Despite the
Trump administration war on offshore wind power and the cancellation of multimillion dollar federal grants to set up infrastructure at Eureka and Morrow Bay, the Richmond City Council is convinced that the relatively small Port of Richmond is destined
to play a big role in the servicing of the offshore wind industry.
“President Donald Trump’s return to the White House has upended the US wind industry like never before. As he passes the 100-day mark, Windpower
Monthly recounts how the avowedly anti-wind power president has overdelivered on his campaign trail promise to halt offshore wind on “day one” of his presidency.”
Despite Trump’s moves to end offshore wind power development, the City of Richmond City Council is undeterred. The future of the Port of Richmond
as an offshore wind industry player is what is behind the City Council motivated eviction of the Riggers Loft, moving the Red Oak Victory, and even curtailing the lease to Auto Warehousing or car imports.
It is unclear whether the City has actually received or has just applied for a $750,000
GFO-24-701 Offshore Wind Energy Waterfront Facility Improvement Grant from the California Energy Commission to pay for the anticipated study.
On April 5, 2025, the City released the following RFP:
REQUEST FOR PROPOSALS (RFP) Conceptual Design and Preliminary Engineering Services for Offshore Wind
Port of Richmond 1322 Canal Boulevard
Richmond, CA 94804
RELEASE DATE |
April 25, 2025 |
CLOSING DATE |
May 23, 2025 |
CONTACT |
Charles Gerard Port Director
Email: charles_gerard@ci.richmond.ca.us |
RESPONSES MUST BE SUBMITTED ELECTRONICALLY TO:
Contents
OVERVIEW……………………………………………………………………………………………………….
3
SCOPES
OF SERVICES………………………………………………………………………………………… 4
GOALS……………………………………………………………………………………………………………..
4
TASKS
AND DELIVERABLES………………………………………………………………………………… 5
TERM………………………………………………………………………………………………………………
5
BUDGET…………………………………………………………………………………………………………..
6
PROPOSAL
REQUIREMENTS………………………………………………………………………………. 6
SELECTION
PROCESS………………………………………………………………………………………… 7
INTERVIEW/PRESENTATIONS……………………………………………………………………………..
7
PRE-AWARD
NEGOTIATIONS…………………………………………………………………………….. 8
AWARD……………………………………………………………………………………………………………
8
TIMELINE…………………………………………………………………………………………………………
8
GENERAL
GUIDELINES………………………………………………………………………………………. 9
PUBLIC
RECORDS……………………………………………………………………………………………… 9
INSURANCE REQUIREMENTS……………………………………………………………………………..
9
BUSINESS
LICENSES………………………………………………………………………………………….. 9
SANCTUARY PORT
CONTRACTING ORDINANCE…………………………………………………. 10
COLLUSION…………………………………………………………………………………………………….
10
WITHDRAWAL OF PROPOSAL…………………………………………………………………………..
10
OWNERSHIP OF
DOCUMENTS…………………………………………………………………………. 10
ATTACHMENTS……………………………………………………………………………………………….
10
Attachment 1:
Standard Contract…………………………………………………………………….. 10
Attachment 2:
Insurance Requirements……………………………………………………………. 10
Attachment 3: Port of Richmond Scope of
Work……………………………………………….. 10
The Port of Richmond (“Port”) is requesting proposals from qualified firms to provide conceptual design and preliminary engineering services for the Port of Richmond Offshore Wind Terminal. This
effort is part of the Port’s application for the GFO-24-701 Offshore Wind Energy Waterfront Facility Improvement Program, which aims to fund projects that enhance California’s waterfront facilities to support floating
offshore wind (“OSW”) development and operations. This solicitation aligns with Assembly Bill (AB) 209, advancing the state’s clean energy goals by preparing critical infrastructure for OSW deployment.
The
primary purpose
of this
project is
to plan
and design OSW
terminal(s) at
the Port
of Richmond,
with a focus on identifying site boundaries within the Port for OSW industry use, assessing required infrastructure
improvements, and
advancing site(s)
up to
a 30%
engineering design
stage, or
as necessary to develop a CEQA project description. The conceptual design and preliminary engineering will evaluate OSW infrastructure development across up to 216 acres of existing Port sites, including Terminal
2, Terminal 3,
and the
Point Potrero
Marine Terminal.
These sites
provide extensive
berth availability,
access to deep-water navigation channels, and a strategic position within the San Francisco Bay—near the five existing California offshore wind lease
areas.
![]() |
The
Port is committed to supporting the OSW supply chain at the state and national levels, facilitating sub-component manufacturing, floating platform assembly operations, flexible laydown and storage, and service operation vessel (“SOV”) activities. This project
will lay the foundation for future investment and permitting needs, transforming the historically
underfunded and underserved Port of Richmond into a critical OSW supply chain hub. Richmond residents face high energy burdens and environmental pollution, largely due to the region’s proximity
to heavy industry and oil refineries. Developing an offshore wind terminal will contribute to California’s clean energy transition, reducing industrial impacts on residents while creating local job opportunities in the renewable energy sector.
The Port of Richmond is a key economic driver in California,
handling 19
million short
tons of
cargo annually ranking as the third largest in the state. It
has the
highest tonnage
volume of
vehicles and liquid bulk in the San Francisco Bay Area and
has
dry-bulk,
break-bulk, and
container handling
capabilities. The
Port is
served by
a sophisticated
rail network operated by two major rail companies. With seven city-owned terminals (including five graving basins) and 11 privately owned terminals—where 90% of tonnage moves through—the Port has the infrastructure
and capacity to support the OSW industry. This project represents a unique opportunity to repurpose existing facilities for offshore wind development, positioning Richmond as a leading hub for renewable energy innovation and economic
growth.
The Port has secured funding under the GFO-24-701 program. Appendix 3 of this RFP outlines the Port’s grant application, including project priorities and funding allocations. The Port is seeking
a lead program manager with the capacity to oversee all aspects of this effort and work in close partnership with Port staff and the City of Richmond. The anticipated project term is from June 2025 to June 2029. Please refer to Attachment 3 for more information.
This project seeks to accomplish the following goals:
Site Assessment and Boundaries Identification
·
To evaluate and define site boundaries within the Port of Richmond that are suitable for Offshore Wind (OSW) industry use such as Staging and Integration (S&I),
Manufacturing/Fabrication (MF), or Operations and Maintenance (O&M). This includes understanding the scope of infrastructure improvements needed to support OSW operations, with a focus on the areas identified, such as Terminal 2, Terminal 3, and the Point
Potrero Marine Terminal.
Infrastructure Evaluation and Improvements
·
To
assess the
existing infrastructure
and identify
required improvements
to facilitate
offshore wind operations, including enhancing berth availability, improving access to deep-water navigation channels, and ensuring the sites meet the needs of the OSW
industry.
Conceptual Design and Preliminary Engineering
·
To develop conceptual design and preliminary engineering plans for the identified terminal sites, advancing
the design
to at
least a
30% engineering
level. This
phase will
include providing
detailed drawings, reports, and other deliverables that reflect the infrastructure improvements required for the terminal’s transformation into an OSW
hub.
Facilitation of Future Investment and Permitting
·
To lay the groundwork for future investment and permitting needs, ensuring the project is prepared to support the deployment of floating offshore wind infrastructure
or services. The design will also support the Port’s long-term goals of serving as a critical node in the OSW supply chain.
The consultant
to provide
a budget
to construct
the preferred
option, or
options, as
well as operational costs and permitting process needed to advance approval for a preferred
project.
Support to the Clean Energy Transition
·
To
contribute to
California’s clean
energy transition
by repurposing
waterfront facilities
at the
Port of Richmond for OSW development, addressing energy burdens and environmental concerns in the surrounding community while creating local renewable energy job
opportunities.
•
Task 1 General Project Tasks:
encompasses regular meetings, monthly and final reports, and strict adherence to CAM/TAC requirements and
guidance.
•
Task 2 Conceptual Study and Port Master Plan:
identifies and defines boundaries within the Port of Richmond
that are
suitable for
OSW industry
use and
defining potential
site uses.
Update the
Port Master Plan to address OSW infrastructure needs, environmental considerations, and community
benefits.
•
Task 3 Community Engagement Strategy:
develops a strategy to inform, educate, and involve community members, including under-resourced communities, in project planning. Identifies tangible community
benefits such
as workforce
development opportunities,
economic growth,
and improved
local health outcomes while addressing potential project
impacts.
•
Tasks 4 Tribal Government Engagement Strategy:
develops a strategy to engage California Native American Tribes in the region surrounding the Port and establish consultation channels to incorporate Tribal input into project planning
and address cultural, environmental, and historical
concerns.
•
Task
5 Agency
Engagement Strategy:
identifies
key Federal,
State, and
local regulatory
agencies relevant to the project and establishes communication channels for permitting requirements, environmental considerations, and other relevant
subjects.
•
Task 6 Stakeholder Outreach:
engages key OSW stakeholders to confirm port infrastructure needs for the California OSW supply chain and logistical operations and aligns the Port’s role in OSW development with California’s
multi-port strategy.
•
Task 7 Preliminary Engineering:
performs preliminary engineering for waterfront manufacturing and supply
chain site
infrastructure upgrades.
Aligns the
project with
the requirements
of AB
3 by
establishing offshore wind manufacturing and supply chain waterfront facilities within California and preparing the project to begin the CEQA environmental document
process.
•
Task 8 Cost Estimate and Schedule:
develops a comprehensive Class 5 cost estimate and schedule for the final project which will serve as a foundation for determining the necessary revenue to cover project costs, including
financing.
•
Task 9 Emissions Reduction Strategy:
develops a comprehensive strategy to minimize emissions associated with the construction and operational phases of the selected purpose-built OSW
terminal(s).
•
Task 10 Workforce Development Strategy:
assesses and identifies workforce needs required for the project during construction and operation, and compares these needs with the existing labor pool in Richmond, the East Bay,
and the San Francisco Bay Area.
•
Task 11 Evaluation of Project Benefits:
establishes a baseline for tracking
benefits.
The expected term for this project and contract is from June 2025 to June 2029.
This project is funded with the following budget allocations:
·
$750,000 – Maximum
Budget
These figures represent the maximum budget available inclusive of contingency and should be utilized to cover
necessary costs
across all
categories. The
Port requests
that vendors
include a
minimum of
$75,000 (10%) as contingency against the total cost
above.
Electronic Proposals shall be submitted via the City’s secure online bidding system. All required sections of the proposal must be submitted via the website. Respondent is solely responsible
for “on time” submission of their electronic proposal. The Bid Management System will not accept late proposals, and no exceptions shall be made. Respondents will receive an e-bid confirmation number with a time stamp from
the Bid
Management System
indicating that
their proposal
was submitted
successfully. The
Port will only receive those proposals that were transmitted successfully. The proposal must be received no later than
5:00 p.m., local time, on May 23, 2025. The proposal and any required certifications shall be signed by an individual or individuals authorized to execute legal documents on behalf of the
Respondent.
All
questions must
be submitted
by 5:00
p.m. on
May 8,
2025, via
the electronic
BidsOnline system
on the Q&A
tab. If
the Port
finds it
necessary to
issue an
addendum, prospective
Respondents will
receive e-mail notification
of addendum.
Otherwise, answers
to questions
received will
be provided
on the
Q&A tab
and notification, by 5:00 p.m. on May 13, 2025. It is the proposer’s responsibility to periodically check the BidsOnline
website www.ci.richmond.ca.us/bids
for any
possible Addenda
to the
RFP that
may have
been posted.
Any
party submitting
a proposal
shall not
contact or
lobby any
City Council
member, City
official, employee (except those specified for contact) or agent regarding the RFP. Any party attempting to influence or circumvent
the RFP,
bid submittal,
and review process
shall have
their proposal
rejected for
violating this provision of the
RFP.
Interested parties may download copies of the abovementioned proposal by visiting the Port’s web site,
www.ci.richmond.ca.us/bids.
To download the RFP, new Respondents will be required to register. Once the Respondent downloads any documents relative to a solicitation, that Respondent’s name will appear on the Prospective Bidders list for that project and will receive any addenda
or notifications relating to the RFP.
The proposal should be concise while also including the following information:
·
Cover letter signed by a person authorized to contractually bind the Consultant to the
Port.
·
A discussion of the understanding of the work
required.
·
A scope of services illustrating tasks and deliverables and how they will be
achieved.
·
A schedule of activities and key
milestones.
·
The list of key personnel assigned to the
project.
·
A description of similar assessments related to offshore wind development
projects.
·
A description of port infrastructure related
projects.
·
A description of direct management of or oversight of community engagement and outreach programs.
·
Three (3) references and contact
information.
·
A brief but specific narrative describing how the Consultant intends to meet the requirements of the RMC Chapters 2.50, 2.56, 2.60;
and
·
A total “not to exceed” fee quotation, presented by task items listed in the scope of services. This should be submitted under a separate
cover.
The consultant is responsible for all costs associated with the preparation of the proposal.
All proposals shall be reviewed to verify that the Respondent has met the minimum requirements. Proposals that have not complied with requirements, do not meet minimum content and quality standards,
or take unacceptable exceptions to the General Terms and Conditions of the Service Agreement, will be eliminated from further consideration. Proposals will be reviewed and evaluated by an evaluation committee comprised of City of Richmond personnel.
The City also reserves the right to require modifications follow-up with requests for additional information,
including, but
not limited
to, follow-up
interviews. The
City may
request Best
and Final
offers based upon
improved understanding
of the
offers or
changed scope
of service.
The City
will negotiate
with that respondent to determine final pricing, and contract form. Because this proposal is negotiable, all pricing data will remain confidential until after award is made, and there will be no public opening and reading of Proposals. Overall responsiveness
to the RFP is an important factor in the evaluation process. The criteria upon which the evaluation of the proposals will be based include, but are not limited to, the following:
Evaluation Criteria |
|
Proposal reflects understanding of the Port’s goals and objectives; proposal is complete in its responses to all RFP elements |
35% |
Experience and qualifications within California’s Offshore Wind initiatives including established engagement with leaseholders and key organizations developing OSW |
25% |
Prime Contracting experience that includes managing vendors and programs across engineering, strategic planning, community and tribal outreach |
20% |
Proposed Approach including project management modeling and sequencing across all tasks and deliverables |
20% |
Upon request of the Port of Richmond, Respondents may be requested to give an oral presentation/demonstration on the proposal, which would include a detailed analysis of how each of the RFP requirements
would be addressed should Offeror receive the award. The demonstration shall be conducted at no cost to the Port. The purpose of the presentation is to verify the vendor’s capability, suitability, and adaptability to the performance requirements stipulated
in this solicitation.
The Port will schedule the interview date, time, and location with the successful finalists. If the vendor fails to participate in the interview on the specified date stipulated, the Port may
elect to reject the proposal or to re-schedule at its
discretion.
Respondents are not guaranteed an opportunity to have an interview. Respondents may be eliminated from consideration based solely on inability to meet minimal requirements and/or review of written
proposals. The Port shall be the sole judge of the acceptability of the proposal in conformance with the specifications and its decision shall be
final.
Respondents will be given advance notice if required to make a presentation.
After the proposals are opened, but prior to award, the Port may elect to conduct negotiations with the highest ranked respondents for purposes of:
·
Resolving minor differences and
information
·
Clarifying necessary details and
responsibilities
·
Emphasizing important issues and
points
·
Receiving assurances from respondents
·
Cost/budget
clarifications
Selection may be made without further discussion, negotiations or Respondent’s presentations; therefore, Respondent shall offer the most favorable terms in response to this RFP. Respondent must
demonstrate an understanding of the scope of service to be provided and the ability to accomplish the tasks set forth. Respondent shall include information that will enable the Port to determine the Respondent’s overall qualifications. The Port reserves the
right to request additional information or clarification
on any
matter included
in the
proposal response,
to enable
the Port
to arrive
at a
final award decision.
When the Review Panel has completed its work, Port staff will then recommend for approval. The award of a contract to the successful respondent will be at the discretion of the City Manager/City
Council. The services provided by the successful bidder shall be governed by a Standard Services Agreement (Attachment 1).
DATE |
DATE |
April 25, 2025 |
RFP Open |
May 08, 2025 |
RFP Questions Due |
May 13, 2025 |
RFP Questions Answered |
May 23, 2025 |
RFP Close |
May 23, 2025 – May 30, 2025 |
RFP Scoring Period |
May 23, 2025 – May 30, 2025 |
RFP Interview Period |
June/July 2025 |
Target City Council Contract Approval |
July/August 2025 |
Project Estimated Start |
June 2029 |
Final Date for Project Close (although earlier is expected) |
This RFP does not commit the Port of Richmond to award a contract, to defray any costs incurred in the preparation of a proposal pursuant to this RFP, or to procure or contract for work. The
Port of Richmond may reject a proposal without providing the reason(s) underlying the declination. A failure to award a contract to the proposer with the lowest cost proposal shall not constitute a valid cause of action against the Port of Richmond. The Port
shall not be responsible for work done, even in good faith, prior to final approval of the proposed contract. The Port may investigate the qualifications of any respondent under consideration, require confirmation of information furnished by the respondent,
and require additional evidence or qualifications to perform the Services described in this RFP.
The Port reserves the right to:
1.
Reject any or all
proposals.
2.
Issue subsequent Requests for
Proposal.
3.
Postpone opening for its own
convenience
4.
Remedy technical errors in the Request for Proposal
process.
5.
Negotiate with any, all, or none of the
Respondents.
6.
Solicit best and final offers from all or some of the
Respondents.
7.
Select one or more
Respondents.
8.
Accept other than the lowest proposed
fees.
9.
Waive informalities and irregularities in
proposals.
All proposals submitted in response to this RFP become the property of the Port of Richmond and public records
and, as
such, may
be subject
to public
review. Documents
protected by
law from
public disclosure will not be disclosed by the Port of Richmond if clearly marked with the word "confidential" on each applicable page. Trade secrets may be marked as confidential only to the extent they meet
the requirements of California Government Code section 6254.7. Only information claimed to be a trade secret at the time of submittal to the Port of Richmond and marked as "confidential" will be treated as a trade
secret.
The Port of Richmond requires all consultants to provide insurance documentation in accordance with the standards outlined in RFP Attachment 2. Insurance documents must include endorsements explicitly
naming the City of Richmond as additional insureds and stating that coverage is primary and non- contributory. Blanket endorsements or vague references such as “where required by contract” are not acceptable. All required insurance documentation must be submitted
within fifteen (15) days of issuance of the Notice of Intent to Award and prior to the commencement of any work on the Project.
The successful Respondent and all subcontractors used in the work will be required to hold or to obtain a Port of Richmond business
license for which the fee will not be waived.
SANCTUARY
PORT CONTRACTING ORDINANCE
The Richmond Sanctuary City Contracting Ordinance No. 12-18 prohibits the Port from granting and or retaining
contracts with
any person
or entity
that provides
Data Broker
or Extreme
Vetting services
to the
U.S. Immigration and Customs Enforcement Division of the United States Department of Homeland Security (“ICE”). Bidders/Proposers must submit the Sanctuary Port Compliance Statement, attached
to Attachment 1, with their Bid or Proposal.
By submitting a proposal, each respondent represents and warrants that its proposal is genuine and not false or collusive or made in the interest of, or on behalf of any person not named therein;
that the respondent has
not directly
or indirectly
induced or
solicited any
other person
to submit
a false
proposal, or any other person to refrain from submitting a proposal; and that the respondent has not, in any manner,
sought collusion
to secure
any improper
advantage over
any other
person submitting
a proposal.
A respondent may withdraw their proposal before the expiration of the time for submission of proposals by delivering to the Finance Department a written request for withdrawal signed by, or on
behalf of, the respondent.
All
reports, studies,
information, data,
statistics, forms,
designs, plans,
procedures, systems
and any
other materials produced for the Project shall be the sole and exclusive property of the Port. No such materials or properties produced in whole or in part for the Project shall be subject to private use, copyrights or patent rights by Respondent in
the United States or in any other country without the express written consent of the Port. The Port shall have unrestricted authority to publish, disclose (except as may be limited by the provisions of the Public Records Act), distribute, and otherwise use,
copyright or patent, in whole or
in part,
any such
reports, studies,
data, statistics,
forms or
other materials
or properties
produced for this project.
Attachment 1: Standard Contract
Attachment 2: Insurance Requirements
Attachment 3: Port of Richmond Scope of Work
Want to receive TOM BUTT E-FORUM delivered to your email address?
Click here to sign-up to receive the E-Forum. Tom Butt is the former mayor of Richmond, CA, having served 27+ years until January of 2023, eight of those as elected mayor. Tom Butt is an architect and founder of the 50-year
old Richmond architecture-engineering firm Interactive Resources. He serves on the board of two Richmond nonprofits,
Rosie the Riveter Trust and
East Brother Light Station, Inc. Visit the
Tom
Butt website for additional information about Tom Butt’s activities and a digest of past E-FORUMS going back to 2000,
http://www.tombutt.com. Subscription to this service is at the personal discretion of the recipient and may be terminated by selecting “unsubscribe from
this list” at the bottom of this email. This site may contain copyrighted material the use of which has not always been specifically authorized by the copyright owner. We are making such material available in our efforts to advance understanding of environmental,
political, human rights, economic, democracy, scientific, and social justice issues, etc. We believe this constitutes a ‘fair use’ of any such copyrighted material as provided for in section 107 of the US Copyright Law. In accordance with Title 17 U.S.C. Section
107, the material on this site is distributed without profit to those who have expressed a prior interest in receiving the included information for research and educational purposes. For more information go to:
http://www.law.cornell.edu/uscode/17/107.shtml.
If you wish to use copyrighted material from this site for purposes of your own that go beyond ‘fair use’, you must obtain permission from the copyright owner.
|