SLED Opportunity · CALIFORNIA · ZONE 7 WATER AGENCY

    As-Needed Tree Maintenance Services

    Issued by Zone 7 Water Agency
    localRFQZone 7 Water AgencySol. 238510
    Closed
    STATUS
    Closed
    due Apr 10, 2026
    PUBLISHED
    Mar 10, 2026
    Posting date
    JURISDICTION
    Zone 7
    local
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    Zone 7 Water Agency requests quotes for as-needed tree maintenance services. Quotes are due by 12:00 pm PDT on April 10, 2026, submitted via the agency's E-Procurement Portal.

    Opportunity details

    Solicitation No.
    238510
    Type / RFx
    RFQ
    Status
    open
    Level
    local
    Published Date
    March 10, 2026
    Due Date
    April 10, 2026
    NAICS Code
    561730AI guide
    Agency
    Zone 7 Water Agency

    Description

    Zone 7 Water Agency desires to hire a qualified and reliable contractor for As-Needed Tree Maintenance Services. Quotes must be submitted through the E-Procurement Portal at https://procurement.opengov.com/portal/zone7water, no later than 12:00 pm on Friday, April 10, 2026.

    Project Details

    • Reference ID: RFQ-2025-166
    • Department: Flood Control Maintenance
    • Department Head: Mike Miller (Maintenance and Construction Supervisor)

    Important Dates

    • Questions Due: 2026-03-25T19:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    Site Visit *(attendance required)*2026-03-18T17:00:00.000Z100 N Canyons Pkway Livermore, CA 94551, Building Lobby

    Addenda

    • Addendum #1 (released 2026-03-19T15:59:45.078Z) —

      Addendum 1

      Line 16 added to the bid form for each year

      Crane and operator             40 Hours

    Evaluation Criteria

    • Quotation Opening

      Quotations will be opened on Friday, April 10, 2026, 12:00 pm. All information regarding the bid responses will be held confidential until such time as the bids are publicly opened.

    • Independent Contractor

      In performance of the work, duties and obligations assumed by the Bidder, it is mutually understood and agreed that the Bidder, including any and all of the Bidder’s officers, agents and employees, will at all times be acting and performing in an independent capacity and not as an officer, agent, servant, employee, joint venture, partner or associate of the Agency.

    • Scope of Work

      The Zone 7 Water Agency (hereinafter referred to as "Zone 7") is seeking qualified contractors to provide as-needed tree maintenance services for our flood control facilities. The services will include, but are not limited to, tree trimming, pruning, removal, stump grinding, and emergency response. The goal is to ensure the safety, functionality, and aesthetic quality of our flood control facilities by maintaining the health and structure of trees within these areas.

       

      The contractor shall perform the following tree maintenance services in accordance with the standards and guidelines specified:

      1. Tree Trimming and Pruning:
        • All tree trimming and pruning shall be performed in accordance with the American National Standards Institute (ANSI) A300 standards for tree care operations and the International Society of Arboriculture (ISA) Best Management Practices.
        • Pruning shall be done to remove dead, diseased, or damaged branches, improve tree structure, and enhance light penetration and air movement through the canopy.
        • All cuts shall be made to a lateral branch or bud, and no stubs shall be left.
      2. Tree Removal:
        • Tree removal shall be performed when trees are dead, dying, or pose a hazard to the flood control facilities.
        • All tree removals shall be conducted in a manner that minimizes damage to surrounding vegetation and structures.
      3. Stump Grinding:
        • Stump grinding shall be performed upon request from Zone 7 staff.
      4. Emergency Response:
        • Contractor shall provide emergency response services for tree-related incidents that pose an immediate threat to the flood control facilities or public safety.
        • Response time for emergency services shall not exceed 4 hours from the time of notification.
      5. Debris Removal and Site Cleanup:
        • All debris resulting from tree maintenance activities shall be removed from the site and disposed of.
        • The work area shall be left clean and free of debris upon completion of each task.
      6. Arborist Reports:
        1. Tree risk Assessment
        2. Tree preservation or removal justification
        3. Regulatory compliance
        • Zone 7 may ask a certified arborist for recommendations and reports for tree work. The reports are commonly, but not limited to:
        • The arborist report should include tree identification, measurements, condition assessment, and recommendations, photos, and location.
        • Report should be submitted to Zone 7 within 21 business days.
    • Prevailing Wage

      For contracts totaling $1,000.00 or more, Contractor shall pay to persons performing labor in and about the Work an amount equal to or more than the general prevailing rate of per diem wages for (1) work of a similar character in the locality in which the Work is performed and (2) legal holiday and overtime work in said locality. The per diem wages shall be an amount equal to or more than the stipulated rates contained in a schedule that has been ascertained and determined by the Director of the State Department of Industrial Relations and Agency to be the general prevailing rate of per diem wages for each craft or type of workman or mechanic needed to execute this Contract. Contractor shall also cause a copy of this determination of the prevailing rate of per diem wages to be posted at the site of the Work. 

    • Organization, Purpose and Powers

      The Agency is a dependent special district established under the Alameda County Flood Control and Water Conservation District Act (the “District Act”). The District Act (Act 20 of the Uncodified Acts of the California Water Code) was passed by the state Legislature in 1949.  The Agency was established by a vote of the residents of the Livermore-Amador Valley (the “Livermore Valley”) area in 1957, with its own independently elected board to provide local control of integrated water resources.  The Agency is responsible for providing wholesale treated (drinking) and untreated (agricultural irrigation) water, flood control and groundwater management throughout eastern Alameda County. 

      The Agency is further authorized by the District Act to prevent interference with or diminution of, or to declare rights in the natural flow of any stream or surface or subterranean supply of waters used or useful for any purpose of the Agency and to prevent contamination, pollution or otherwise rendering unfit for beneficial use the surface or subsurface water used or useful in the Agency. The Agency has broad powers to finance, construct and operate a system for the transportation, storage, treatment, and distribution of water.  The Agency is also authorized to levy replenishment assessments upon the production of groundwater from all water-producing facilities, whether public or private, within the Agency’s service area.

      In 2003, the legislature passed Assembly Bill 1125 and gave the Agency Board full authority and autonomy to govern matters solely affecting the Agency independently of the Alameda County Board of Supervisors. The Alameda County Board of Supervisors, acting as the Board of Supervisors of the Alameda County Flood Control and Water Conservation District (the “District”), governs the other nine zones of the District. The other zones are operationally and financially independent from the Agency.

    • Vendor Qualifications and Instructions
      1. Bidder shall have a minimum two years experience in As-Needed Tree Maintenance Services.

      2. Bidder shall possess all permits, licenses, and professional credentials necessary to supply product and perform services as specified under this RFQ.

      3. Bidder shall comply with applicable federal, state, and local regulations concerning equal employment opportunity requirements.

      4. Bidder shall not be barred from doing business with the federal or state government.  If Bidder has a current debarment or suspension, they must disclose such information with their quotation.

      5. Bidder shall possess knowledge of regulations and ordinances required by the Scope of Work and shall be familiar with local conditions relating to these services in Alameda County.

      6. Companies shall conform to Section 1770 of the California Labor Code and to the California Prevailing Wages Act.

      7. Bidder shall be registered with the Department of Industrial Relations (DIR) pursuant to Labor Code Section 1771.1(a) and 1725.5 in order to submit a quotation.

      8. Experience performing work of a similar scope for other municipalities is desirable.

    • Quotation Evaluation

      Quotations will be reviewed and evaluated based on the following:

      1. The overall total cost of Year 1 (Table 1) to Year 3 (Table 3) on the bid form.

      2. Bidder meets the requirements identified in the RFQ.

      3. Bid is determined to be the best value for the Agency.

    • Vendor Qualifications and Instructions
      1. Bidder shall be regularly and continuously engaged in the As-Needed Tree Maintenance Services for at least two years.

      2. Bidder shall possess all permits, licenses, and professional credentials necessary to supply product and perform services as specified under this RFQ.

      3. Bidder shall comply with applicable federal, state, and local regulations concerning equal employment opportunity requirements.

      4. Bidder shall not be barred from doing business with the federal or state government.  If Bidder has a current debarment or suspension, they must disclose such information with their quotation.

      5. Bidder shall possess knowledge of regulations and ordinances of RFQ #RFQ-2025-166 and shall be familiar with local conditions relating to these services in Alameda County.

      6. Experience performing work of a similar scope for other municipalities is desirable.

    • Service Requirements

      The contractor shall meet the following service requirements:

      1. Safety:
        • Contractor shall adhere to all applicable safety regulations, including OSHA standards, while performing tree maintenance services.
        • Contractor shall provide all necessary personal protective equipment (PPE) to their employees.
      2. Communication:
        • Contractor shall designate a primary point of contact for all communications with Zone 7.
        • Contractor shall provide regular updates on the status of ongoing work and any issues encountered.
    • Service Area

      The Agency’s service area covers 425 square miles of eastern Alameda County and has an estimated population of 266,000 people.  The Agency supplies treated drinking water to retailers serving residents and businesses in Pleasanton, Livermore, Dublin, and through a special agreement with the Dublin San Ramon Services District, the Dougherty Valley area in San Ramon.  The Agency also supplies untreated irrigation water to local vineyards, farms, and golf courses, and provides both flood protection and groundwater management to all of eastern Alameda County. 

    • Contractor Registration Requirements

      Pursuant to Labor Code Section 1771.1(a) A Contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Labor Code Section 1725.5. It is not a violation of this section for an unregistered Contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the Contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

      (c) An inadvertent error in listing a sub-consultant who is not registered pursuant to Section 1725.5 in a proposal shall not be grounds for filing a protest or grounds for considering the proposal nonresponsive, provided that any of the following apply:

      (1) The sub-consultant is registered prior to the proposal submittal date.

      (2) Within 24 hours after the proposal submittal date, the sub-consultant is registered and has paid the penalty registration fee specified in subparagraph (E) of paragraph (2) of subdivision (a) of Section 1725.5.

      (3) The sub-consultant is replaced by another registered sub-consultant pursuant to Section 4107 of the Public Contract Code.

      Only vendors/contractors that are subject to the public works statutes would be required to register.  A&E firms that are not doing or subcontracting out tasks subject to public work requiring prevailing wages are not subject to registration and public works laws. Design work is not subject to prevailing wages and, therefore, not considered public work, and the firm does not have to register.  For example, A&E tasks that are subject to public works laws would be surveying, soil testing, material testing, and building/construction inspection, as there is prevailing wage determination for these works.

      No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the Department of Industrial Relations pursuant to Labor Code Section 1725.5 [with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)].

      Department of Industrial Relations- Contractor Registration information and web link:

      http://www.dir.ca.gov/Public-Works/PublicWorks.html

      In compliance with Senate Bill 854 and the California Labor Code, all Bidders shall include with their Bid proof of registration from the Department of Industrial Relations (DIR) that includes the contractor’s Legal Name, Registration Number, License Type/Number, Registration Date and Expiration Date, for every contractor and subcontractor, regardless of tier. 

      This service is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Contractors must submit their certified payroll records directly to the Division of Labor Standards Enforcement Compliance Monitoring Unit, as well as Zone 7 when requested.

    • Notice Related to Proprietary/Confidential Data

      No part of any bid response shall be confidential or proprietary. Bid responses submitted in response to this RFQ may be subject to public disclosure.  Agency shall not be liable in any way for disclosure of any such records.  Additionally, all bid responses shall become the property of the Agency.  Agency reserves the right to make use of any information or ideas contained in submitted bid responses.  This provision is not intended to require the disclosure of record that are exempt from disclosure under the California Public Records Act (Government Code Section 6250, et seq.) or of “trade secrets” protected by the Uniform Trade Secret Act (Civil Code Section 3426, et seq.)  Pricing information is not considered proprietary information.

    • Quotations Withdrawals or Modifications

      Quotations may be modified or withdrawn, through the E-Procurement Portal up until the Request for Quotation due date.

    • Delivery Requirements

      The contractor shall adhere to the following delivery requirements:

      1. Scheduling:
        • All tree maintenance activities shall be scheduled in coordination with Zone 7 to minimize disruption to flood control operations.
      2. Work Hours:
        • Regular tree maintenance activities shall be performed during Zone 7's standard operating hours, Monday through Friday, 7:00 AM to 5:00 PM.
        • Emergency response services shall be available as needed.
      3. Invoicing:
        • Contractor shall provide a detailed report upon completion of each tree maintenance task, including the date, location, description of work performed, and any issues encountered.
        • Invoicing shall be submitted to Zone 7 within 10 business days of task completion.
      4. Inspection and Acceptance:
        • All work performed by the contractor shall be subject to inspection and acceptance by Zone 7.
        • Any work deemed unsatisfactory by Zone 7 shall be corrected by the contractor at no additional cost.
    • Governing Law and Regulations

      The services will be performed in, construed by, and interpreted according to the laws of the State of California.  Bidder will comply with all federal, state, and local laws, standards, regulations, licenses, and permits. 

      No quotation received and read may be withdrawn for a period of ninety (90) calendar days after the date fixed for opening Quotations. The Zone 7 Water Agency reserves the right to retain all quotations submitted and to use any ideas in a quotation regardless of whether that quotation is selected. Submission of a quotation indicates acceptance by the firm of the conditions contained in this request for quotations, unless clearly and specifically noted in the quotation submitted and confirmed in the agreement between the Zone 7 Water Agency and the firm selected. Zone 7 Water Agency is a public agency formed and existing under the laws of the State of California. The successful bidders will be required to satisfy all current legal requirements applicable to this work including the Labor Code section 1061(b)(1), if applicable.

    • Small, Local, and Emerging Business (SLEB)

      The Small, Local and Emerging Business (SLEB) program is a race and gender neutral program designed to enhance contracting and procurement opportunities for small, local and emerging businesses within Alameda County. The SLEB program was developed to promote and foster inclusiveness, diversity and economic development; as well as on-going evaluation to ensure all businesses including SLEBs are provided equal opportunities in County contracting and procurement activities. For more details, please see the Vendor Questionnaire Section - SLEB Partnering.

    • Quotation Rejection

      The Agency reserves the right to reject any and all quotations, to negotiate specific terms, conditions, compensation, and provisions on any agreements that may arise from this solicitation; to waive any informalities or irregularities in the quotations; and to accept the quotation(s) that appear(s) to be in the best interest of the Agency. In determining and evaluating the quotations, costs will not necessarily be controlling; the experience of those who will be providing services under the agreement, quality, equality, efficiency, utility suitability of the services offered, and the reputation of applicants will be considered, along with other relevant factors.

    • Pre-Bid Meeting

      The TBD Pre-Bid Meeting is scheduled as follows:

      Date and Time: NO VALUE, NO VALUE

      Location: NO VALUE

      Firms interested in submitting a bid must contact the RFQ Contact Person to acknowledge attendance for the pre-bid meeting. Transportation will not be provided by the Agency and is the responsibility of the Bidder.

    • Subcontracting

      If subcontracting is contemplated, this should be disclosed in your quotation. No additional subcontracting will be allowed without the express prior written consent of the Agency.

    • Site Visit

      The Mandatory Site Visit is scheduled as follows:

      Date and Time: March 18, 2026, at 10:00am

      Location: 100 N. Canyons Parkway Livermore CA, 94551, Building Lobby

      Firms interested in submitting a bid must contact the RFQ Contact Person to acknowledge attendance for the site visit. Transportation will not be provided by the Agency and is the responsibility of the Bidder. 

    • Preparation Costs

      Any quotation preparation and/or travel cost regarding this quotation is the sole responsibility of the Bidder. All quotation documents, prints, and any detailed drawings shall be the property of the Agency once submitted.

    • Bid Protest Procedure

      Protests must be in writing and served via email and overnight mail to: Attn: Purchasing Agent, 100 N. Canyons Pkwy, Livermore, CA 94551, within five (5) Working Days of opening the bids (“Bid Protest Deadline”) and must comply with the following requirements.

       

      1.  General

      Only a Bidder who has submitted a responsive Bid is eligible to submit a bid protest against another Bidder. Subcontractors are not eligible to submit bid protests. A Bidder may not rely on the bid protest submitted by another Bidder, but must timely pursue its own protest.

       

      2.  Protest Contents

      The bid protest must contain a complete statement of the basis for the protest and all supporting documentation.  Material submitted after the Bid Protest Deadline will not be considered. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based. The protest must include the name, address, email address, and telephone number of the person representing the protesting Bidder if different from the protesting Bidder.

       

      3.  Service of Protest

      A copy of the protest and all supporting documents must be concurrently transmitted by email and overnight mail, by or before the Bid Protest Deadline, to the protested Bidder or Bidders.

       

      4.  Response to Protest

      The protested Bidder may submit a written response to the protest, provided the response is received by the Agency before 5:00 p.m., within two (2) Working Days after the Bid Protest Deadline or after actual receipt of the bid protest, whichever is sooner (the “Response Deadline”). The response must include all supporting documentation. Material submitted after the Response Deadline will not be considered. The response must include the name, address, email address, and telephone number of the person representing the protested Bidder if different from the protested Bidder.

       

      5.  Copy to Protesting Bidder

      A copy of the response and all supporting documents must be concurrently transmitted by email and overnight mail, by or before the Response Deadline, to the protesting Bidder.

       

      6.  No Further Written Submissions will be Considered

      The bid protest and any response from the protested Bidder are the only documents that will be considered by the Agency.  

       

      7.  Mandatory Requirements

      The procedure and time limits set forth in this section are mandatory. A Bidder’s failure to comply with these procedures will constitute a waiver of any right to further pursue a bid protest, including the initiation of legal proceedings.

       

      8. Response from Agency

      A written response will be provided by the Agency.  Unless the protest is thereafter withdrawn in writing, recommendation for award of the contract will be scheduled on the public agenda of the governing board of the Agency.

       

      9.  Right to Award

      The Agency reserves the right to award the Contract to the Bidder it has determined to be the responsible Bidder submitting the lowest responsive Bid, and to issue a Notice To Proceed with the Work notwithstanding any pending or continuing challenge to its determination

    • Contract Award Conditions

      The contract will be awarded to the apparent lowest responsive and responsible bidder.

      Nevertheless, any award made under this solicitation is contingent upon final approval by the Zone 7 Board of Directors. No contractual obligation on the part of the Agency will exist until that approval is granted and a formal agreement has been executed.

      The award may be issued as either a Purchase Order or a formal Agreement (Contract), as deemed appropriate by the Agency based on the nature and scope of the procurement.

    • Issuance of a Purchase Order

      If a Purchase Order (PO, BPO) is issued, the Agency will email a copy of the PO to the awarded vendor(s).

    • Execution of Agreement

      The Agreement shall be signed by the successful Bidder(s) and returned, together, with the required insurance documents within ten (10) calendar days after the Bidder has received the Agreement.  Failure to do so shall be just cause for the annulment of the award at the sole election of the Agency.  No Quotation or Agreement shall be considered binding upon the Agency until the approval of the Agency Board of Directors and/or the execution of the Agreement by the Agency and all conditions of the Agreement and or RFQ have been met.

    • Invoicing and Payment Process

      The Contractor will bill on either one-time or monthly basis (as applicable) based on the work performed.  Invoices not including the proper purchase order or contract number, or any variations may cause a delay in payment.  Payment will be made after invoices are received, approved by the staff overseeing the work and the department has processed the payment. Payments will normally be made at the end of thirty (30) days unless other terms are specifically offered by the Contractor and accepted by the Agency.  The Agency does not pay in advance or for interest or fees for late payments.

      Invoices can be emailed to accountspayable@zone7water.com or a hard copy mailed to Zone 7 Water Agency, 100 North Canyons Parkway, Livermore, CA 94551, Attention: Accounts Payable.

    • Agreement Extension

      Upon mutually agreed with the Contractor, the Agency may extend the Agreement. Such extension(s) shall be under the same terms and conditions as the original Agreement, or as negotiated and revised in writing. When the Agency chooses to exercise the option to extend the Agreement, the Contractor will be notified at least two months prior to the expiration of the Agreement. The Contractor will be notified that the quoted prices for optional years provided during the bid process would be applied or the Agency will request the Contractor to submit a written quotation detailing the next 12-months offered price for the agreement. If the option for an extension is not exercised, the agreement shall be terminated at the end of the current period term.

    • Agreement Price Adjustment Parameters

      To be eligible for an Agreement Extension, the price shall either remain the same as proposed or, upon mutual agreement, can be adjusted by the 12-Month percentage change in the Consumer Price Index (CPI) for All Urban Consumers in the San Francisco, Oakland, San Jose, California index published by the Department of Labor for the most current yearly comparison three months prior to the Agreement expiration dates. For example, if the Agreement expires in September the CPI comparison would be between the June CPI for that year and the preceding year. 

      Despite any changes in the CPI for any given twelve-month adjustment period, upward adjustment of Agreement amount shall not exceed 5 percent during any single twelve-month adjustment period.

    Submission Requirements

    • References (required)

      List references of projects that your company is currently working on or completed in the last 5 years of similar size and scope of work for this Quotation.

      Please download the below documents, complete, and upload.

    • Exception and Deviation Form (required)

      Please download the below documents, complete, and upload.

    • Public Work - Prevailing Wage (required)

      Please download the below documents, complete, and upload.

    • Contractor's License (required)

      Please provide a copy of your current and valid California Contractor's License (pertinent to the SOW & Trade)

    • Acknowledgement of Insurance Requirements (required)

      Please download the below documents, complete, and upload.

    • SLEB Partnering Information Sheet (required)

      Please download the below documents, complete, and upload.  

      NOTE:  For non SLEB vendors, please check "not a SLEB" and enter 0% for partnering.  Non SLEB vendors are not precluded for submitting a quotation. 

    • SLEB Bid Preference (required)

      Please download the below documents, complete, and upload.

    • Is this a Public Work/Prevailing Wage project? (required)
    • Will you be needing the Insurance section? (required)

      (services performed w/in Z7 jurisdiction)

    • Will you be requesting references? (required)
    • Will this be:
    • The Agency will award to the lowest, responsive, and responsible bidder a ________(PO) (required)

      If this is NOT a PO, select N/A

    • If this is a BPO, please provide the term of this BPO. (required)

      For example: July 1, 2024 through June 30, 2025

      If this does not apply, please write N/A

    • The Agency will award a _________ (Contract) (required)

      If this does not apply, please select N/A.

      Select "Other" for a custom term.

    • Custom Term: The Agency will award a _________(contract) (required)

      If you selected "Other" above, please provide custom term. If you did NOT select other, enter N/A. 

      Example: fifteen (15) day
      Example: one (1) month

    • Option to extend for an additional ____ successive 12 month periods. (required)

      Example: 2 (two)

      If this does not apply, type N/A

    • Please provide the anticipated initial term of the contract: (required)

      Example: December 1, 2025 - June 30, 2026

    • Zone 7 Water Agency (hereafter referred to as “Agency”) desires to hire a qualified and reliable contractor to _______________________. (required)

      Please provide a general description of service, 1-2 sentences

    • Would you like to include the Description of the Agency section? (required)
    • Will there be a Pre-Bid Meeting or Site Visit?
    • Will your meeting be Mandatory or Non-Mandatory? (required)
    • Will your Site Visit be Mandatory or Non-Mandatory? (required)
    • Please provide date and time for your Site Visit: (required)

      Example: December 1, 2024 at 2pm

    • Please provide the complete address for the location of the Site Visit. (required)

      This location can be a physical location or a weblink. 

    • Is this fixed pricing? (required)

      Fixed pricing is a firm dollar amount or percent increase. 

    • Will this purchase order exceed $25,000? (required)

    Questions & Answers

    Q (RFQ Contact): The RFQ mentions that "Firms interested in submitting a bid must contact the RFQ Contact Person to acknowledge attendance for the site visit. Transportation will not be provided by the Agency and is the responsibility of the Bidder." Please provide the contact information for the individual. Thank you.

    A: You can email areyna@zone7water.com to RSVP. We we appreciate if you could also use the RSVP system through Opengov.


    Q (Mandatory Site Meeting): After reviewing the RFQ, it states that we are required to RSVP to the mandatory site meeting. I have reviewed the documents but do not see a contact person listed to send the RSVP to. Could you please advise who the appropriate contact would be?

    A: You can email areyna@zone7water.com to RSVP. We we appreciate if you could also use the RSVP system through Opengov.


    Q (Crane Work): Is there a place on the bid we can put an hourly rate for crane work?

    A: Please see Addendum 1 and line item number 16 on the bid form


    Q (Mandatory Site Meeting): Can you please post the attendance list from the mandatory site meeting? Thank you!

    A: The sign in sheet was uploaded.


    Q ( Current contractor): Can you please advise who is the current contractor? Do you have a estimated budget set for this contract?

    A: The current contract is held by Professional Tree Care. The budget for this contract has not been formalized.


    Key dates

    1. March 10, 2026Published
    2. April 10, 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.