SLED Opportunity · CALIFORNIA · WATSONVILLE

    Request for Qualifications for On-Call Landfill Engineering Services

    Issued by Watsonville
    localRFPWatsonvilleSol. 246636
    Closed
    STATUS
    Closed
    due Apr 17, 2026
    PUBLISHED
    Mar 17, 2026
    Posting date
    JURISDICTION
    Watsonville
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    The City of Watsonville seeks qualified firms for on-call landfill engineering services including environmental monitoring, regulatory compliance, landfill operations, gas collection management, and closure planning. SOQs due April 17, 2026.

    Opportunity details

    Solicitation No.
    246636
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 17, 2026
    Due Date
    April 17, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    Watsonville
    Agency
    Watsonville

    Description

    The City is requesting Statements of Qualifications (SOQs) from qualified firms experienced in landfill engineering services to provide ongoing landfill and other related environmental engineering design, inspection, and monitoring services in support of the City's existing landfill. The primary work consists of conducting required environmental monitoring and testing, reporting to regulatory agencies, advising landfill staff regarding operational and design considerations, and providing on-call landfill environmental engineering services including but not limited to air quality regulatory compliance efforts, methane gas collection system management and required regulatory reporting, stormwater, surface, and groundwater water quality and quality assurance monitoring and testing, landfill operations engineering and technical design services, and annual landfill capacity analysis.

    Project Details

    • Department: Public Works & Utilities
    • Department Head: Courtney Lindberg (Director)

    Important Dates

    • Questions Due: 2026-04-06T23:00:00.000Z

    Evaluation Criteria

    • City Rights and Options Pertinent to This Solicitation

      The City, at its sole discretion, reserves the following rights:

      • To reject any, or all SOQor information received pursuant to this request document;
      • To supplement, amend, substitute or otherwise modify this document at any time by means of written addendum;
      • To cancel this request with or without the substitution of another request or prequalification process;
      • To request additional information;
      • To verify the qualifications and experience of each respondent;
      • To require one or more respondents to supplement, clarify or provide additional information in order for the City to evaluate SOQsubmitted;
      • To hire multiple contractors to perform the necessary duties and range of services if it is determined to be in the best interests of the City: and
      • To waive any minor defect or technicality in any SOQreceived.
      • The City accepts no financial responsibility for any costs incurred by the respondent. All submittals become the property of the City and may be used in any way deemed appropriate. 
    • Introduction

      The City of Watsonville is soliciting proposals from qualified consulting engineering firms to provide on-call (as needed) landfill and other environmental engineering design, inspection, and monitoring services.

      The primary work consists of conducting required environmental monitoring and testing, reporting to regulatory agencies, advising landfill staff regarding operational and design considerations, and providing on-call landfill and/or environmental engineering services.

      Landfill engineering services may include air quality regulatory compliance efforts; methane gas collection system management and all required reporting; stormwater, surface, and groundwater water quality and quality assurance monitoring and testing; landfill operations engineering and technical design services, including performing the annual landfill capacity analysis.

    • General

      SOQwill be evaluated using the criteria stated in this document. SOQ from firms meeting the mandatory criteria described below will be evaluated for the other selection criteria.

    • Mandatory Elements
      • If services offered require engineering expertise, the firm is licensed to practice civil engineering in California.
      • The firm has no conflict of interest with regard to any other work performed by the firm for the City.
      • The firm adheres to the instructions in this request for qualifications statements.
      • To be considered, the firm shall answer "yes" to question 3.2 requiring that the Consultant accepts City of Watsonville standard consultant agreement, including specifically listing City’s Hold Harmless Indemnity requirements and insurance coverage requirements, without modification.
    • Compensation

      Compensation shall be determined as part of the formal contracting process.

    • Detailed Summary of Landfill Engineering Services Requested

      Below provides a more detailed description of the on-call landfill engineering services that may be requested from the list of on-call contractors selected. Other related as-needed services may also be requested from the qualified firm(s), as applicable.

      1. Landfill Operational Inspections, Testing, Monitoring and Reporting

      Services requested include:

      1. Compliance Monitoring & Reporting- Quarterly, Semi-Annually, Annually
      2. Quarterly Air Quality Testing & Annual Monitoring- Quarterly, Annually
      3. Methane Gas Collection- Quarterly
      4. Quality Assurance Inspections & Testing- Quarterly
      5. Environmental Monitoring – Quarterly
      6. Environmental Reporting – Quarterly
      7. Environmental Reporting – Annually
      8. Leachate Seep Testing & Reporting- Quarterly
      9. Stormwater Testing & Reporting- Annually

      2. Landfill Gas Collection System

      Provide ongoing comprehensive system operation, maintenance, reporting, and recommendations for potential upgrades in technology including any necessary oversight and direction for optimal system performance. Provide support for continued well extension projects for the landfill, construction of new wells, and oversight for existing and future or existing horizontal wells for enhanced gas capture in the landfill.

      3. Annual Landfill Volume Capacity Estimate

      Performs an aerial topographical survey of the landfill each year and/or that information is provided to the consultant to calculate the annual landfill capacity used. Consultant shall provide city with an estimate for permitted volume available and offer recommendations and guidance on use of remaining capacity.

      4. Landfill Closure and Post-Closure Planning

      Assist with the development of a landfill closure and post-closure plan, with projected closure needs, remaining capacity, necessary phases, options for passive recreation post-closure, and potential remediation projects, including cost estimates. Post-closure should address required permitting, monitoring, maintenance, and reporting requirements and needs.

      5. Management of Waste

      Manage the application, review, and approval processes for specialty wastes to be accepted in the landfill. The landfill gets approximately 36,500 tons of waste per year with a permit maximum of 275 tons per day and 71,500 tons per year.

      6. Leachate Condensate Program Management

      Provide oversight and management support for landfill leachate condensate collection in on site tank, pump out removal and disposal in a timely manner. Manage contract with Eurofins Laboratories for groundwater and leachate lab analytical testing.

      7. Additional On-Call Engineering Services (as needed)

      Examples of possible on-call (as needed) services include:

      1. Support city staff in preparation for and attendance at meetings with regulatory agencies.
      2. Prepare and submit landfill permit renewals to regulatory agencies as needed.
      3. Evaluation and modification of landfill operational and management plans.
      4. Development of site plans and regulatory impact analysis in response to potential landfill expansion, introduction of new technologies onsite, and additional landfill gas capture upgrades and improvements in operations.
      5. Site topographic survey and construction stake out.
      6. Project specific work, such as investigating landfill odors, development and ongoing monitoring of an Odor Control Plan.
      7. Serve as the city's solid waste and landfill industry experts, advise and analyze market trends, understand commodity pricing and trucking costs and/or other implications.
      8. Conduct various feasibility studies to provide insights into waste characterization, material acceptance evaluation, or contractual compliance issues.
      9. Climate change related impacts to landfill including, but not limited to adaptation, resiliency, carbon footprint measurement, reduction of impacts, renewable energy quantification, equitable programming, Environmental Justice, and engagement efforts.
      10. CQA of Protective Soil Cover (PSA) and notification of PSC placement/repair
    • Formal Approval of Contract

      The respondent understands that issuance of this solicitation does not commit the City of Watsonville to award a contract, to pay any costs incurred in the preparation of a response to this solicitation, or to procure a contract for services. The respondent should note that the execution of any contract pursuant to this solicitation is dependent upon the approval of the Watsonville City Council, as required.

    • Submittal Selection Process

      1 General

      Submissions will be evaluated based on the general completeness of the response and the City's evaluation of the firm's approach, experience, knowledge, and references related to the specific scope of work requested. Some key areas considered in the selection process are highlighted below, but not an exhaustive list of what may be considered in the selection process.

      2 Mandatory Elements

      The firm has no conflict of interest with regard to any other work performed by the firm for the City.

      The firm adheres to the instructions in this document and has provided a clear, well-formatted, professional and concise SOQ.

      4.3 Qualifications

      The firm’s reputation and past experience in the performance of other similar services for similar agencies.

      The quality of the firm’s professional personnel to be assigned to the scope of work and the quality of the firm’s management support personnel to be available for technical consultation.

      The quality of the planned approach and demonstration of the experience and qualifications needed to complete the requested scope of services.

      Demonstrated results performing the requested services for agencies with similar goals and challenges, including client references which the City may contact.

      4.4 Team Readiness and Availability

      Demonstration that the current workload of the firm's listed team members will not impact their ability to fulfill the services required for this contract.

      4.5 Submittal Selection Process

      A Selection Committee will review and evaluate the submittals, with a focus on the Selection Criteria highlighted above. Based on the evaluations of the Selection Committee, the qualified respondents will be ranked both in general and for specific landfill engineering support tasks. Qualified respondents will be placed on the City's qualified on-call landfill engineering services list. As specific support needs arise over the five year RFQ period, the most qualified firm from the on-call list will be selected to meet with the City to develop a Scope of Work and cost proposal for the particular need. If agreement cannot be reached, negotiations will be terminated with the firm and opened with the respondent ranked next in order for the particular support need.

      Placement on the City's on-call list by the selection committee is not a guarantee that the firm will be awarded a contract within the five-year term of this RFQ.

      If a contract is awarded, the City will contract with the selected consultant utilizing the City’s standard consultant services agreement. The agreement requires the consultant to secure auto and general commercial liability insurance naming the City and its employees additional insured, professional errors and omissions insurance and workers compensation insurance. The negotiated contract will require approval by the City of Watsonville City Council for services exceeding $100,000.

    • Independent Contractor Status

      The respondent agrees, if selected, that they shall perform the services as independent contractor(s) and not employee(s) of the City.

    • Contact with the City of Watsonville and City Personnel

      Questions regarding this solicitation shall be directed through the City's OpenGov Procurement portal located at: https://procurement.opengov.com/portal/watsonville-ca.

      All questions are due before 4:00 pm on Monday, April 6, 2026.

    • RFQ Schedule

      The City will make every effort to adhere to the schedule provided below:

       

      Issue Document:March 17, 2026
      Deadline for Submitting Questions:April 6, 2026, 4:00pm
      Response Due:April 17, 2026, 4:00pm
    • Public Disclosures

      The respondent understands that as a general rule all documents received by the City are considered public records. Therefore all submittals shall be made available for public inspection according to applicable disclosure rules and regulations.

    • Confidential Solicitation

      The City will not share the details of individual responses to this solicitation with competing respondents during the selection process. After the selection process ends and a contract is awarded, all solicitations become public information.

    • News Releases

      The respondent agrees, if selected, that the City will review and approve all news releases pertaining to this solicitation and/or subsequent agreement(s). All news releases will be submitted in writing to the City’s project manager. The project manager will review and submit the news release to the appropriate City personnel for final review and approval in a timely manner.

    • Conflict of Interest/Financial Disclosure

      The respondent agrees, if selected, to comply with the City’s duly adopted Conflict of Interest Code. Key personnel who will be performing services under this Agreement are required to make disclosures with respect to the City of Watsonville.

    • Indemnification

      The respondent agrees, if selected, to accept the City of Watsonville standard consultant agreement, including specifically listing City’s Hold Harmless Indemnity requirements and insurance coverage requirements, without modification.

    • Examination of Solicitation

      The respondent understands that the information provided herein is intended solely to assist the respondent in submittal preparation. To the best of the City’s knowledge, the information provided is accurate. However, the City does not warrant such accuracy, and any errors or omissions subsequently determined will not be construed as a basis for invalidating this solicitation. Further, by submitting a response to this solicitation, the respondent represents that it has thoroughly examined and become familiar with work required in the solicitation and is capable of performing quality work and to achieve the objectives of the City.

    • Equal Opportunity Program

      The City of Watsonville is strongly committed to equal opportunity in solicitation of services. All eligible service providers including individuals, contractors, vendors, consultants, grantees, lessees, and banks, must comply with applicable Equal Opportunity Guidelines.

    • Nondiscrimination Policy

      The respondent shall not discriminate on the basis of race, gender, religion, national origin, ethnicity, sexual orientation, age, or disability in the solicitation, selection, hiring or treatment of its employees, the City staff, other City consultants or other members of the public.

    • Insurance Coverage

      Provide evidence of insurance coverage in the following amounts:

        1. Errors & Omission up to $1,000,000;
        2. Commercial Liability up to $1,000,000 per occurrence;
        3. Business Automobile Liability up to $1,000,000 per occurrence;
        4. Workman’s Compensation in the statutory amount.

          Firms may assume for the purpose of pricing that the selected consultant shall be required to maintain insurance throughout the period of the contract in sufficient amounts as to protect the consultant & the City from all claims & liabilities which may arise from operations under this contract, whether such operations by him/herself or by anyone directly or indirectly employed by him/her.

    Submission Requirements

    • 1 Submittal Components

      This section contains instructions on how to prepare and submit a response to this solicitation.

      a) Submittal Cover

      The submittal cover shall include the title, submittal due date, name, address, telephone and fax numbers, and e-mail address of the principal contact.

      b) Table of Contents

      The table of contents shall be complete and clear, listing headings and pages to enable easy reference.

      c) Cover Letter

      The cover letter shall be brief. Any changes to the submittal format or deletions of requested material should be explained in the cover letter. Additional cover letter inclusions are the respondent’s primary contact (include address, e-mail address and telephone number), responsible for all queries made during the intake and processing of the response and the location of the office(s) housing individuals assigned to provide services.

      d) Statement of Understanding and Methodology

      The statement of understanding shall contain a written narrative that demonstrates the respondent’s understanding of the services required by the City.

      e) Experience with Providing the Requested Services

      This section shall include examples of the respondent’s experience related to the Scope of Work. Provide a list of references from other similar Cities or Agencies for which you have successfully provided a similar Scope of Work.

      References shall include the name(s), email(s) and telephone number(s) of the respondent’s main contact related to the services provided.

      f) Project Personnel

      This section shall identify the contact person that will serve as the primary contact to the City for all requests, along with any other firm staff that may round out the team to provide the full list of services requested. The primary contact person listed will be considered committed to the City to provide the requested services with no substitutions permitted without prior agreement from the City of Watsonville. A résumé for each professional person listed on the team shall be submitted.

      g) Organization Chart

      This section shall include an organization chart containing the names of all key personnel with titles and their specific task assignment for this contract. If any subconsultants are planned, they should be included in the org chart with their role.

      h) Hourly Rate Sheet

      This consultant agreement in intended to be on an as-requested basis with services provided on a time and materials basis. The consultant shall provide their standard hourly rate sheet for all key staff that may be assigned to the City in the delivery of the scope of services. As this is intended to be a five-year term, the proposing firm shall indicate if they intend to submit a new hourly rate sheet on an annual basis.

    • Submittal Upload Section (required)

      Please upload one PDF of the SOQ response which contains all items listed above except the cost related information which will be uploaded separately.

    • Cost Proposal Upload Section (required)

      Please upload a separate PDF that only contains the hourly rate sheet with proposed annual increases. Note that the cost proposal should not be submitted with the overall SOQ PDF above.

    • Additional Information (optional)

      For any additional information requested or required by any of your provided answers please upload that additional documentation here. Scoring will be based on the official proposal submitted above, but the City may take any additional information submitted here into consideration when reviewing the submitted proposal. This section is optional.

    • Acceptance of Standard Agreement (required)

      Does your firm accept the City of Watsonville standard consultant agreement, including specifically the City's Hold Harmless Indemnity requirements and insurance coverage requirements, without modification? A copy of the current Consultant Agreement is included as Attachment A.

    • Submittal Authorization (required)

      By confirming here and submitting, Respondent confirms their authority (and has uploaded necessary documentation proving such) to submit this Response in its entirety as submitted and enter into a contract on behalf of the Company Name stated in said Response. Such confirmation will be understood as the Respondent stating that they have completely read and understand this Request For Qualifications in its entirety including any and all Addenda released prior to the time of submittal.

    • Pricing (required)

      Will there be a need for the electronic pricing table in this RFQ?

    • Proposal or SOQ (required)

      Enter if this is a Proposal or an SOQ

    Questions & Answers

    Q (Anticipated Contract Value and Notice to Proceed Date): What is the anticipated contract value, and the anticipated contract start date?

    A: As noted in the RFQ, selected consultants will be placed on the on-call list for three years. Contracts may be issued on an as-needed basis to the firm determined to be most qualified for the particular scope of work as engineering support needs arise. Therefore, there is no set contract value or anticipated start date.


    Key dates

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

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

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