SLED Opportunity · CALIFORNIA · WEST BASIN MUNICIPAL WATER DISTRICT
AI Summary
West Basin Municipal Water District seeks bids for the TRWRP 93 Motor Control Center Replacement project, an electrical infrastructure upgrade supporting water services in Los Angeles County.
Request for Bids
Bids are being accepted by West Basin Municipal Water District (West Basin), for TRWRP 93 Motor Control Center Replacement.
West Basin Municipal Water District is a public agency that provides imported drinking water, recycled water, and conservation programs to 17 cities and nearly one million people in the coastal areas of Los Angeles County.
Torrance Refinery Water Recycling Plant (TRWRP) utilizes two motor control centers (MCCs) to pump water to the Torrance refinery. In 2021, one MCC catastrophically failed and caught fire, resulting in over $180,000 in repair costs and a 50% reduction in water delivery for more than three months. The incident also posed a significant health and safety risk, though fortunately no further damage occurred.
The second MCC, identical in age and model, is estimated to incur emergency response costs of approximately $235,000 if a similar failure occurs. To mitigate this risk and avoid operational disruption, it is deemed prudent to proactively replace the second MCC. Please review the bid specifications (Attachment A) and drawings (Attachment B) for details.
| Event | Date | Location |
|---|---|---|
| Job Walk* *(attendance required)* | 2026-03-26T20:00:14.283Z | Address: https://maps.app.goo.gl/A29VoMdDDJV3ox2EA *If the Job Walk is mandatory, Bids will only be accepted from respondents that attended the mandatory meeting. Additional Instructions: Enter on W 190th Street via "Contractor Entrance" for the Torrance Refinery. Park at NE corner of parking lot. |
Attached is Addendum No. 1 for the Torrance Refinery Water Recycling Plant 93 Motor Control Center Replacement.
The solicitation schedule has been revised.
Attached is the pre-bid meeting presentation for RFB-TH-0120.
Section 01 51 00 – Temporary Utilities, as provided in Addendum No. 2, will fully replace the previous version in Attachment A (pages 164-171).
Attached is the mandatory job walk sign-in sheet.
The timeline for comments/questions and bids due has been extended as outlines in Addendum #3. Please use the See What Changed link to review these changes.
Request for Bids
Bids are being accepted by West Basin Municipal Water District (West Basin), for TRWRP 93 Motor Control Center Replacement.
West Basin Municipal Water District is a public agency that provides imported drinking water, recycled water, and conservation programs to 17 cities and nearly one million people in the coastal areas of Los Angeles County.
TRWRP utilizes two motor control centers (MCCs) to pump water to the Torrance refinery. In 2021, one MCC catastrophically failed and caught fire, resulting in over $180,000 in repair costs and a 50% reduction in water delivery for more than three months. The incident also posed a significant health and safety risk, though fortunately no further damage occurred.
The second MCC, identical in age and model, is estimated to incur emergency response costs of approximately $235,000 if a similar failure occurs. To mitigate this risk and avoid operational disruption, it is deemed prudent to proactively replace the second MCC. Please review the bid specifications (Attachment A) and drawings (Attachment B) for details.
Tikneshea Hicks, Contracts Administrator II
Email: tiknesheah@westbasinca.gov
Phone: (310) 660-6207
17140 Avalon Blvd, Carson, CA 90746
| Solicit Bids: | March 16, 2026 |
| Pre-Bid Conference* (Mandatory): | March 25, 2026, 9:00am Microsoft Teams meeting |
| Job Walk* (Mandatory): | March 26, 2026, 1:00pm Address: https://maps.app.goo.gl/A29VoMdDDJV3ox2EA |
| Last Day for Comments or Questions: | April 16, 2026, 3:00pm |
| Bids Due: | April 23, 2026, 2:00pm |
Small and Local Business Enterprise (SLBE) Policy Compliance
If this does not apply to your business, please write "Not Applicable or N/A" under Publication Name/Location.
Attach completed Bid Form (Bid Form Section, pages 1-7)
Attached the completed, signed, and notarized Noncollusion Affidavit Form (Bid Form Section, page 8)
Attach the completed, signed, and notarized Bid Bond (Bid Bond Section, pages 1-2)
Do you qualify as Small Business Enterprise?
Small Business Enterprise (SBE): To be considered as a Small Business Enterprise and to encourage maximum participation, the District will accept a Vendor that meets and is certified to the Federal U.S. Small Business Administration (SBA) size standards, or the SBE standards set by the California Department of General Services (DGS). In addition, the District will accept a Vendor’s self-certification of any local agency within the State of California. All certifications are subject to verification.
If yes - respondent must attach documentation of Small Business certification.
Do you qualify as Local Business Enterprise?
Local Business Enterprise (LBE): To be considered as a Local Business Enterprise, a Vendor must provide evidence, in the form of a business license, that the Vendor is located at a fixed commercial or residential address where administrative, clerical, professional or other productive work is performed relative to its commercial purpose. The Vendor must be located either within the District’s service area or, within 25 miles of the District’s Carson headquarters for a minimum of one year.
Please click HERE to determine if your firm is considered Local, under Small and Local Business Enterprise Program.
If yes - respondent must attach current copy of the firm's business license.
Do you have a Sub Supplier, Subcontractor or Subconsultant that qualifies as SBE or LBE?
Participation from either SBE or LBE Sub(s) qualify only if at least 30% of the total compensation paid by the District under the terms of the contract are allocated to and received by the SBE or LBE Sub(s).
The Prime must include the Sub(s) services and compensation in its Price Form.
If yes - the Prime (respondent) must attach current copy of the Sub(s) business license and/or SBE certification.
Are the materials your company provides made in America?
(Note: This is not a requirement for bidding.)
By selecting Yes below, I, on behalf of the Respondent submitting this Proposal, Quotation, or Bid, hereby acknowledge that I have read and understand the subject solicitation and all its attachments. I further confirm that, by submitting a proposal, quotation, or bid in response to the subject solicitation, the Respondent agrees to all the terms and conditions outlined in the solicitation and its attachments, including but not limited to, the Sample Agreement or the Purchase Order Standard Terms and Conditions, except as specifically identified in any exceptions submitted concurrently herewith.
The New Vendor Form is located in the Attachments section, Attachment C.
Please provide a brief explanation as to the reason and/or the purpose for this procurement.
Q (Bid and Job Walk dates): Can you please conform the Bid and Job walk dates. the bid document did not match the online solicitation Thanks.
A: Please refer to the online timeline. Pre-Bid Conference* (Mandatory): March 25, 2026, 9:00am Job Walk* (Mandatory): March 26, 2026, 1:00pm
Q (No subject): What's the license requirements?
A: Please refer to page 7 of attachment A: "Contractor Licensing: In order to Bid and perform public work, the Bidder and Subcontractors shall hold or obtain such licenses as required by State Statutes, and federal and local Laws and Regulations. Bids will be accepted only from Bidders holding a California Contractors' License Class C."
Q (No subject): What's the project estimate?
A: $543,000
Q (union): Do you have Union Requirements for the project?
A: This project does not have any Labor Compliance Programs or Project Labor Agreements associated with it.
Q (Bid Date Confirmation): Can you please confirm the bid date? In the documents it states that the bid date is 3/31 but on this site it states that bids are due 4/16. Which one is correct? Thanks.
A: Please see Addendum No. 1 for the revised solicitation schedule related to Attachment A, which reflects the timeline listed online.
Q (Rear Gate Access):
A: Will South Gate access be available for equipment and deliveries? Yes
Q (Cable Length):
A: Will distances from the MCC to equipment for new conductors be available? Distances of conduit will not be available but here are some rough distances above ground from MCC to Equipment pad. Contractor will need to field verify conductor lengths needed. MCC to Blower Equipment Pad ~120 ft MCC to Product Pump Equipment Pad ~130ft
Q (Refinery Safety Orientation):
A: Is the full refinery safety orientation necessary for our team? No the full RSO is not required.
Q (Factory Acceptance Test):
A: Will a factory acceptance test be needed? The following submittals are specified in Section 26 24 19 regarding the LVMCC: 1. Shop Drawings. 2. Spare Parts List. 3. Proposed Testing Methods and Reports of Certified Shop and Field Tests. 4. Manufacturers Startup Certification 5. Operation and Maintenance Manuals.
Q (Manufactures approved as equal): Is the LVMCC Model 6 from Schneider Electric considered as an approved manufacturer for the project?
A: Yes
Q (No subject): Will the work for the motor be done on site or can it be taken to a shop?
A: There is no scope for work on the motor.
Q (Temporary Generators): Please advise which of the (4) blowers & (1) pump identified on Spec 01 14 00-6 will require 24 hr power.
A: M-9326-01 Process Air Blower 1 - 24hr (Critical) M-9326-02 Process Air Blower 2 - 24hr (Critical) P-9341-03 Nitrified Product Pump 3 - As-needed P-9364-02 Washwater Waste Pump 2 - 24hr (Critical) P-9346-02 Backwash Pump 2 - As-needed during backwashes for 20min 4/week All of the above equipment will need to be available on temporary power.
Q (Temp Power): Please confirm that Backwash Pump P-9346-02 and Waste Pump P-9364-02 does not require temporary power and can stay inactive during construction.
A: M-9326-01 Process Air Blower 1 - 24hr (Critical) M-9326-02 Process Air Blower 2 - 24hr (Critical) P-9341-03 Nitrified Product Pump 3 - As-needed P-9364-02 Washwater Waste Pump 2 - 24hr (Critical) P-9346-02 Backwash Pump 2 - As-needed during backwashes for 20min 4/week All of the above equipment will need to be available on temporary power.
Q (Temporary Power ): At the job-walk , Backwash Air Blower M-9355-01 & Process Air Blower #6 – M-9326-06 were observed to be locked and tagged out. Do these loads still require temporary power when the MCC is replaced?
A: No. This equipment will not be on temporary power.
Q (Temporary Power ): Are any controls required for the loads connected to temporary power, or will these motors be manually switched?
A: Manually operated via HOA.
Q (MCC Manufacturer): Please confirm Eaton or Siemens as a manufacturer is acceptable.
A: Manufacturers 1. Control components shall be manufactured by Eaton, The Square D Company, General Electric, Allen-Bradley, Siemens Energy and Automation, or Engineer approved equal.
Q (Bid date extension ): The MCC suppliers are requesting additional time for their quote. We'd like to request a one week bid extension. Please advise.
A: Addendum #3 has been released to extend the last day for comments/questions as well as bids due.
Q (MCC Starter Control Schematics):
A: Are there control schematics available for the starter units or should controls just match what was provided for 93MCC1? Please refer to the notice posted on Apr 13, 2026.
Q (TRWRP93 MCC wiring diagram):
A: Please provide wiring diagram for the MCC. Please refer to the notice posted on Apr 13, 2026.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.