Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Published February 6, 2025 at 7:00 PM
Updated February 7, 2025
This is a service / maintenance or supply contract in Lakewood, California. Contact the soliciting agency for additional information.
A. Institution Contacts For RFQ related questions, please contact: Name: Sam Chambers Title: Project Manager Phone: (562)866-9771, ext. 2505 Email: Schambers@lakewoodcity.org Possible Interviews with Short-List (30-minute) Week of 02/10/2025 City Council Approval 02/25/2022 A. Introduction The purpose of this RFQ is to obtain Statements of Qualifications (SOQ), Hourly Fee Schedule and Proposed Annual Budget from qualififed firms interested in working as a Consultant for the City of Lakewood, Public Works Department to provide comprehensive program management services for the Operation, Maintenance, and improvements of the City's two Stormwater Capture Facilities. The selected program manager will be responsible for developing, executing and overseeing the operation and maintenance (O&M) program for the two stormwater capture facilities, ensuring regulatory compliance, identifying necessary improvements, assisting with hiring consultants and awarding of contracts, and managing the funding process. The consultant will evaluate the facilities and prepare recommendations for operational modifications to reduce future operational costs as well as modifications to align with Los Angeles County Water Quality Plan goals, including those identified by the Water Reliability Task Force and the City's MS4 permit compliance. The selected individual or firm must have a strong understanding of the current regulatory environment and regional water quality issues, and must have relevant experience working with key agencies such as the Metropolitan Water District of Southern California, LA County Sanitation District, Council of Governments (COG), the Gateway Water Management Authority (GWMA), the Regional Water Quality Control Board, the LA County Flood Control District, LA County Department of Public Works and LA County Department of Public Health. This solicitation does not commit the City of Lakewood to pay any cost incurred in the preparation of a response. In addition, the SOQ should be limited to 5 single-sided pages not including attachments. The City of Lakewood reserves the right to withdraw this solicitation at any time for any reason. The successful Consultant shall file insurance coverage and provide indemnification provisions and hold harmless clauses in favor of the City as described in the Professional Services Agreement in Attachment "A". B. Facilities Bolivar Park Stormwater Capture Facility Located at: 3300 Del Amo Blvd Lakewood, CA 90712 The Bolivar Park Regional Stormwater Project is located in the Bolivar municipal park in the City of Lakewood. Underlying a significant portion of this park is a 7.5 ac-ft subsurface storage and infiltration system. Wet and dry weather flows are diverted from a nearby LACFCD 48" Reinforced Concrete Pipe (RCP) channel. This regional project's major components include: o Rubber diversion dam (base raised 3") o Grated drop inlet and diversion valve o Nutrient Box pretreatment unit o Pump Station with 4 pumps o 8.9 ac-ft subsurface storage and infiltration gallery o Wet well with 3 pumps o Water harvesting unit (WAHASO) with connection to the Park's irrigation system o Overflow discharge pump back to the Flood Control System o Water harvesting system o Discharges to Flood Control System. Mayfair Park Located at 5720 Clark Ave Lakewood, CA 90712 The Mayfair Park Regional Stormwater Project is located in the Mayfair municipal park in the City of Lakewood. Similar to Bolivar, underlying a significant portion of the park is a 13.8 ac-ft underground stormwater capture and infiltration facility. The regional project receives both wet and dry weather flows from a diversion structure, located in a nearby covered LACFCD Reinforced Concrete (RC) Channel (23'W x 11"-6'H). The regional project's major components include: o 23'W x 3'H Rubber Diversion dam o Grated drop inlet and Diversion valve o Pretreatment unit o 13.8 ac-ft subsurface storage unit o Outlet valve and a wet well with 3 pumps o Water harvesting unit (WAHASO) with connection to the Park's irrigation system o Kraken discharge treatment unit o Back-up Sanitary discharge line (The city has obtained a discharge permit from the Sanitation Districts) o Treatment unit building with RC Controls - SCOPE OF SERVICES The program manager will be responsible for the following: Program Management and Oversight o Develop and manage a comprehensive O&M program for the two stormwater capture facilities. Ensure that the facilities are properly maintained and operated by all relevant standards, regulations, and protocols. The selected individual or firm shall be responsible for program management for maintenance of the equipment, including but not limited to: sensors, monitors, pumps, valves, removing sediment and trash from structures, control systems, water harvesting systems, and other equipment as necessary as well as adherence to Los Angeles County Flood Control District (LACFCD), Sanitation Districts of Los Angeles County, LA County Department of Public Works and LA County Department of Public Health. Consultant and Contractor Oversight: o Identify the need for external consultants and contractors for improvements, prepare and issue RFPs, oversee the selection process, and manage contracts as necessary for facility upgrades. It is intended that the Program Manager will interview and select from the GWMA list of qualified engineering/contracting firms shortlisted in Attachment B or alternatively solicit and procure the services necessary to operate and maintain the two stormwater capture projects for the City. Regulatory Compliance: o Ensure compliance with all applicable regulations, including MS4 permits, stormwater diversion, infiltration regulations, and any other environmental requirements. o Coordinate with regulatory agencies and relevant entities. Funding Management: o Develop and manage the allocation of available funds from GWMA and Regional Safe, Clean Water grant funds for short-term and long-term O&M efforts. Provide recommendations on the optimal use of funds for maintenance, capital improvements, and regulatory compliance. Multi-Jurisdictional Coordination: o Engage with the City of Lakewood, local governments, and other regional stakeholders to ensure that the O&M program is coordinated effectively. Facilitate communication and collaboration between jurisdictions and relevant agencies. Facility Improvement Recommendations: o Identify opportunities for improvements to the facilities to increase their operational effectiveness, enhance regulatory compliance, or reduce operational costs, and provide actionable recommendations to the City of Lakewood. The Consultant is expected to establish and maintain a close working relationship with the City of Lakewood's staff throughout the work. The Consultant shall provide a Program Manager (single point of contact) to coordinate with the City of Lakewood. The Consultant's Program Manager shall be accessible during normal working hours. If at any time the level of performance falls below expectations, the City may release the Consultant or a Consultant's employee and request another person be assigned as needed and shall be approved by the City prior to commencing any duties. The Consultant's Program Manager shall be responsible for all matters related to the Consultant's personnel and operations, including but not limited to: 1. Assigning lead and supporting personnel to projects on an as-needed basis; 2. Administering personnel actions; 3. Submitting resumes containing the qualifications and experience of Consultant's personnel if required; 4. Responding to a variety of administrative requests from the City, i.e., billing questions, insurance renewals, etc QUALIFICATIONS & EXPERIENCE To be considered for this role, firms must demonstrate the following qualifications and experience: Experience in Managing Water Systems: Proven experience in managing water capture systems, stormwater infrastructure, or other related water and/or wastewater management projects. Regulatory Expertise: Strong knowledge of relevant federal, state, and local regulations regarding water quality and environmental protection, including MS4 permits, stormwater diversion, and infiltration. Familiarity with Regional Water Agencies: A history of working with or understanding of regional water agencies, including the Metropolitan Water District of Southern California, Sanitation Districts, Flood Control District, Public Health Department, the Gateway Water Management Authority (GWMA), and other relevant stakeholders. Program and Financial Management: Experience managing program budgets, including allocating resources for short-term and long-term O&M and capital improvements. Multi-Jurisdictional Coordination: Ability to work across multiple jurisdictions and with various stakeholders, including local and regional governments, regulatory agencies, and other entities. Technical Expertise: Understanding of water capture facilities, their design, operations, maintenance requirements, and improvement strategies. SUBMISSION REQUIREMENTS A. Content 1. Executive Summary: Provide a concise overview of the firm's qualifications and understanding of the project scope. 2. About your firm: Provide firm name, address, contact, and number of years providing similar support services. Provide a description of the firm's history, structure, and relevant experience in managing similar projects, particularly water capture or stormwater management systems. Include any prior work with water-related facilities, regulatory agencies, and water management authorities. 3. Project team: Include a resume of the proposed Program Manager including relevant experience in water management, program management, regulatory compliance, and working with regional water agencies. Should the firm propose a team, provide information on the key project team members, their qualifications, and relevant experience in water management, program management, regulatory compliance, and working with regional water agencies. 4. Project related experience: Provide three detailed examples of projects ongoing or recently completed that included similar scope of services, and include details of the scope, outcomes, and any relevant lessons learned. List minimum of three professional references from similar projects demonstrating the firm's ability to manage complex programs and deliver successful outcomes, and provide phone numbers of owner's representatives. 5. Project Approach: Provide a detailed description of how the firm intends to manage the O&M program, including methodologies, strategies, and timelines for the program's development, execution, and oversight, as well as operational suggestions for improvements. 6. Fee Schedule and Annual Budget: In a separated, sealed envelope, provide a schedule of hourly rates, including overtime rates for applicable personnel classifications as well as reimbursable expenses. Provide an estimate of the annual proposed cost for the program management services. Fee schedule and budget will not be counted as part of the 5 page limit. Instructions The solicitation responses are to be prepared in the prescribed format and submitted electronically, via e-mail in PDF format, no later than 12:00 p.m. on February 10, 2025 to Sam Chambers. The City reserves the right to reject any or all submitted SOQs, and no guarantee is made that any contract will be awarded pursuant to this Request for Qualifications. All costs incurred in the preparation of the SOQ and/or in the submission of additional information prior to the award of a written contract will be borne by the respondent. All SOQs submitted to the City of Lakewood shall become the property of the City. All questions relative to this RFQ must be submitted in writing or electronically to the individual listed in Section 1. A. no later than the date specified in Section 1.C. Proposals must remain valid for a period of 90 days from the submission due date. The City of Lakewood reserves the right to reject any or all proposals or negotiate separately with any proposer. The City of Lakewood is committed to an inclusive procurement process and does not discriminate based on race, gender, ethnicity, or other protected classes. EVALUATION CRITERIA The City of Lakewood will use the following criteria in evaluating submissions received in response to this RFQ. The evaluation of qualifications and the selection of the successful proposer will be based on the information provided by the Consultant in its submission, including, without limitation, responses to the Consultant's qualifications. Consideration may also be given to any additional information helpful to City of Lakewood. We are not bound to accept the lowest priced response if that response is not the most advantageous to us as determined solely by City of Lakewood. A Review Board, selected by the City, will evaluate the SOQs received by the submittal deadline. The firms that demonstrate the best ability to meet our needs may be invited to interview if deemed necessary. The Review Board shall rank the Consultants based on the scoring criteria listed below for the various sub-disciplines. Completeness of Proposal: Any response that does not contain each element described in this RFQ, fully completed, initialed or executed, as appropriate, may be judged incomplete and may not be considered further. Scoring Criteria: A. Individual or Firm's Qualifications and Experience B. Approach and Understanding of the Scope of Work C. Expertise in regulatory compliance and Stormwater Management D. Ability to manage program funding and multi-jurisdictional coordination E. Experience: References and a demonstrated record of success by the Consultant on similar work performed for municipalities. - CONTRACT If the proposed fees are determined to be excessive, the City reserves the right to negotiate both scope of work and fees with the selected consultant. The City does not guarantee, either expressly or by implication, that any work or services will be required under this Agreement. Any increase in the scope of an assignment shall be approved in advance by the Public Works Director or her representative in writing. No fee adjustment will be allowed unless said prior written approval has been issued. Consultant will be required to sign the City's standard Professional Services Agreement, a copy of which is included in Attachment 'A'. The City's insurance requirements are included in the standard agreement.
Conceptual
Water / Sewer
Public - City
Service, Maintenance and Supply
We’ve obtained documents for this project and are currently processing them.
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
February 10, 2026
Multiple Locations, Lakewood, CA
Related To This Project
Lakewood, CA
Bid Date: Feb 18 2025
Lakewood, CA
--
Lakewood, CA
--
Lakewood, CA
Bid Date: Mar 25 2025
Lakewood, CA
Bid Date: Mar 18 2025
Lakewood, CA
Bid Date: May 19 2025
Lakewood, CA
Bid Date: Dec 19 2024
Lakewood, CA
--
Lakewood, CA
--
Lakewood, CA
--
Lakewood, CA
Bid Date: Nov 04 2024
Bid Smarter, Not Harder
Spend more time doing the job than looking for it. ConstructConnect has the industry's most complete project data to help you find, bid, and win. Now.
Sign up to get free access, instantly.
