Active SLED Opportunity · CALIFORNIA · PUBLIC WORKS - ENGINEERING DIVISION

    Stormwater to Sewer Diversion and Reuse Project at Ocho Rios Way (CI 5600)

    Issued by Public Works - Engineering Division
    localRFPPublic Works - Engineering DivisionSol. 193971
    Open · 6d remaining
    DAYS TO CLOSE
    6
    due Apr 30, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    Public Works
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    The City of Thousand Oaks seeks professional engineering services to design a stormwater diversion system diverting dry weather flows to a sewer system for treatment, aiming to reduce pollutants in the Malibu Creek Watershed. The project includes design, public outreach, and potential construction support services. Proposals due April 29, 2026.

    Opportunity details

    Solicitation No.
    193971
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 27, 2026
    Due Date
    April 30, 2026
    NAICS Code
    541330AI guide
    Agency
    Public Works - Engineering Division

    Description

    The objective of this project is to design and engineer a stormwater diversion system within the Ventura County portion of the Upper Malibu Creek Watershed to divert the dry weather stormwater flow to the nearby downstream sewer system. The diverted flow will be conveyed to the Tapia Water Reclamation Facility (TWRF) for treatment. TWRF is under joint ownership by the Las Virgenes Municipal Water District (LVMWD) and the Triunfo Water and Sanitation District (TWSD) through the Las Virgenes - Triunfo Joint Powers Authority.

    Background

    The Malibu Creek Watershed encompasses a geographically delineated area emanating from the Santa Monica Mountains, containing portions under the jurisdiction of the County of Ventura (County), the City of Thousand Oaks (City), Los Angeles County and several privately owned areas. Total Maximum Daily Loads (TMDLs) for bacteria, adopted by the Los Angeles Regional Water Quality Control Board (RWQCB) in 2006, and nutrients, approved by the US Environmental Protection Agency in 2003, assign water quality limits for the City, County, and other responsible parties. These regulations mandate lowering bacteria and nutrient concentrations. These limits are described within the Municipal Separate Storm Sewer System Permit (MS4 permit), adopted in September of 2021. One option to meet these requirements is to divert the dry weather stormwater flows to the downstream sewer system.

    Project Details

    • Reference ID: CI 5600
    • Department: Public Works - CIP
    • Department Head: Nader Heydari (Public Works Director)

    Important Dates

    • Questions Due: 2026-04-15T00:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-16T14:05:48.707Z) —

      Please see the attached Addendum #1. 

    Evaluation Criteria

    • Authorized Distributor.

      Successful Proposer must be an Authorized Distributor for the product offered, or with his Proposal, he must submit documentation from an authorized distributor from whom he has purchased the specified materials or equipment. Said documentation must state that the distributor will honor all manufacturers' warranties.

    • Project Background Information and Purpose

      The purpose of this RFP/Q is to solicit professional engineering services from a qualified and experienced consulting firm to design a stormwater diversion structure at Ocho Rios/Bayport Way (Attachment A), aimed at redirecting dry weather flows from the storm drain system (anticipated to be up to 5 gpm) to the downstream sanitary sewer system in order to provide a new source of recycled and indirect potable reuse and reduce bacteria and nutrient concentrations (TMDLs) discharged into the Malibu Creek Watershed. A draft Scope of Work is included along with a draft Professional Services Agreement (Attachment B).

    • Introduction and Cover Letter

      Provide a cover letter describing your interest in this Request for Proposal/Qualifications (RFP/Q):

      1. Provide the name, address, phone number, fax number, and email address of the contact person.
      2. If your firm is subcontracting portions of this work, please indicate the firms with which you will be partnering along with the name, address, phone number, fax number, and email address of the contact person. Indicate the task that will be subcontracted and how the subcontract work will be managed and checked for quality control.
    • SCOPE OF WORK

      Consultant shall perform professional engineering services for this project, to include the following tasks:

       

      Task 1. Kick-Off Meeting
      Consultant shall prepare an agenda and arrange/conduct a kickoff meeting (2hrs virtual meeting) to introduce the key staff members assigned to the project, including sub-consultants, present the design team’s approach, design concept, project schedule and milestones, and a list of all the documents that the City, County, Las Virgenes, and Triunfo need to provide. 

      Deliverables: Meeting Minutes/Work plan (reflective of the kick-off meeting outcome), Project Schedule 

      Task 2.  Preliminary Investigation
      2.1) Background Document Review 
      Consultant shall review the existing documents, including the Upper Malibu Creek Pollutant TMDL Reduction Feasibility Study (Prepared by PACE, March 2024), specifically the information related to the diversion structure at Ocho Rios Way in the study (Attachment C).

      2.2) Site Investigation & Existing Conditions
      2.2.1) Consultant shall conduct a thorough site inspection at the start of the project and throughout the design phase to become fully familiar with existing conditions and features. 
      2.2.2) County’s Real Estate Services will contact utility companies and will request information about their facilities within the project limits, and will provide the information to the Consultant  Consultant shall review the existing and any proposed utilities and identify any potential conflicts with the proposed stormwater diversion structure. 

      Deliverables: Photo Survey/Field Notes

      2.3) Site Survey  (This task shall be done by a qualified California Licensed Professional Land Surveyor)
      Consultant shall prepare a topographic and utility base map, including property lines, at a scale of 1"=20' with one-foot contour intervals for the project location.

      Deliverables: Survey Base Map (AutoCAD Drawing File)

      2.4) Survey Monument Preservation (This task shall be done by a qualified California Licensed Professional Land Surveyor)

      2.4.1) Monument Research with Field Survey Inspection (Design Phase)

      Consultant shall review all available survey data, perform field inspection, and identify all existing survey monuments and possible benchmarks within or adjacent to the project limits. The monument preservation information shall be integrated into the project design plans. The final report and maps, as listed under the deliverables below, must be signed and stamped by the Professional Land Surveyor in charge.

      Deliverables:

      • Monument Inventory Map and Table identifying monument type, location, record reference, reference ties, field notes, and condition.
      • Final Report showing the locations of monuments to be preserved and those requiring replacement.

      Notes: Consultant shall propose a flat fee for this task.

      2.4.2) Monument Preservation (Pre-Construction Phase)

      Consultant shall perform typical pre-construction monument preservation tasks for all monuments that will be disturbed by construction and need to be tied out, including preparation of supporting documentation and filing of a Corner Record with the County Surveyor’s Office after agency’s approval.

      Each monument shall be referenced with a minimum of three (3) ties set outside the construction limits.

      Note:   The proposed fee shall be on a per-monument basis with an assumption of ten (10) monuments for budgeting purposes only.

       

      2.4.3) Monument Preservation (Post-Construction Phase)

      The Consultant shall perform typical post-construction monument preservation tasks for all monuments that were disturbed during construction. Each affected monument shall be re-established in its original position. Tasks include monument resetting, field verification, and filing of a Corner Record with the County Surveyor’s Office after agency approval.

      Note:   The proposed fee shall be on a per-monument basis with an assumption of ten (10) monuments for budgeting purposes only.

       

      Acceptable survey methods include Total Station Survey System (TSSS) and Global Navigation Satellite System (GNSS). The procedures, equipment, and specifications shall conform to the Caltrans Surveys Manual: Chapter 7 for Total Station Survey System (TSSS), Chapter 6 for GNSS Survey Specifications, Chapter 5 for Positional Network Accuracy and/or GNSS Surveying Standards and Specifications, 1.1, published by the California Land Surveyors Association (CLSA) and the California Spatial Reference Center (CSRC).

       

      Task 3.   Project Scoping Workshop

      3.1) Technical Memo

      Consultant shall prepare a technical memo that summarizes the findings from Tasks 1 and 2 above and provide design recommendations that align with the findings.  The memo shall include the general scope of the project, applicability of local and state regulations, potential construction challenges, and conflicting utilities for each design recommendation. The technical memo shall also provide an evaluation of each alternate (pros/cons), estimated schedule, and preliminary estimated construction costs.

      3.2) Workshop

      Consultant shall plan and conduct an in-person Workshop to present and discuss the Technical Memo and receive comments and input.  

      Deliverable: Technical design memo - Workshop Material/Agenda/Minutes

      3.3) Public Outreach/ Community Meetings

      3.3.1)  Consultant shall coordinate with County to develop a stakeholders list, and shall assist with organizing and leading up to four (4) public workshops for stakeholders (2 virtual and 2 in-person (2hours each))

      3.3.2) Consultant shall seek early buy-in from both the public and decision makers and provide follow-up correspondence to document expectations regarding design choices.

      Task 4.  Project Plans, Specs, and Estimated Costs of Construction (PS&E) 
      4.1) 30% Design  
      4.1.1) Consultant shall prepare and submit 30% Plans, Specifications, and Cost Estimate (PS&E), incorporating all the comments on the prior tasks.  The specifications package shall include the City’s standard front-end contractual language and other technical sections as required.  All the electrical components shall be designed by a licensed Electrical Engineer. 
      4.1.2) Following the City/County/LV/Triunfo review of the 30% design package, Consultant shall host a virtual meeting (1.5hr) to discuss the comments on the 30% package and identify tasks or concerns needing further action.

      4.1.3) Consultant shall incorporate the following items into the design:

      • O&M Manual, including estimated service life, annual O&M costs, and maintenance schedule for all facilities 
      • Integration of telemetry into the County’s existing SCADA system

      Deliverable:  30% Plans, Specifications, and Cost Estimate, Meeting Agendas & Minutes. 

      4.2) Identify and Locate Existing Utilities

      Consultant shall deploy potholing activities as needed on potential utility conflicts and shall advise City/County staff on mitigating utility crossings or conflicts and incorporate the approved solution into the 90% Design Plans.  

      Deliverable: Utility report memo, Traffic Control (for utility potholing if needed), and County Encroachment Permits

      4.3) Conduct Geotechnical Boring/Investigation

      Consultant shall review the existing soil report provided in Attachment D and assess its adequacy for the purposes of this project. If the report is found to be insufficient, the Consultant shall recommend whether a soil or geotechnical investigation is necessary and shall proceed to conduct the investigation if required.

      Deliverable:  Geotechnical Investigation Memo/Report  

      4.4) 60% Design
      4.4.1) Consultant shall prepare and submit 60% Plans, Specifications, and Cost Estimate (PS&E), incorporating all comments from all prior tasks, including the 30% design review.  Consultant shall also provide the 1st draft of the O&M Manual.

      4.4.2) Following the City/County/LV/Triunfo review of the 60% design package, Consultant shall host a virtual meeting (1.5hr) to discuss the comments on the 60% design package and identify tasks or concerns needing further action.

      Deliverable:  60% Plans, Specifications, and Cost Estimate, O&M Manual 1st Draft, and Meeting Agendas & Minutes. 

      4.5) 90% Design and Constructability Review
      4.5.1) Consultant shall prepare and submit 90% Plans, Specifications, and Cost Estimate (PS&E), incorporating all comments from all prior tasks, including the 60% design review.  Consultant shall also provide the 2nd draft of the O&M Manual.

      4.5.2) Following the City/County/LV/Triunfo review of the 90% design package, Consultant shall host a virtual meeting (1.5hr) to discuss the comments on the 90% design package and the constructability of the project and identify tasks or concerns needing further action.

      Deliverable:  90% Plans, Specifications, and Cost Estimate, O&M Manual 2nd Draft, and Meeting Agendas & Minutes. 

      4.6) 100% Design 
      4.6.1) Consultant shall prepare and submit 100% Plans, Specifications, and Cost Estimate (PS&E), incorporating all comments from all prior tasks, including the 90% design review.  Consultant shall also provide the Final O&M Manual.
      4.6.2) City/County/LV/Triunfo  will review the 100% design package and will make any final comments that have not been captured during the previous phases of the design for Consultant to incorporate into the final design package.

      Deliverable:  100% Plans, Specifications, Cost Estimate, and Final O&M Manual  

      4.7) Final Design

      Consultant shall prepare and submit the Final Package of the Plans, Specifications, and Cost Estimate (PS&E), incorporating all comments from all prior tasks.

      Deliverable: Final Plans, Specifications, Cost Estimate, and Final O&M Manual 

      Task 5.  Project Status and Coordination Meetings
      Consultant shall prepare, conduct, and provide agenda and minutes for up to eight (8) virtual project status/coordination meetings (1hr each), in addition to the 30%, 60%, and 90% design meetings. The meetings shall provide a comprehensive summary of the project’s progress, issues, budget, and timelines on deliverables.

      Deliverable:  Meeting Agendas and Minutes

      Task 6.  City Council Presentation
      Consultant and its subconsultants shall prepare a PowerPoint presentation and attend a City Council meeting to make a presentation (in person) upon request by the City Project Manager. (up to three (3) hours)   

      Deliverables:  PowerPoint Presentation

      Task 7. Bid Support Services 

      Consultant shall provide support as required during the bid phase for any questions/clarifications from the prospective bidders, including:

      8.1) Attend pre-bid meeting with prospective contractors.
      8.2) Respond to up to 4 Requests for Information/Clarification (RFIs/RFCs).
      8.3) Assist in the preparation of addendums as necessary (up to 3)

      Deliverables:  Technical Bulletins, Addendums, and Responses to Questions

      Task 8 – Construction Support Services*
      *Please note that "Task 8 – Construction Support Services" may be issued as an amendment to the design agreement at the time of the Construction Contract Award. Proposers are instructed to include the following in their proposal and provide a fee estimate on the below listed for budget planning purposes. At the time of construction bid advertising, the City will ask the Consultant to update their pricing for Construction Support Services, if necessary.


      8.1)   Pre-Construction and Construction Progress Meetings: Consultant shall attend pre-construction and major jobsite progress meetings with the City and Contractor during construction and shall provide responses to technical questions.
      8.2)   Requests For Information (RFI’s) and Design Revisions: Consultant shall provide responses to construction phase RFIs. Consultant shall, at no additional cost to the City, correct errors, omissions, and unworkable and/or improper design/drafting on the original drawings that are discovered during construction.
      8.3)   Review and Approve Submittals for Construction: Consultant shall develop a submittal tracking log, review contractor’s submittals (including resubmittals), and provide responses.
      8.4)   Final walk-through and punch list: After construction completion, Consultant shall walk the project site, and provide punch list items (if any) to be addressed by contractor.
      8.5)   Preparation of Record Drawings: Consultant shall incorporate all redline comments prepared by the Contractor and Project Inspector on the signed design plans. The as-built drawings shall be provided to the City and approved prior to the release of the final progress payment. Consultant shall also provide electronic record drawings to the City as the project’s final As-Built plan set.

    • Acceptance Period

      Unless otherwise specified herein, the Proposal is firm for a period of 90 days.

    • Notice

      Notice is hereby given that sealed proposals will be received electronically, until Wednesday, April 29, 2026 before 5:00 pm local time, for performing all work necessary and incidental to:

      Design and engineer a stormwater diversion system within the Ventura County portion of the Upper Malibu Creek Watershed to divert the dry weather stormwater flow to an existing downstream conveyance sewer system. The diverted flow will then be conveyed to the Tapia Water Reclamation Facility (TWRF) for treatment. TWRF is under joint ownership by the Las Virgenes Municipal Water District (LVMWD) and the Triunfo Water and Sanitation District (TWSD).

      Proposals shall be submitted via the City's eProcurement Portal:

      https://procurement.opengov.com/portal/toaks

      Submissions through the portal will be closed after the scheduled deadline and no proposals will be accepted after that time.

      Copies of the Proposal Package may be downloaded from the City's eProcurement Portal. Proposers are required to register with the City prior to downloading solicitation documents from the website and to be eligible to submit a proposal. Registration information is used to notify proposers via e-mail of addenda to procurement actions. You may view summary information about solicitations, but you must be registered at this site and logged in before you can download solicitation documents via the City's eProcurement Portal. When registering please use the following NIGP Codes: 96800 .

    • Proposal Opening/Rejection/Waiver

      All Proposals and/or Statement of Qualifications, irrespective of irregularities or informalities, will be opened at the time stipulated in the Request for Proposal/Qualifications (RFP/Q) document. This is not a public opening. A tally of the names will be performed and may be released upon request. No other information will be released.

      The City of Thousand Oaks reserves the right to postpone the Submittal Deadline and opening of Proposal any time before the date and time announced in the Request for Proposal/Qualifications (RFP/Q) or subsequent addenda. The dates listed in the "Timeline" section for the proposal review and contract award process are the tentative dates, and can be subject to change.

      City also reserves the right to waive non-substantial irregularities in any Proposal, to reject any or all Proposals, to reject or delete one part of a Proposal and accept the other, except to the extent that Proposals are qualified by specific limitations.

      The City reserves the right to reject the Proposal of any Proposer who previously failed to perform adequately for the City or any other governmental agency. The City expressly reserves the right to reject the Proposal of any Proposer who is in default on the payment of taxes, licenses or other monies due the City of Thousand Oaks.

    • Addenda Acknowledgment

      Each Proposal shall include specific acknowledgment of receipt of all addenda issued during the solicitation period. Failure to so acknowledge may result in the Proposal being rejected as not responsive. Each addendum must be acknowledged via the City's eProcurement Portal.

       

    • Proposal Information

      Proposers should note that the City desires and expects your Proposal to include those tasks and services that you believe may be required to complete the Scope of Work, based on your firm’s expertise and prior experience.

      Prepare a proposal to the City of Thousand Oaks. The proposal shall address all tasks outlined below, and any additional tasks you believe are necessary, and your approach to accomplishing the same. Include meetings with key officials, stakeholders and expected number of presentations. Include a timeline and a fee proposal that describes the process and key milestones for completing the project on time and within budget.

      Reports, memoranda, and other documents furnished under this Scope of Work will be of a quality acceptable to the City. Deliverables must: be of neat appearance, complete, accurate, as error-free as possible, organized and technically and grammatically correct, reflect the incorporation of City and other agency review comments, and be checked to meet all of the contract requirements.

      Optional/Additional Scope - The Consultant shall list all other sub-tasks deemed necessary for successful completion of the project. This shall be broken down into sub-tasks, as appropriate, and the Consultant’s fee proposal should reflect the corresponding costs.

    • Explanation of How Proposer Will Perform the Work

      Proposer must describe in detail how the requirements of this Request for Proposal/Qualifications (RFP/Q) will be met, and may provide additional related information with the proposal. The proposal should be presented in a format that corresponds to, and references, the sections outlined in the Scope of Work, and should be presented in the same order. Responses to each section and subsection should be labeled to indicate which item is being addressed. Proposal should be straightforward, concise and provide “layman” explanations of technical terms that are used. Emphasis should be concentrated on conforming to the Request for Proposal/Qualifications (RFP/Q) instructions and responding to the Request for Proposal/Qualifications (RFP/Q) requirements.

      If a complete response cannot be provided without referencing supporting documentation, you must provide such documentation with the proposal indicating where the supplemental information can be found.

    • Brand Names

      Manufacturers’ names, trade names, brand names, model and catalog numbers used in these specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for alternative brands that meet or exceed the quality of the specifications listed for any item.

    • Brand Substitutions

      Proposals will be considered on equipment or material complying substantially with specifications, provided each deviation is stated and each substitution is described in detail. Standard catalog sheets or technical data will not be accepted in lieu of this requirement. The City of Thousand Oaks will be the sole determiner of whether such substitutions are equivalent to the materials or equipment specified.

    • Phases/Services

      At this time the base agreement is anticipated to cover design and bidding phases only. Construction support services for the selected consultant may be issued as an amendment at a later date.

    • For Material Goods or Equipment

      Proposals must include without limitation, written warranties, maintenance/service agreements, license agreements, and lease purchase agreements. The omission of these documents renders a proposal non-responsive.

      Proposals, which appear unrealistic in the terms of technical commitments, lack of technical competence, or are indicative of failure to comprehend the complexity and risk of this Request for Proposal/Qualifications (RFP/Q), may be rejected.

    • Authorized Signatures

      Every Proposal must be signed by the person or persons legally authorized to bind the Proposer to a contract for the execution of the work. Upon request of the City, any agent submitting a Proposal on behalf of a Proposer shall provide a current power of attorney certifying the agent’s authority to bind the Proposer. If an individual makes the Proposal, their name, signature, and post office address must be shown. If a firm or partnership makes the Proposal, the name and post office address of the firm or partnership and the signature of at least one of the general partners must be shown. If a corporation makes the Proposal, the Proposal shall show the name of the state under the laws of which the corporation is chartered, the name and post office address of the corporation and the title of the person signing on behalf of the corporation. Upon request of the City, the corporation shall provide a certified copy of the bylaws or resolution of the board of directors showing the authority of the officer signing the proposal to execute contracts on behalf of the corporation.

    • PROPOSAL REVIEW PROCESS AND AWARD OF CONTRACT

      The Proposal will be evaluated by a review committee of City staff using a two-stage selection process described below.

      The Committee will evaluate all Proposals and/or Statement of Qualifications received in accordance with the EVALUATION CRITERIA. The City reserves the right to establish weight factors that will be applied to the criteria depending upon order of importance. The criteria, however, are not listed in any order of preference. Weight factors and evaluation scores will not be released. The City is not obligated to accept the lowest Proposal, but will make an award in the best interests of the City after all factors have been evaluated.

       

    • Phase 1 – Written Proposal Review/Finalist Candidates Selection.

      The City reserves the right to further negotiate the proposed work scope and/or method and amount of compensation.

      The Review committee may also contact and evaluate the Proposer's and subcontractor's references; contact any Proposer to clarify any response; contact any current users of a Proposer’s services; solicit information from any available source concerning any aspect of a proposal; and seek and review any other information deemed pertinent to the evaluation process.

      Discussions may, at the City’s sole option, be conducted with responsible Proposers who submit proposals determined to be reasonably susceptible of being selected for an award. Discussions may be for the purpose of clarification to assure full understanding of, and responsiveness to, the solicitation requirements. Proposers shall be accorded fair and equal treatment with respect to any opportunity for discussion and written revision of proposals. Revisions may be permitted after submissions and before award for obtaining best and final proposals. In conducting discussions, the City will not disclose information derived from proposals submitted by competing Proposers.

    • Compliance With OSHA.

      Proposer agrees that all item(s) offered comply with all applicable Federal and the State Occupational Safety and Health Act, laws, standards and regulations, and that Proposer will indemnify and hold the buyer harmless for any failure to so conform.

    • Mandatory Pre-Proposal Meeting

      A mandatory pre-proposal meeting will be held at NO VALUE on NO VALUE at NO VALUE. Proposers are required to attend the pre-proposal meeting to be eligible to submit a proposal.

      If attending the pre-proposal meeting, please RSVP through the City’s e-Procurement Portal.

      Proposals will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must be submitted by Proposer's authorized representative.

      Proposals must bear original signatures and figures prior to being scanned/uploaded.

      _____________________________

      Laura B. Maguire, City Clerk

      Published: TO Acorn, Friday, March 27, 2026

    • Tentative Schedule

      Please submit the tentative schedule by phase and tasks to be completed.

    • Proposals Retention

      City reserves the right to retain all Proposals for a period of 90 days for examination and comparison.

    • Optional Pre-Proposal Meeting

      An optional pre-proposal meeting will be held at NO VALUE on NO VALUE at NO VALUE.

      If attending the pre-proposal meeting, please RSVP through the City’s e-Procurement Portal.

      Proposals will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must be submitted by Proposer's authorized representative.

      Proposals must bear original signatures and figures prior to being scanned/uploaded.

      _____________________________

      Laura B. Maguire, City Clerk

      Published: TO Acorn, Friday, March 27, 2026

    • Phase 2 - Oral Presentations/Interviews and Consultant Selection

      Finalist candidates may be invited to make a presentation to the Review Committee and answer questions about their proposal. The purpose of this second phase is two-fold: to present the project and to clarify and resolve any outstanding questions or issues about the proposal.

      Contract award will be based on a combination of factors that represent the best overall value for completing the work as determined by City, including: the written proposal criteria described above; results of background and reference checks; results from the interviews and presentation phase; and proposed compensation.

      A Notification of Intent to Award may be sent to any Proposer selected. Award is contingent upon the successful negotiation of final contract terms. Negotiations shall be confidential and not subject to disclosure to competing Proposers unless an agreement is reached. If contract negotiations cannot be concluded successfully, the City in its sole discretion may negotiate a contract with another Proposer or withdraw the RFP/Q.

    • Business License

      The selected Proposer and any sub-contractors/sub-consultants must have a valid City of Thousand Oaks Business License prior to execution of the contract. Additional information regarding the City’s Business License program may be obtained by going to the following website:

      https://toaks.gov/businesslicenses

       

    • Estimated Hours

      Please submit the estimated hours for Proposer staff in performing each phase of the work, including sub-consultants.

    • Delivery Hours

      Unless otherwise specified, all items must be delivered to: (Buyer – insert delivery address or delete this clause), Monday through Friday, between the hours of 8:00 A.M. & 12:00 P.M. and 1:00 P.M. and 5:00 P.M., excluding holidays

    • Services and Data

      Please identify any services and/or data Proposer needs from the City of Thousand Oaks in order to complete the work.

    • Delivery Time.

      The maximum time allowed for delivery is: (Buyer – insert the maximum number of days by which delivery must be made) from receipt of order. Time is of the essence of this contract. Proposer shall state earliest delivery time in his Proposal. The City reserves the right to cancel any order not received within the time stated by the Proposer in his Proposal. Delivery time will be a factor in award when a maximum time for delivery is stipulated herein. Solicitation documents will inform Proposer when delivery is a factor in award.

    • No Pre-Proposal Meeting

      Proposals will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must be submitted by Proposer's authorized representative.

      Proposals must bear original signatures and figures prior to being scanned/uploaded.

      _____________________________

      Laura B. Maguire, City Clerk

      Published: TO Acorn, Friday, March 27, 2026

    • Cancellation Of Solicitation

      The City of Thousand Oaks may cancel this solicitation at any time.

       

    • Compliance With Laws

      The Proposal shall comply with current federal, state, and other laws relative thereto.

       

    • Proposer's Qualifications and Background

      Proposer must provide proof of qualifications and experience related to the area of proposed services.

      Each Proposer shall be skilled and regularly engaged in the general class or type of work called for in this Request for Proposal/Qualifications (RFP/Q). The Proposer’s experience shall be set forth and submitted, as follows:

      1. Company ownership. If incorporated, the state in which the company is incorporated and the date of incorporation.
      2. Location of company offices
      3. Location of officer servicing any California accounts.
      4. Number of employees both locally and nationally.
      5. Locations from which employees will be assigned.
      6. Name, address, email address, and telephone number of the Proposer’s point of contact for this project.
      7. Company background/history and why Proposer is qualified to provide the services described in this Request for Proposal/Qualifications (RFP/Q)
      8. Length of time Proposer has been providing services described in this RFP/Q. Please provide a brief description.
      9. Resumes for key staff to be responsible for performance of any contract resulting from this Request for Proposal/Qualifications (RFP/Q).
    • Demonstration Of Product Offered.

      A demonstration of the item(s) offered may be required. If the demonstration cannot be performed at a City facility, the demonstration must be performed within a 60-mile radius of the (Purchasing) Office. Proposers shall indicate on their Proposal the location of the demonstration site. Proposals for item(s) that do not perform to the City’s satisfaction during the demonstration will be declared non-responsive and will not be considered for award of Proposal.

    • Negative History

      Proposer must include in their Proposal a complete disclosure of any alleged significant prior or ongoing contract failures, any civil or criminal litigation or investigation pending which involves the Proposer or in which the Proposer has been judged guilty or liable within the last 5 years.

      If there is no information to disclose then, Proposer must affirmatively state there is no negative history.

      Failure to comply with the terms of this provision will disqualify any proposal. The City reserves the right to reject any Proposal based upon the Proposer’s prior history with the City or with any other party, which documents, without limitation, unsatisfactory performance, adversarial or contentious demeanor, significant failures to meet contract milestones or other contractual failures.

    • F.O.B. Point & Shipping Charges

      All prices shall be quoted F.O.B. destination, freight prepaid, City of Thousand Oaks, California. All shipping, handling and freight charges must be shown separately on the Proposal form.

    • Solicitation Documents, Examination Of

      It is the responsibility of the Proposer to carefully and thoroughly examine the documents contained in this Request for Proposal/Qualifications (RFP/Q). Proposer shall satisfy themselves as to the character, quantity, and quality of work to be performed and materials, labor, supervision or equipment necessary to perform the work as specified by this Request for Proposal/Qualifications (RFP/Q). The failure or neglect of the Proposer to examine the Request for Proposal/Qualifications (RFP/Q). Documents shall in no way relieve them from any obligations with respect to this solicitation. The submission of a proposal shall constitute an acknowledgment upon which the City may rely that the Proposer has thoroughly examined and is familiar with the Request for Proposal/Qualifications (RFP/Q) and the project. No claim will be allowed for additional compensation that is based upon a lack of knowledge of any solicitation document.

    • Client References

      A minimum of three references from similar projects performed (references from local government clients are preferred) within the last 3 years years must be provided. Information provided shall include:

      1. Client name, client Project Manager, address, telephone number, and email address. If client is not a local government, please indicate the type of business.
      2. Type of service provided to client.
      3. Project description.
      4. Project dates (starting and ending).
      5. Staff assigned to that project.
      6. Discuss final outcome.
    • Cost Of Proposal

      The City is not liable for any costs incurred by Proposers before entering into a formal contract. Costs of developing the proposals or any other such expenses incurred by the Proposer in responding to the Request for Proposal/Qualifications (RFP/Q) are entirely the responsibility of the Proposer, and shall not be reimbursed in any manner by the City.

    • Manufacturer & Model Number.

      Proposer must state the manufacturer name and model number of each item proposed in this Proposal.

    • Definition Of Terms

      For the purposes of this RFP/Q, the following definitions apply:

      1. City of Thousand Oaks and City. City of Thousand Oaks and City are used interchangeably and are synonymous with one another.
      2. Contractor/Consultant. Same as Successful Proposer.
      3. Review Committee. An independent committee established by the City to review, evaluate, and score the proposals, and to recommend award of the proposal determined by the committee to be in the best interest of the City.
      4. May/Should. Indicates something that is not mandatory. Failure to do what “may" or "should" be done will not result in rejection of your proposal.
      5. Must/Shall. Indicates a mandatory requirement. A proposal that fails to meet a mandatory requirement may be deemed non-responsive and not be considered for award.
      6. Proposer. The person or firm making the offer.
      7. Proposal and/or Statement of Qualifications. The offer presented by the Proposer.
      8. RFP/Q. Acronym for Request For Proposals / Request for Qualifications.
      9. Submittal Deadline. The date and time on or before all proposals must be submitted.
      10. Successful Proposer. The person, contractor, or firm to whom the award is made.
    • Compensation

      Proposal must list Maximum Payment in a not to exceed amount, as well as providing a breakdown of cost to complete the work including, but not limited to, hourly rates, reimbursables and maximum anticipated cost.

    • New And Unused.

      Unless specifically provided to the contrary, all material and equipment shall be new and unused and of the current production year. Proposals that are received for other than the current production year or for items and materials that have been previously used will be rejected.

    • Compensation - For Materials and Equipment

      Proposal must list Maximum Payment in a not to exceed amount, as well as providing a breakdown of cost to complete the work including, but not limited to, hourly rates, reimbursables and maximum anticipated cost, and unit cost for equipment.

    • Disqualification Of Proposer

      If there is reason to believe that collusion exists among the Proposers, the City may refuse to consider any Proposal from participants in such collusion. No person, firm, or corporation under the same or different name, shall make, file, or be interested in more than one Proposal for the same work unless an alternate Proposal is called for. A person, firm, or corporation who has submitted a sub-Proposal to a Proposer, or who has quoted prices on materials to a Proposer, is not thereby disqualified from submitting a sub-Proposal or quoting prices to other Proposers. Reasonable ground for believing that any Proposer is interested in more than one Proposal for the same work will cause the rejection of all Proposals for the work in which a Proposer is interested. If there is reason to believe that collusion exists among the Proposers, the City of Thousand Oaks may refuse to consider all Proposals from participants in such collusion. Proposers shall submit as part of their Proposal documents the completed Non-Collusion Affidavit provided herein.

    • Safety Standards

      Item(s) offered by the Proposer must conform to Safety Orders of the State of California, Division of Industrial Safety.

    • Samples.

      For evaluation purposes, samples may be requested from any Proposer. Samples shall be provided at no charge unless Proposer indicates on his Proposal the charge for samples. The City reserves the right to consume samples for testing purposes. The City may retain samples until delivery and acceptance of contracted items. Proposer shall remove samples at his expense within (30) days of request by the City.

    • Documents To Be Returned With Proposal or Statement of Qualifications

      Failure to completely execute and submit the required documents before Submittal Deadline may render a proposal non-responsive. The documents that must be returned by the Submittal deadline are listed in the "Vendor Questionnaire" section.

       

    • Demonstrated Competence and Professional Qualifications

      Services for professional architectural, landscape architectural, engineering, environmental, land surveying, or construction project management shall be on the basis of demonstrated competence and on the professional qualifications necessary for the satisfactory performance of the services required.

    • Testing

      After delivery, random samples may be submitted to a commercial laboratory, or other inspection City, for testing to determine if they conform to the specifications. In cases where tests indicate the samples do not meet specifications, the cost of the testing shall be borne by the contractor. When tests indicate the materials do not meet specifications, the City reserves the right to cancel the award and purchase the goods in the open market at the expense of the Proposer.

    • Execution Of Agreement

      The Successful Proposer will be required to execute an agreement in the form attached to this Request for Proposal/Qualifications (RFP/Q) and comply with all requirements of said Agreement. In case of failure of the Successful Proposer to execute and return the contract and all required documents within the time allowed, the City may, at its option, consider that the Proposer has abandoned the contract, in which case the Proposal Security Bond, if one was required, shall be forfeited by the Proposer and become the property of the City.

    • Prevailing Wage and Apprenticeship

      The work described herein may be a “public work”, as defined in Labor Code Section 1771, thus obligating Contractor/Consultant and subcontractor to pay prevailing wages under the California Labor Code. Contractor/Consultant and subcontractor agrees to indemnify, defend and hold City harmless from any claim that prevailing wages should have been paid, and shall be liable for the payment of the same and any penalties thereon. It is the responsibility of the Proposer to be familiar with the California Labor Code, and failure or neglect of the Proposer to understand the California Labor Code shall in no way relieve him from any obligations. 

      Labor Code section 1777.5 requires the use of qualified apprentices by all trades, regardless of the dollar amount of their portion of the work, on public works contracts over $30,000. Apprentices shall be used at no less than the ratio required by law, and shall be paid at the prevailing wage for apprentices in the trade for which they are registered. It is Contractor/Consultant’s sole responsibility to ensure that they and their subcontractors comply with the specific requirements of section 1777.5.

    • Conflict Of Interest

      Proposer covenants that it presently has no interest, and shall not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the services hereunder. Contractor certifies that to the best of his knowledge, no one who has or will have any financial interest under this contract is an officer or employee of the City of Thousand Oaks.

    • Warranty, Manufacturer.

      A copy or description of the manufacturer’s warranty shall accompany each Proposal for the item(s) proposed, detailing the scope and length of the warranty. Specify in detail the following:

      a. The length and terms of the warranty/maintenance and service provided with each item.

      b. For each item, Proposers must specify if subcontractors will perform warranty/maintenance/service, location(s) where warranty/maintenance/ service will be performed, along with contact name and phone number for each location.

       

    • Warranty, Proposer

      Successful Proposer shall fully warrant all materials and equipment furnished under the terms of this contract, against poor and inferior quality, for a period of not less than one (1) year from date of the final acceptance by the City. Time is of the essence of this contract. While under warranty, successful Proposer shall repair or replace inoperable materials or equipment in a timely manner to minimize the disruption of City operations.

       

       

    • Questions And Comments

      Questions and comments regarding this solicitation must be submitted in writing via the City's eProcurement Portal before Tuesday, April 14, 2026 Any response will be answered in the Question and Answer section of the project and/or in a form of an addendum and will be sent as promptly as is practical to all parties registered with the City pursuant to the Registration Section set out below. All such addenda shall become a part of the Request for Proposal/Qualifications (RFP/Q). Any prospective Proposer who obtained the Request for Proposal/Qualifications (RFP/Q) from anyone other than the City is responsible for registering with the City to receive subsequent Addenda.

    • Any Other Information

      Please submit any other information which would assist City in making this contract award decision.

    • Price Discrepancies

      In the event that there are unit price items in a Proposal schedule and the "amount" indicated for a unit price of an item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly. If there is more than one item in a proposal schedule, and the total indicated for the schedule does not agree with the sum of prices of the individual items, the prices given for the individual items shall govern and the total for the schedule will be corrected accordingly. The Proposer will be bound by said corrections.

    • Submittal

      Required delivery method for submitting proposals is electronically via the City's eProcurement Portal. The Proposal will not be opened publicly, and the City will endeavor to keep such confidential until a preferred service provider is recommended. Proposals must bear original signatures and figures prior to being scanned/uploaded. If no document can be identified as bearing original signatures, Proposer's proposal may be rejected at the discretion of the City.

    • Proposal Deadline

      Proposals shall not be accepted after Wednesday, April 29, 2026 at 5:00 pm. The City reserves the right to extend the Submittal Deadline when it is in the best interest of the City.

    • Registration

      Proposers are required to register with the City prior to downloading documents from the website and to be eligible to submit a Proposal. This information is used to notify Proposers via e-mail of addenda to procurement actions. You may view summary information about solicitations but you must be registered at this site and logged in before you can download solicitation documents: https://procurement.opengov.com/portal/toaks

      Proposer, when registering please identify NIGP Codes: 96800 . Additional codes can be added based on the products or services your business provides. Those needing assistance registering at the website may contact Grace Ng, Assistant Analyst, (805) 449-2239; e-mail: gng@toaks.gov.

      Solicitations may be downloaded by vendors who have registered online at the City’s Purchasing website. A Proposer who fails to register with the City as outlined above shall be deemed non-responsive and not be considered for award.

    • Proposal or Statement of Qualifications Modifications

      Any Proposer who wishes to make modifications to a proposal already received by the City must withdraw their proposal via the City's eProcurement Portal in order to make the modifications. All modifications must be properly initialed by Proposer’s authorized representative, executed, and submitted in accordance with the terms and conditions of this solicitation. It is the responsibility of the Proposer to ensure that a modified or withdrawn Proposal is resubmitted before the Submittal Deadline.

    • Proposal or Statement of Qualifications Withdrawal

      A Proposer may withdraw their Proposal, without prejudice prior to the time specified for the proposal opening, via the City's eProcurement Portal.

    • Confidential Information

      The original copy of each Proposal submitted to the City shall be retained for official files and will become public record after the notice regarding award of a contract. Please note that pricing information in a Proposal submitted to a government agency is not confidential.

      If a Proposal contains confidential information protected by a statutory exemption, a Proposer may clearly label that part of the Proposal as "CONFIDENTIAL" and list the statute which exempts the information from disclosure. The “CONFIDENTIAL” part of the Proposal shall be uploaded in the Vendor Questionnaire section, separate from the rest of the Proposal. If no part of the Proposal is segregated and marked confidential, the absence of such designation or marking shall constitute a complete waiver of all claims for damages caused by any release of the information. If a public records request for labeled information is received by the City, the City will make reasonable efforts to notify the Proposer of the request and delay access to the material for up to five working days after notification to the Proposer. During that time, it will be the duty of the Proposer to obtain a protective order of its labeled information. Failure to so act in that time shall constitute a complete waiver.

      If specific parts of the Proposal are claimed to be exempt by statute and if the Proposer obtains a protective order from a court of law, the City will withhold only those portions that are protected and disclose the remainder as required under the California Public Records Act.

      A Proposal labeled in its entirety as “CONFIDENTIAL” will be considered non-responsive and will not be considered.

    • Levine Act Compliance

      California Government Code section 84308 (Levine Act) prohibits any Thousand Oaks City Council member from participating in any action related to a contract, agreement, or franchise agreement (excluding labor or competitively bid contracts) if the Council member receives a campaign contribution totaling more than $500 (aggregated) from the party to the contract, agreement or franchise agreement, their agents, or any financially interested participant who actively supports or opposes the matter within the previous twelve (12) months. Council members must also disclose any eligible campaign contribution received on the record of the proceeding.


      Council members are prohibited from accepting, soliciting, or directing a campaign contribution of more than $500 (aggregated) from a party, their agent/representative, or a financially interested participant during a proceeding and for 12 months following the date a final decision is made. In addition, a party, their agent/representative, or a financially interested participant is prohibited from contributing more than $500 (aggregated) to a Council member during a proceeding and for 12 months following the date a final decision is made.

      The Levine Act also requires parties to certain contracts, agreements, or franchise agreements to disclose any campaign contribution over $500 (aggregated) within the preceding twelve (12) months by the party to the agreement, contract, or franchise agreement and their agents. The Levine Act does not apply to competitively bid, labor, or personal employment contracts.


      All proposals must include completion of the Levine Act Disclosure Form.

    • Prevailing Wage

      The selected proposer may be obligated to pay prevailing wages under the California Labor Code. Refer to Sample Professional Services Agreement (Attachment B) and EPA Federal Grant Requirements (Attachment E).

    Submission Requirements

    • NON-COLLUSION AFFIDAVIT FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

       

    • PROPOSED EQUIPMENT AND MATERIAL MANUFACTURES FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

    • LEVINE ACT DISCLOSURE FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

    • EQUIPMENT AND MATERIAL COST PROPOSAL/SCHEDULE FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

    • LABOR OR SERVICES COST PROPOSAL SCHEDULE FORM (required)

      Please download the below documents, complete, and upload. The form can be downloaded and uploaded under the project page where it says VENDOR QUESTIONNAIRE  on the project website on the City's e-procurement portal.

    • PROPOSAL (required)

      Please upload your proposal.

    • COST PROPOSAL (required)

      Please upload your cost proposal in this section separately from the rest of your proposal. 

    • W-9 (required)

      Please submit your company's W-9 form. 

    • CONFIDENTIAL INFORMATION

      Upload a separate document containing only the information you consider confidential under law, including under Government Code Section 7927.605: “corporate financial records, corporate proprietary information including trade secrets, and information relating to siting within the state furnished to a government agency by a private company for the purpose of permitting the agency to work with the company in retaining, locating, or expanding a facility within California.” As you are submitting a Proposal to a government agency, note that pricing information is not confidential.

      Clearly label your separated document containing confidential information as “CONFIDENTIAL”, and include the law or legal authority which exempts the information from disclosure; then submit it in the response below. 

      If there is no confidential portion of the proposal, a response to this question is not required. 

    • NIGP Category Codes (required)

      Please enter the NIGP Category Codes for this project:

    • Type of Solicitation (required)

      Please select the type of solicitation. Descriptions for each type are below.

      Request for Proposals: Involves inclusion of a specific proposal for services to provide for the City's description of the work through provision of a detailed scope of work and allocation of manpower and resources.

      Request for Qualifications: A RFQ does not include a detailed proposal or scope of work, but rather involves the provision of qualifications of the consultant to perform based on the City's general description of work and the consultant's expression of experience, expertise, and/or qualification to do that work based on similar work done (Government Code Section 4526).

      Request for Proposal/Qualifications: Combining both the RFP and RFQ - an RFP/Q Involves both inclusion of a specific proposal for services and also the provision of qualifications of the consultant to be performed.

    • Labor Type (required)

      Please choose the option that best describes the labor requirements.

    • Pre-Proposal Conference (required)

      Please select the correct statement amount the pre-proposal conference:

    • Summary of Product and/or Services (required)

      Please provide the summary of product and/or services. You can copy and paste what you have in the Summary section here. This will show as the short description in the notice.

    • Is this RFP/RFQ for Materials or Equipment? (required)
    • Is this RFP/Q for Labor or Services? (required)
    • Is this RFP/Q for General Services or Professional Services? (required)
    • Time Frame for References (required)

      For the Client References section, decide what is the appropriate time frame for references from similar projects performed.

      Example: three (3) years

    • Acceptance Period Time frame (required)

      Please enter the period time follow the example. Your answer will populate the blank space.

       

      Acceptance Period. Unless otherwise specified herein, proposals are firm for a period of __________

       

      Example: ninety (90) days, one hundred twenty (120) days, etc.

    • Will you use an electronic pricing table? (required)
    • Type of Vendor Submission (required)

      Will the vendor be submitting a proposal or a statement of qualifications?

    • Separate Cost Proposal (required)

      Do you want the cost proposal to be submitted separately from the rest of the proposal? 

    Questions & Answers

    Q (Attachment A): The Description of Work (Section 3) mentions a stormwater diversion structure at Ocho Rios/Bayport Way, while Attachment A illustrates a diversion at Ocho Rios/Rockfield. The Feasibility Study includes an alternative at Ocho Rios/Bayport Way. Please confirm if Attachment A is the correct location.

    A: The correct location is Ocho Rios/Bayport Way, as shown in the Feasibility Study. An accurate location map will be attached to Addendum No.1 and posted soon.


    Q (Federal Procurement Requirements): Are there established Disadvantaged Business Enterprise (DBE) utilization goals or requirements for subconsultants used on this project?

    A: DBE utilization is not required.


    Q (Arc Flash Specification Provision.): Drawing Sheet E0.1 – Electrical General Notes, Item 41 references an Arc Flash Study, however, a detailed specification section defining the study requirements has not been provided. Please provide the applicable Power System Study specification section (typically Division 26 Section 26 05 73) outlining the required scope, methodology, deliverables, and compliance criteria. A detailed specification is necessary to perform a proper and code-compliant Arc Flash Study in accordance with NFPA 70E, IEEE 1584, NEC, and CEC 110.10.

    A: Drawing Sheet E0.1 is part of the feasibility study document. As this is only a feasibility study, a detailed design and specification for the proposed project must be prepared by the selected consultant as part of the design phase.


    Q (No subject): The provided project drawing (Attachment A) is titled “Tuscany Way”, however, the provided Feasibility Study (Attachment C) includes a different location titled “Ocho Rios Way”. Please clarify which is the correct project we are proposing on.

    A: The correct location is Ocho Rios/Bayport Way, as shown in the Feasibility Study. An accurate location map will be attached to Addendum No.1 and posted soon.


    Q (No subject): Task 3.1 requests an evaluation of alternatives. For fee estimation purposes, how many alternatives does the City expect the consultant to evaluate?

    A: Two alternatives


    Q (EPA DBE Requirements): We understand that this project is funded in part by the EPA. Can the City please clarify the expected DBE participation requirements for this opportunity? Has a target DBE utilization goal been established?

    A: DBE utilization is not required.


    Q (Public Outreach Events): Can the City confirm whether all 4 public outreach events are required, or if the City is open to a reduced number being proposed?

    A: Please include four public workshops for stakeholders—two virtual and two in-person (each two hours)—as outlined in the scope of work, and provide a budget for each. If, during the design phase, it is determined that not all four meetings are necessary, they may be removed.


    Q (Section 5.10 Clarification): Is ‘Section 5.10 – Demonstrated Competence and Professional Qualifications’ of the RFP/Q provided as informational to bidders, or would the City like specific materials/data to be provided in this section in our proposal?

    A: No specific materials or data are needed; however, the evaluation criteria in Section 8 should be included and expanded on in the proposal.


    Key dates

    1. March 27, 2026Published
    2. April 30, 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.