water supply through California surface water source augmentation project (SWSAP) (https://www.waterboards.ca.gov/drinking_water/certlic/drinkingwater/documents/swa/s wafinalregtext.pdf). The fundamental plan is to build an Advanced Water Purification Facility (AWPF) to treat tertiary effluent from the Tapia Water Reclamation Facility (WRF) for IPR, and convey the purified water to the Las Virgenes Reservoir, where it will be blended with the existing Metropolitan Water District of Southern California (Metropolitan) supply in the reservoir.

      The District is requesting Bids from qualified Vendors to provide Potable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services.

      To be considered, the Bid must be received electronically, through the Procurement Portal by 5:00 pm on Monday, May 11, 2026.

      Bids received after the above date and time will not be considered. Submitters will receive an email confirmation of receipt of the Bid. The District is not responsible for emails that fail to deliver regardless of the cause of the failure.  Email confirmations will be sent when Bids are received.

    • High-Bandwidth Wireless Backhaul
        1. Contractor to recommend high-bandwidth wireless backhaul infrastructure.

       

        1. Minimum requirements for wireless backhaul hardware:
          1. General Architecture
            1. Point-to-point (PTP) connections for each link with a dedicated radio at each endpoint of that link.
          2. Spectrum
            1. Equipment shall operate exclusively in unlicensed spectrum permitted for outdoor fixed wireless operation in the deployment jurisdiction
            2. Contractor shall provide an interference assessment and channel plan appropriate to the selected band.
            3. Adaptive modulation and channel width selection are required.
          3. Performance
            1. Each PTP link shall deliver a minimum sustained real-world IP throughput of 100 Mbps, measured under normal operating conditions.
            2. Solutions capable of ≥500 Mbps sustained throughput shall be clearly identified in the bid and will receive a higher technical score.
          4. Latency & Stability
            1. Wireless link latency shall be suitable for backhaul applications, including real-time and industrial traffic.
            2. Adaptive rate control shall maintain link stability during interference or environmental changes.
            3. Packet loss under normal operating conditions shall be minimized and documented during acceptance testing.
          5. Network Interfaces
            1. Each radio shall provide at least one Ethernet data interface with a minimum speed of 1 Gbps.
            2. Copper Ethernet interfaces are acceptable.
            3. VLAN tagging (IEEE 802.1Q) shall be supported.
            4. QoS or traffic prioritization features shall be supported.
            5. Cellular failover shall be supported
          6. Cybersecurity
            1. Wireless backhaul equipment shall support industry-standard cybersecurity controls including:
              1. Over-the-air encryption (AES-128 minimum, AES-256 preferred)
              2. Secure management access (HTTPS and/or SSH)
              3. Event logging for authentication, configuration changes, and link status
          7. Environmental
            1. Radio equipment shall be suitable for outdoor installation. Acceptable configurations include:
              1. Fully outdoor-rated (IP65 or higher) integrated radio/antenna units, or
              2. Radio units installed in NEMA 4X outdoor enclosures connected to separate external antennas
            2. Operating temperature: −30 °C to +60 °C minimum
            3. All cabling and connectors shall be outdoor-rated.
          8. Monitoring Software (Optional)
            1. A hardware platform that provides software for monitoring and managing the hardware remotely is preferred and the installation and configuration of that software should be included in the bid. The bid should clearly identify if it is excluding this element.
    • Modification of Bids

      A bidder may modify its bid through the Procurement Portal, any time prior to the Bid Submission Deadline.

    • Radio Path Study
        1. The first step of this project is to perform a comprehensive, in-the-field path study of all proposed wireless backhaul connections to ensure validity of the entirety of the planned architecture utilizing the proposed wireless hardware. Only the Castro Peak to HQ backhaul connection will be installed and commissioned in the scope of this bid. All other backhaul connections will be implemented in future phases. The purpose of this study is to:
          1. Validate line-of-sight and Fresnel clearance
          2. Confirm achievable real-world throughput ≥ 100 Mbps per leg
          3. Identify site, mounting, and interference constraints
          4. Confirm feasibility using unlicensed spectrum

       

        1. Required Study Activities:
          1. Physical Site Verification
            1. Confirm clear optical line-of-sight
            2. Confirm minimum 60% Fresnel zone clearance
            3. Document mounting locations, height, azimuth and elevation of antenna to achieve the above line-of-sight
            4. Identify any antenna mount that would require deviating from the prescribed mounting methodologies included drawings
          2. RF Environment and Interference Survey
            1. Spectrum scan at each site
            2. Identify existing co-channel and adjacent channel interference
            3. Identify Dynamic Frequency Selection (DFS) considerations, if applicable.
            4. Recommended channel widths and center frequencies
          3. Hardware and Link Budget Analysis
            1. For each link, Contractor shall provide a link budget calculation based on the actual proposed hardware, including:
              1. Radio model
              2. Antenna type and gain
              3. Frequency band and channel width
              4. Transmit power and EIRP
              5. Path length
              6. Calculated RSSI
              7. Calculated SNR
              8. Fade margin
            2. For each link, Contractor shall provide a performance projection, including:
              1. Expected sustained throughput under normal conditions
              2. Expected modulation state under nominal conditions
              3. Identification of performance-limiting factors (distance, interference, weather, Fresnel clearance)

        2. Submittal
          1. Contractor shall provide the results of the study as an electronic pdf to include an overall map of the architecture along with the following for each link:
            1. Path profile diagram, including terrain, obstructions and Fresnel zone
            2. Recommended installation location and alignment specifications
            3. Recommended BoM
            4. Link budget worksheet
            5. RF survey results
            6. Expected thought-put estimate
            7. Assumptions and risks
            8. Go / No-Go feasibility determination and alternative recommendations if No-Go.

       

          1. The following links are to be analyzed in this study:
            1. HQ to Lower Oaks Tank
            2. Kimberly Tank to Cordillera Tank
            3. Kimberly Tank to Lower Oaks Tank
            4. Warner Tank to Cordillera Tank
            5. Warner Tank to Lower Oaks Tank
            6. Castro Peak to HQ
            7. Castro Peak to Kimberly Tank
            8. Kimberly Tank to Las Virgenes Reservoir
            9. Kimberly Tank to Advanced Water Purification Facility
            10. Warner Tank to Lift Station 1
            11. Warner Tank to Calabasas
            12. Calabasas to Lift Station 2
            13. Lower Oaks Tank to Rancho
            14. Lower Oaks Tank to Tapia
            15. Cornell and Kimberly Tank*

      * This path is not for the wireless backhaul. It is for an existing 900 MHz link to see if the existing installation footprint can be reduced for aesthetic reasons with the city of Agoura Hills.

    • Background

      The District has partnered with The Rovisys Company (Rovisys), who is currently engaged in related projects, including planning and design of SCADA-related elements for the future Advanced Water Treatment Facility, demonstrating the integrated nature of these infrastructure improvements.

      The relationship with a system integrator acts as an extension of the District's IT and SCADA staff, enabling input on network upgrades, systems design, hardware recommendations, security assessments, IT governance, and capital improvement projects requiring SCADA and IT components.

      This RFB represents an opportunity for qualified electrical contractors to contribute to a project of genuine regional importance. The successful vendor will be part of a collaborative effort that enhances public safety, improves operational efficiency, and strengthens infrastructure resilience for years to come. The work requires technical expertise in electrical installation and communications infrastructure, along with the ability to work effectively within the constraints of operational facilities that must remain in service during construction.

      The work will demonstrate the value of the comprehensive upgrade approach and establish the foundation for future projects that will extend these improvements throughout the District's service area. Contractors who deliver excellent work on this project may have opportunities to participate in subsequent projects as the District continues its infrastructure modernization program.

    • Term of Engagement

      It is anticipated that the engagement will be for 6 months. The following are Bid milestones.

      Release Project Date:March 23, 2026
      Mandatory Pre-Bid Meeting (Mandatory):April 6, 2026, 11:00am

      4232 Las Virgenes Rd, Calabasas, 91302, Board Room

      Question Submission Deadline:April 27, 2026, 5:00pm
      Bid Submission Deadline:May 11, 2026, 5:00pm
    • Specific Site Work

      The scope of work for each of these sites includes but is not limited to the following tasks:

        1. Agoura Pump Station
          1. New Battery Installation in control cabinet.
          2. Add a panel HMI and industrial wall mount keyboard.
            1. Phoenix Contact 1376798 HMI
            2. Hope Industrial Systems , KB-WMT
          3. Add conduit and wiring for transfer switch position status.
            1. Conduit type is to match existing conduit type installed previously.
          4. Install and bring power to new network switch in control cabinet as per drawings.
          5. Install and bring power to new PLC controller as per drawings.
          6. Install and bring power to GE Orbit wireless communications unit.
          7. Install cellular antenna, surge protection and radio cabling as per drawings.
            1. Adjust antenna location and position for best communication.
            2. Configure cellular connection on GE Orbit device.
          8. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          9. Rewire Inputs and outputs for field devices to new PLC.
            1. IO loop checking will be required to verify correct wiring.
          10. Add required fuses, fuse holders and terminal blocks as per drawings.
          11. Repair damaged conduit for antenna cable runs if applicable.
          12. Redline and submit drawings as per field installation.

       

        1. Castro Peak
          1. Panel build off site.  Install GE Orbit wireless communication units while on site.
          2. Install, configure and commission Backhaul Radio connection to HQ.
          3. Mount new panel in customer specified location in building.
          4. Run conduit and radio cables to Radio tower.
          5. Install new antennas on radio tower and connect to GE Orbit units.
          6. New Battery Installation in control cabinet
          7. Install and bring power to GE Orbit wireless communications unit.
          8. Install antennas, surge protection and radio cabling as per drawings.
            1. Adjust antennas’ location and position for best communication.
            2. Configure cellular and 900 MHz connections on GE Orbit device.
          9. Bring 120VAC power supply (Conduit, wiring and circuit breaker) to the new cabinet location.
          10. Redline and submit drawings as per field installation.
          11. Remove and relocate (2) existing panels in previous location to new location.  Rack mounted equipment.

        2. Latigo Tank
          1. New Battery Installation in control cabinet
          2. Install and bring power to new network switch in control cabinet as per drawings.
          3. Install and bring power to new PLC controller as per drawings.
          4. Install and bring power to GE Orbit wireless communications unit.
          5. Install antennas (Radio and Cellular), surge protection and radio cabling as per drawings.
            1. Adjust the antennas’ location and position for best communication.
            2. Configure cellular and 900MHz radio connection on GE Orbit device.
          6. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          7. Rewire Inputs and outputs for field devices to new PLC.
            1. IO loop checking will be required to verify correct wiring.
          8. Add required fuses, fuse holders and terminal blocks as per drawings.
          9. Repair damaged conduit for antenna cable runs if applicable.
          10. Add a new conduit with CATVI running around the tank to the trailer.
            1. Conduit type is to match existing conduit type installed previously.
          11. Ethernet will connect trailer to new network switch in control cabinet. Any conduit mounting to the tank will utilize a stud welder, and re-coat welds to match existing coating on the tank.
          12. Replace existing radio antenna mounting conduit.
          13. Redline and submit drawings as per field installation.

        3. Ramera Ridge
          1. New Battery Installation in control cabinet
          2. Install and bring power to new network switch in control cabinet as per drawings.
          3. Install and bring power to new PLC controller as per drawings.
          4. Install and bring power to GE Orbit wireless communications unit.
          5. Install antennas (Radio and Cellular), surge protection and radio cabling as per drawings.
            1. Radio antenna location will be dictated by results of Radio Path Study.
            2. Configure cellular and 900MHz radio connection on GE Orbit device.
          6. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          7. Rewire Inputs and outputs for field devices to new PLC.
            1. IO loop checking will be required to verify correct wiring.
          8. Add required fuses, fuse holders and terminal blocks as per drawings.
          9. Repair damaged conduit for antenna cable runs if applicable.
          10. Repair damaged Panduit and wiring.
          11. Seal enclosure holes.
          12. Redline and submit drawings as per field installation.
          13. Install Intermediate power generator.

        4. Seminole Pump Station
          1. Add a panel HMI and industrial wall mount keyboard.
            1. Phoenix Contact 1376798 HMI
            2. Hope Industrial Systems , KB-WMT
          2. Install and bring power to new network switch in control cabinet as per drawings.
          3. Install and bring power to GE Orbit wireless communications unit.
          4. Install cellular antenna, surge protection and radio cabling as per drawings.
            1. Adjust antenna location and position for best communication.
            2. Configure cellular connection on GE Orbit device.
          5. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          6. Add required fuses, fuse holders and terminal blocks as per drawings.
          7. Repair damaged conduit for antenna cable runs if applicable.
          8. Redline and submit drawings as per field installation.

        5. Seminole Tank includes but is not limited to the following tasks:
          1. New Battery Installation in control cabinet
          2. Install and bring power to new network switch in control cabinet as per drawings.
          3. Install and bring power to new PLC controller as per drawings.
          4. Install and bring power to GE Orbit wireless communications unit.
          5. Install antennas (Radio and Cellular), surge protection and radio cabling as per drawings.
            1. Radio antenna location will be dictated by results of Radio Path Study.
            2. Configure cellular and 900MHz radio connection on GE Orbit device.
          6. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          7. Rewire Inputs and outputs for field devices to new PLC.
            1. IO loop checking will be required to verify correct wiring.
          8. Add required fuses, fuse holders and terminal blocks as per drawings.
          9. Repair damaged conduit for antenna cable runs if applicable.
          10. Redline and submit drawings as per field installation.
          11. Install new level transmitter.
            1. Add wiring for transmitter feedback to controller.
            2. Add ethernet run for mixer status.

        6. Three Springs Pump Station
          1. New Battery Installation in control cabinet
          2. Add a panel HMI and industrial wall mount keyboard.
            1. Phoenix Contact 1376798 HMI
            2. Hope Industrial Systems , KB-WMT
          3. Install and bring power to new network switch in control cabinet as per drawings.
          4. Install and bring power to new PLC controller as per drawings.
          5. Install and bring power to GE Orbit wireless communications unit.
          6. Install cellular antenna, surge protection and radio cabling as per drawings.
          7. Adjust antenna location and position for best communication.
          8. Configure cellular connection on GE Orbit device.
          9. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          10. Rewire Inputs and outputs for field devices to new PLC.
            1. IO loop checking will be required to verify correct wiring.
          11. Add required fuses, fuse holders and terminal blocks as per drawings.
          12. Repair damaged conduit for antenna cable runs if applicable.
          13. Redline and submit drawings as per field installation.
          14. Install 6” Flow Meter.
            1. Conduit and wiring for power and IO will be required

        7. Westlake PRV
          1. New Battery Installation in control cabinet
          2. Install and bring power to new network switch in control cabinet as per drawings.
          3. Install and bring power to new PLC controller as per drawings.
          4. Install and bring power to GE Orbit wireless communications unit.
          5. Install cellular antenna, surge protection and radio cabling as per drawings.
            1. Adjust antenna location and position for best communication.
            2. Configure cellular connection on GE Orbit device.
          6. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          7. Rewire Inputs and outputs for field devices to new PLC.
            1. IO loop checking will be required to verify correct wiring.
          8. Add required fuses, fuse holders and terminal blocks as per drawings.
          9. Repair damaged conduit for antenna cable runs if applicable.
          10. Redline and submit drawings as per field installation.

        8. Woolsey Tank
          1. New Battery Installation in control cabinet
          2. Install and bring power to new network switch in control cabinet as per drawings.
          3. Install and bring power to new PLC controller as per drawings.
          4. Install and bring power to GE Orbit wireless communications unit.
          5. Install cellular antenna, surge protection and radio cabling as per drawings.
            1. Adjust antenna location and position for best communication.
            2. Configure cellular connection on GE Orbit device.
          6. Connect Ethernet switch, PLC Controller and GE Orbit via CATVI Ethernet cabling.
          7. Rewire Inputs and outputs for field devices to new PLC.
            1. IO loop checking will be required to verify correct wiring.
          8. Add required fuses, fuse holders and terminal blocks as per drawings.
          9. Repair damaged conduit for antenna cable runs if applicable.
          10. Redline and submit drawings as per field installation.

        9. Headquarters
          1. Install, configure and commission Backhaul Radio connection to HQ.
          2. Install and configure wireless backhaul monitoring software.
    • Withdrawal and Return of bids

      Bids may be withdrawn without prejudice, through the Procurement Portal. Any bid received after the bid submission deadline shall be returned to the bidder unopened.

    • All Sites

      The typical assumption will be cellular antenna mounted on top of the existing enclosure. However, if lack of sufficient reception is indicated by this plan, electrician is to suggest alternative cell antenna model and/or installation location.

      If existing Radio or Cellular cable is damaged, or if cable conduit run is damaged, it will need to be replaced.

      If a conduit run needs to be mounted onto a tank, a stud welder can be utilized as to not interfere with the inside layer of the tank.  A new coating to match the existing coating will be required on mounting locations.

    • Discrepancies

      In the case of discrepancy between unit prices and extended totals, unit prices will prevail. In the case of discrepancy between words and figures, words will prevail.

    • Pricing

      Both unit and extended pricing shall be shown in U.S. dollar amounts; three decimal places may be used for unit price while extended price shall round to the nearest cent.

    • Award of Bid
      1. The District reserves the right to accept or reject any and all bids during the time for awarding the contract, and to waive any informality or irregularity in any bid. The District may reject any bid that does not comply with these instructions or other bid documents.
      2. Award shall be made on a comprehensive basis based on total estimated annual cost. At the District’s discretion, Inflation indicator may be a consideration in final award.
      3. The award of the bid, if it is awarded, shall be to the lowest responsible responsive bidder whose bid complies with the requirements of the bid documents. Bidder responsibility is determined solely by the District.
      4. It is expected that bids will be considered by the District at the regularly scheduled Board Meeting on May 19th, 2026. Notice of Award, if any will occur within seven business days following the meeting. Accompanying the District’s Notice of Award will be a purchase order or contract. The successful bidder will be required to send an order acceptance to the District within seven days following receipt of Notice of Award. Failure to do so shall be just cause for annulment of the award. In the event of failure of the lowest responsible responsive bidder to provide order confirmation to the District, the District may award to the next lowest responsible responsive bidder.
    • Insurance Requirements

      Bidder at its’ sole cost and expense shall procure and maintain for the duration of the project the following types and minimum limits of insurance:

      TypeLimitsScope
      General Liability (GL)

      $1,000,000 per occurrence/ $2,000,000 aggregateAt least as broad as ISO
      occurrence from CG 0001
      Product Liability

      $1,000,000 per occurrence/ $2,000,000 aggregate 
      Automotive Liability

      $1,000,000 per accident 

      At least as broad as ISO CA 0001 (code 1, any auto)
      Workers CompensationCA Statutory limits 
      Employers’ Liability$1,000,000 per occurrence 

       

      1. The general and automobile liability policy(ies) shall be endorsed (consistent with Ins. Code 11580.04) to name District, its officers, employees, and agents as additional insured regarding liability arising out of the Work. Bidder’s coverage shall be primary and shall apply separately to each insurer subject to a claim or lawsuit, except with respect to the limits of the insurer’s liability. District’s insurance if any, shall be excess and shall not contribute with Bidder’s insurance.
      2. Prior to commencing the Work, Bidder shall provide to District the following proof of insurance: (a) certificate(s) of insurance on ACORD Form 25-S (or insurer’s equivalent) evidencing the required insurance coverages; and (b) endorsement(s) on ISO Form CG 2010 (or insurer’s equivalent), signed by a person authorized to bind coverage on behalf of the insurer(s), certifying the additional insured coverages.
    • Non Collusion

      The bidder certifies that its bid is made without any previous understanding, agreement or connection with any person, firm or corporation making a bid for the same product as is in all respects fair, without outside control, collusion, fraud or otherwise illegal action.

    • Bid Specifications

      The attached specifications are intended to be descriptive of the type and quality of product the District desires to purchase. Any exceptions or substitutions to the Bid Scope & Specification must be clearly noted on Bid-Form Schedule. District reserves the right to determine if products meet equal value. Bidders will not be allowed to make unauthorized substitutions after award is made.

    • Confidential Information

      Bids containing confidential proprietary technical information or trade secrets which if publicly disclosed may cause substantial injury to the Bidder’s competitive position must be clearly noted. It is the bidder’s responsibility to clearly note any confidential design information as such.

    • Pre-Bid Inspection

      There will be a Mandatory Pre-Bid Inspection at 11:00 am on Monday, April 6, 2026 at 4232 Las Virgenes Rd, Calabasas, 91302, Board Room

    • Subcontractors

      Subcontractors are not allowed on this project. IRS regulations require all employees be issued a W-2 form. Any worker issued a 1099 in lieu of or in conjunction with a W-2 will be considered a subcontractor. At any time during the contract the District may request payroll records to verify workers are employees and not subcontractors.

    • Inflation Indicator

      Bidder must list a specific set inflation indicator for annual renewal periods or state none in area provided on the bid-form schedule. Inflation indicator may be a flat percentage or based on a specific nationally published indicator such as a Bureau of Labor Statistics Consumer Price Index or Producer Price Index. Renewals will be based on listed indicator.

    • Special Conditions
      1. Bid prices shall be F.O.B. Destination, Freight Pre-paid and allowed to Tapia Water Reclamation Facility, 731 Malibu Canyon Road, Calabasas, CA 91302 and Westlake Filtration Plant, 32601 Torchwood Place, Westlake Village, CA 91361. Refer to Bid Scope & Specifications, Additional Conditions, 2. Delivery for more detailed information. 
      2. Any and all related fees associated with this bid shall be included in Bid Form-Schedule and extended bid total submitted by bidder. The District is located in Los Angeles County which, as of the date of this invitation to bid, has a sales tax rate of 9.5%.
      3. Any exceptions or modifications to the Bid Scope & Specifications or District’s Standard Purchase Order Terms and Conditions (Exhibit A) proposed by bidder must be clearly noted in area provided on Bid-Form Schedule.
      4. District has 90 days from the bid due date to accept bid pricing.

    Submission Requirements

    • Bid Form (required)

      The Bidder states and declares as follows:  that the bidder has carefully read and examined to project documents for Potable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services, 2025-RFB-031; and that the bidder will comply with the bid terms and conditions. The Bidder agrees to supply and deliver materials in strict conformity with the specifications and instructions enclosed with the Request for Bids for the prices set forth in the Bid Form

      It is understood that this bid shall remain open and shall not be withdrawn for a period of ninety  (90) days from the date prescribed for the opening of the bid.

      It is further agreed that the materials/services to be furnished under this bid shall be delivered at  such time and in such quantities as called for by the Las Virgenes Municipal Water District.  The District  may extend the term of this contract by written notice to the supplier at the end of the contract period. 

      CONTRACT TERM as follows:  Initial contract term shall be good for one (1) year from date of contract  execution.  Four (4) additional one (1) year renewals may be negotiated at the District’s option.   

      Materials to be furnished under this bid shall be delivered FOB Destination Freight Pre‐Paid and  Allowed to Las Virgenes Municipal Water District’s Tapia Water Reclamation Facility, 731 Malibu Canyon  Road, Calabasas, CA  91302 and Westlake Filtration Plant, 32601 Torchwood Place, Westlake Village, CA   91361 in the manner set forth in the Bid Scope and Specifications. 

      The Bidder hereby declares that the representations in this bid are true and correct and of my own personal knowledge, and that these representations are made  under penalty of perjury under the laws of the State of California, and that I am duly authorized to bind  this bidder to this bid. 

    • State Inflation Indicator: (required)

      Refer to Instructions to Bidders Item 16 for details.

    • Notes or Exception: (required)
    • References (required)

      Contact information for three public entities related to Potable and Reclaimed Water Distribution Controls and Communications Upgrade - Electrical Contractor Services.

    • Product information/technical data sheet (required)
    • Global Harmonized System‐Safety Data Sheet (GHS‐SDS) (required)
    • It is expected that bids will be considered by the District at the regularly scheduled Board Meeting on ____________________. (required)

      Example: October 17, 2023

    • Is this solicitation subject to a Prequalification of Bidders? (required)
    • Prequalification of Bidders (required)

      This will require you to set your bid to "Make Private Bid" and "Require Invitation To Access Bid"

      This will allow you to send the project to your prequalification list of bidders.

      If you need further instruction, please review the Attachments tab and view the "Make Bid Private" document located in the Internal Docs area. 

    • Will there be a Pre-Bid Inspection? (required)
    • Is this a formal bid for LVMWD or JPA? (required)
    • Please make the appropriate selection: (required)
    • It is anticipated that the engagement will be for ________________________. (required)

    Questions & Answers

    Q (4.3. Specific Site Work): Who will be supplying the materials (Battery, HMI, Switches, etc) for this scope? Contractor or customer supplied?

    A: All electrical materials will be supplied by the contractor, other than PLCs and IO cards which are being supplied by the integrator.


    Q (4.3. Specific Site Work Item 10): Please elaborate what is meant by connection? Has a radio been selected? Has the software been selected? Purchased already? 10. Headquarters a. Install, configure and commission Backhaul Radio connection to HQ. b. Install and configure wireless backhaul monitoring software.

    A: A radio platform has not been selected, although we based our design on the GE MDS Orbit platform. Any platform which meets the requirements can be proposed. Software will need to be installed on a VM that we can provide for that purpose.


    Key dates

    1. March 23, 2026Published
    2. May 11, 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.