Active SLED Opportunity · CALIFORNIA · SANTA CRUZ

    Bicycle and Pedestrian Bridge Inspection Services

    Issued by Santa Cruz
    cityRFPSanta CruzSol. 252301
    Open · 26d remaining
    DAYS TO CLOSE
    26
    due May 19, 2026
    PUBLISHED
    Apr 2, 2026
    Posting date
    JURISDICTION
    Santa Cruz
    city
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    The City of Santa Cruz seeks engineering services for inspection of 10 bicycle and pedestrian bridges to assess structural conditions and recommend maintenance. The contract is for two years with a renewal option. Proposals are due May 19, 2026.

    Opportunity details

    Solicitation No.
    252301
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 2, 2026
    Due Date
    May 19, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    Santa Cruz
    Agency
    Santa Cruz

    Description

    The City of Santa Cruz owns and maintains a network of 10 bicycle and pedestrian bridges of varying age, design, and construction type. These structures are critical to public safety and mobility. The city seeks professional engineering services to assess structural conditions, identify deficiencies, and recommend maintenance or rehabilitation actions. The selected Consultant shall perform various tasks and prepare deliverables such as inspection reports, photo documentation, and other deliverables as deemed necessary by the city. The city is soliciting proposals from qualified engineering firms to provide this service within its jurisdiction on a two-year rotation, with half the bridges inspected annually. There are currently 10 bicycle-pedestrian bridges in the city (See Attachment 1). The selected consultant shall perform inspections in accordance with applicable federal, state, and local standards. The contract will run for two years with a two-year renewal option.

    The anticipated schedule for the RFP review and award process is from May 19, 2026, to contract award in July 2026.

    Background

    The City of Santa Cruz was incorporated in 1866 and formed its current charter in 1948. It is governed under a Council/Manager form of government. A Mayor and six Council members set policy for the City and a City Manager serves as chief administrator of those policies. The City is located on the coast, 75 miles south of San Francisco on the northern edge of the Monterey Bay. It encompasses 15.8 square miles with cultural and ethnic diversity among its population of 65,000. Santa Cruz is part of the National Marine Sanctuary and is a popular tourist destination owing to its beaches, surf culture, and historical landmarks.

    The City provides a full range of municipal services and facilities including a recreational wharf, public golf course, over thirteen hundred acres of open space, full beach services, refuse management, law enforcement, fire protection, and water and wastewater utilities. The City is also host to University of California Santa Cruz, the Santa Cruz Harbor, and the Santa Cruz Beach Boardwalk amusement park.

     

    Project Details

    • Reference ID: Public Works-0296
    • Department: Public Works
    • Department Head: Nathan Nguyen (Public Works Director)

    Important Dates

    • Questions Due: 2026-04-21T00:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-22T17:56:52.202Z) —

      Section 3.2 Proposal Format of the RFP is hereby modified to require the proposals be mailed or hand delivered to the attention of Chris Schneiter. The cost proposal shall be in a separate and sealed envelope. The date and time of proposal submission remains the same and is currently May 19, 2026, at 2:00 PM.

      City of Santa Cruz Public Works Department,

      809 Center Street, Rm 201,

      Santa Cruz, CA 95060.

      Attn: Chris Schneiter, Management and Technical Assistant

       

       

    Evaluation Criteria

    • Adherence to RFP Requirements (5 pts)

      To be considered responsive, the proposal shall include the information detailed in this section. The proposer must provide information in the proposal in the same order as shown below. The proposal shall be separated into the subheadings referenced below.  Failure to provide this information may result in a proposal being considered non-responsive to requirements.

      Proposal Format

      Proposals should be organized as follows:

      • Cost Proposal: Provide a comprehensive cost proposal uploaded separately in the Procurement Portal. 
      • Written Technical Proposal

      • Optional Appendices or Exhibits: Proposers may include sample project information, sample reports, peer review reports, letters of recommendation, or other exhibits that may assist the City in favorably evaluating the proposal. Do not include generic marketing materials.

      • Proposals will be deemed non-responsive and removed from further consideration if the Proposal is not received in accordance with the terms of this RFP or the Proposer does not meet the basic minimum qualifications and proposal requirements set forth in this RFP.

      Proposals shall be typed, as concisely as possible, and shall not include any unnecessary promotional material. The Proposer shall provide the information required in this Evaluation Criteria section and comply with the maximum page limitations provided for each subsection of the proposal. The RFP Required Submittal Documents do not count toward applicable section page limits.

      Resumes, if requested, shall be included as a separate attachment. Number every page sequentially beginning with the cover page, including any text, charts and graphic pages, including attachments and exhibits. If used, narrative pages shall be used sparingly and only where required to convey related information that cannot be accommodated. The proposal shall use Arial or a similar, easily readable font.  A minimum of 11-point font size and 1.25-line spacing is required for text. Narrow or condensed fonts are not permitted.  Font restrictions do not apply to attachments.  Different size fonts will be allowed for headings, charts, tables, and graphics and must be easily readable.

    • Firm Background Information (10 pts)

      This section must include the following (maximum 2 pages):

      1. Legal name, addresses, telephone numbers of the principal office (national headquarters) and local office.  Include the same information if services will be provided from additional locations.
      2. Year established and history.
      3. Business entity status (i.e., partnership, corporation, LLC).
      4. Indicate if Proposer has defaulted in its performance of an agreement or project during the past five (5) years which has led the other party to terminate the agreement and if so, the identity of the parties involved and the circumstances of the default or termination.
      5. Respond to the following:
        1. Explain any pending litigation, liens, or claims involving your organization.
        2. Has your company filed for bankruptcy in the last ten (10) years?
      6. Provide information about your company regarding environmental conservation practices or objectives, Green Business certifications, alternative fuel service vehicles, superior employee benefit policies, or other applicable policies that align with Sub-Section Environmental Conservation and Sustainable Living in Section Process Instructions.
    • Firm Qualifications, Expertise, and Experience (10 pts)

      In this section (maximum 5 pages), include the following:

      1. Describe the Proposer’s qualifications and experience working on similar, relevant, or related projects that were completed, as outlined in Section Preliminary Scope of Services.
      2. Describe how the Proposer (or Proposers if submitting a jointly prepared proposal) is organized to provide the required services as outlined in Section Preliminary Scope of Services.
      3. If utilizing any subconsultants and/or subcontractors, describe their qualifications working on similar, relevant, or related projects that were completed, as outlined in Section Preliminary Scope of Services.
      4. Provide a list of all services Proposer has performed for the City in the past three (3) years, include a description of the services, date of engagement(s), members of the proposed team that performed the services. Indicate if Proposer served as the prime contractor or as a subcontractor.
    • Team Qualifications, Expertise, and Experience (10 pts)

      In this section (maximum 5 pages), include the following:

      1. Provide the names, qualifications, certifications, and relevant technical experience of personnel and subcontractors of the proposed project team who will perform the services described in Section Preliminary Scope of Services.  Include details about their experience with similar projects with comparable magnitude. 
      2. Provide resumes for each member of the proposed project team and include the qualifications and experience suited to the proposed assignment. Include resumes as a separate attachment.

      If awarded the contract, the Proposer shall make every effort to ensure that the staff resources identified in the proposal will be available for the Project. If staff identified in the proposal are not available, the City reserves the right to review and approve alternate personnel.

    • Technical Approach and Work Plan (15 pts)
      1. Technical Approach: Describe your approach to completing Section Preliminary Scope of Services.  Identify deliverables and key decision points.  Provide comments regarding the proposed Section Preliminary Scope of Services.  This may be used as an opportunity to expand upon your team’s specific experience and expertise, and to outline any changes you believe would help achieve the Project’s goals and objectives.
      2. Work Plan:  Describe how the project team will fulfill the Section Preliminary Scope of Services.  Include a detailed project schedule in the Project Schedule Document.  Provide a matrix of personnel, tasks, and an estimated effort in hours. 

      The work plan shall include a process for delivery of the range of services outlined in Section Preliminary Scope of Services.  To the extent possible, the proposal shall reflect the roles and responsibilities of team members in the major tasks outlined in the Section Preliminary Scope of Services and strategies to accommodate the staffing needs for each task order. As appropriate, include tools and techniques you could use in addressing challenges and delivering services outlined in Section Preliminary Scope of Services.

      Proposers shall address all major tasks outlined in Section Preliminary Scope of Services and as appropriate, suggest supplemental tasks/sub-tasks for incorporation into the final Section Preliminary Scope of Services.

    • Technical Approach and Work Plan (15 pts)
      1. Technical Approach: Describe your approach to completing Section Preliminary Scope of Services.  Identify deliverables and key decision points.  Provide comments regarding the proposed Section Preliminary Scope of Services.  This may be used as an opportunity to expand upon your team’s specific experience and expertise, and to outline any changes you believe would help achieve the Project’s goals and objectives.
      2. Work Plan:  The work plan shall reflect your understanding of the services applicable to the RFP and your experience and creativity in anticipating and addressing the challenges that may be encountered in providing the services outlined in Section Preliminary Scope of Services.

      The work plan shall include a process for delivery of the range of services outlined in Section Preliminary Scope of Services.  To the extent possible, the proposal shall reflect the roles and responsibilities of team members in the major tasks outlined in the Section Preliminary Scope of Services and strategies to accommodate the staffing needs for each task order. As appropriate, include tools and techniques you could use in addressing challenges and delivering services outlined in Section Preliminary Scope of Services.

      Proposers shall address all major tasks outlined in Section Preliminary Scope of Services and as appropriate, suggest supplemental tasks/sub-tasks for incorporation into the final Section Preliminary Scope of Services.

    • Cost Proposal (20 pts)

      Cost/Pricing is a factor in this selection. Proposers must complete and submit a Cost Proposal. It is the Proposer’s responsibility to state all costs to provide the services outlined in Section Preliminary Scope of Services. Costs shall include, but not be limited to, direct labor, overhead, fringe benefits, profit, subcontractors, other direct costs (ODC) such as materials, supplies, taxes, and travel.  A Proposer’s failure to submit a Cost Proposal will deem the submittal non-responsive. Include the Cost Proposal with the Electronic Response.

      The price will be evaluated in the following manner:

      1. The responsive proposal with the lowest price will be given the full weight of points assigned to the pricing criteria.
      2. Every other responsive proposal will be given points proportionately in relation to the lowest price. This point total will be calculated by dividing the lowest proposed price by the total proposed price of the proposal being evaluated with the result multiplied by the maximum weight for the price (100 %) to arrive at a price score of less than the full score for price.

      Example:                    Lowest Total Proposed Price                      Total %                Price
                                      Proposer’s Total Proposed Price      X          for Price       =      Score

       

    • Cost Proposal (20 pts)

      Cost/Pricing is a factor in this selection. Proposers must complete and submit a Cost Proposal.  It is the Proposer’s responsibility to state all costs to provide the services outlined in Section Preliminary Scope of Services. Costs shall include, but not be limited to, direct labor, overhead, fringe benefits, profit, subcontractors, other direct costs (ODC) such as materials, supplies, taxes, and travel.  A Proposer’s failure to submit a Cost Proposal will deem the submittal non-responsive. Include the Cost Proposal with the Electronic Response.

      The price will be evaluated in the following manner:

      This portion of the proposal will be evaluated based on the reasonableness of the proposed costs. Costs will be evaluated as compared to costs the City or other comparable public agencies have paid for similar services and with the industry’s standard and customary costs for the services.

    • References (5 pts)

      In this section (maximum 5 pages), provide the following:

      1. Three (3) Client References that provide former clients and representative projects undertaken in the last five (5) years which demonstrate relevant experience with the Project.
      2. For each project identified above, provide a project description, project costs, dates of engagement, project owner, and member(s) of the proposed team for this RFP that participated in the project, including any subcontractors that worked on the project. 
      3. For each reference, provide the name of the agency/firm, and contact person’s name, title, address, phone number, and email address.  Please ensure that the contact information is accurate for each reference.

      The City reserves the right to:

      • Check as many references that the City deems necessary.
      • Assess a Proposer’s past performance.
      • Contact references that the City determines are representative projects demonstrating experience relevant to this RFP.
      • Check any other reference(s) that might be indicated through the specified contacts or that result from communication with other entities involved with similar projects.
      • Include other industry sources and users of similar services known to the City.
      • Contact client references for only shortlisted Proposers.

      It is the responsibility of the Proposer to ensure the client reference contact person is available and willing to provide a reference within the timeframe stated in this section. The client reference score/weight shall have no bearing on any other evaluation criteria.

    • References (5 pts)

      In this section (maximum 5 pages), provide the following:

      1. Three (3) Client References that provide former clients and representative projects undertaken in the last five (5) years which demonstrate relevant experience with the Project.
      2. For each project identified above, provide a project description, project costs, dates of engagement, project owner, and member(s) of the proposed team for this RFP that participated in the project, including any subcontractors that worked on the project. 
      3. For each reference, provide the name of the agency/firm, and contact person’s name, title, address, phone number, and email address.  Please ensure that the contact information is accurate for each reference.

      The City reserves the right to:

      • Check as many references that the City deems necessary.
      • Assess a Proposer’s past performance.
      • Contact references that the City determines are representative projects demonstrating experience relevant to this RFP.
      • Check any other reference(s) that might be indicated through the specified contacts or that result from communication with other entities involved with similar projects.
      • Include other industry sources and users of similar services known to the City.
      • Contact client references for only shortlisted Proposers.

      It is the responsibility of the Proposer to ensure the client reference contact person is available and willing to provide a reference within the timeframe stated in this section. The client reference score/weight shall have no bearing on any other evaluation criteria.

    • Project Understanding, Work Plan and Approach (10 pts)

      Proposers invited for the interview and oral presentations are expected to have a clear understanding of Project goals and objectives, the scope of services, the Project and City background, and the Proposer’s role. Proposers must present their Project understanding, work plan, and approach effectively for achieving the Scope of Services on time and within budget.

    • Quality of Presentation (10 pts)

      Proposers invited to participate in the interview and oral presentations will be evaluated on their ability to effectively communicate the project understanding, work plan and approach, and the qualifications of subcontractors and personnel. The presentations should be informative and concise.

    Submission Requirements

    • LOCAL PREFERENCE CERTIFICATION

      Local Businesses and Locally Owned Businesses must submit this certification with each bid or proposal in order to receive the 2% and additional 4% preference applied during the evaluation of any competitive process for goods, supplies, equipment, materials, services, or professional services.

      Local Businesses

      To qualify for the 2% local business preference, a business must meet the following criteria:

    • Does the business have an office with at least one employee located in the City of Santa Cruz? (required)
    • Business Address: (required)
    • Is the business current in the payment of all taxes, charges, assessments, or fees owed to the City of Santa Cruz? (required)
    • Does the business hold a valid City of Santa Cruz business license? (required)
    • DBA/license number: (required)
    • Locally Owned Businesses

      To qualify for an additional 4% locally owned business preference, a business must meet the above requirements for a local business and at least 50% of the business’ owners must live in the County of Santa Cruz. 

      To qualify for the locally owned business preference, list all of the business’ owners and their county of residence. 

      • Owner Name, County
    • By submitting information for Local Preference, I represent that I qualify as a (check all that apply): (required)
    • I understand that by submitting false information or failing to disclose material information in order to qualify for the preference my business will be 1) required to pay the city any difference between the contract amount and what the city’s cost would have been if the contract had been properly awarded, and 2) prohibited from bidding on any city contract or receiving any city contract for a period of three years of the discovery of facts supporting the same. (required)
    • EMERGENCY RESOURCE AGREEMENT

      In previous disasters, many organizations have responded enthusiastically to the City’s requests for supplies and services needed to protect the health, safety, and property of the Santa Cruz public. The information on this list allows us to quickly locate desperately needed resources. Because many businesses give us their nighttime phone numbers, we are able to obtain crucial supplies and services after normal business hours.

      If you are interested in being a part of this list, please take a few minutes to fill out the form below, review the categories, and check any that apply. 

      We urge you to provide the manager’s or owner’s home address and phone number. Having information on how to contact a firm after hours greatly improves our emergency response. This information is kept confidential and used only in the event of serious life-threatening emergencies.

    • Please provide manager's or owner's name, home address, email address and phone number
    • By confirming this agreement, the vendor agrees to charge the City of Santa Cruz a rate that is fair market value. The vendor also agrees to provide the City of Santa Cruz with all available supplies, materials, equipment and/or services on a priority basis.
    • Emergency Resource List

      Please download the below documents, complete, and upload.

    • Will this solicitation result in a contract or only PO? (required)
    • Pre-Proposal Meeting (required)

      Please make sure to reflect the option choose below in your Introduction Section Timeline by clicking on "Edit Timeline" 

    • Initial Term of the Contract (required)
    • Are "Prevailing Wages and Labor Compliance" applicable for this project? (required)
    • Will Local Preference apply to this project? (required)

      Local Preference does not apply to: 

      • Purchases under the informal threshold ($10K)
      • Construction projects.
      • Urgent purchases necessary to protect public health, welfare or safety. 
      • Purchases funded by outside agencies (Federal) that prohibit the use of preferences.
      • Professional services requests for proposals where price is not considered in the selection (RFQu)
    • Is "Emergency Resource Agreement" applicable to this project? (required)
    • Is "Living Wage" applicable to this project? (required)

      Every contract for services to the City for $10,000 or more is subject to the City’s Living Wage Ordinance number 2000-25.

    • Are "Liquidated Damages" applicable to this project (required)

      Liquidated Damages are applicable for PW- non Construction, &  Construction Projects 

    • Amount of Liquidated Damages per day (required)

      You will need to use a standard calculation to determine this number, based on a reasonable estimate of damages you will incur daily if the Project is delayed.

    • Evaluation Process
    • Are you doing Oral Presentations? (required)
    • Is pricing a factor of Evaluation? (required)

      If you are soliciting for an Architectural, Engineering, or Design Services contract, you cannot include pricing as a factor.

    • Type of Cost Evaluation (Recommend Option 1) (required)
    • Is the work plan for on-call services? (required)

    Questions & Answers

    Q (Routine vs. Emergency Inspections): Does the contract include provisions for on-call emergency inspections, or just the routine biennial inspections?

    A: Section 1.2.5 Additional Services addresses emergency inspections and other items, including basis of payment.


    Q (No subject): Does the City consider the bridge inspection field activities as "public work" under Labor Code Section 1720, thereby subjecting them to prevailing wage requirements?

    A: Yes.


    Q (No subject): Are previous inspection reports available for these bridges? If so, how recent are they?

    A: There are no previous inspection reports. Plans will be available for all but one structure.


    Q (No subject): Does the City have a good sense of which bridges will require in-depth inspections? If not, could proposing them as additional work be acceptable?

    A: I don't anticipate that any of the bridges will require special inspections at this time.


    Q (No subject): Please confirm if the bridge inspections should follow the legacy NBIS methodology or the current SNBI requirements?

    A: The consultant can propose which methodology and requirements are the most applicable.


    Q (Resumes): May we include full resumes of key staff in an appendix?

    A: See section 3.2 Proposal Format. "Proposals should be no longer than 40 pages in length, double-sided (total 80 pages)".


    Q (Section 6 Questionnaire ): Does the City want RFP respondents to include responses to Section 6 Questionnaire questions on pages separate from the sections listed in 1.2.8 Proposal Requirements? Or is it okay to include responses to the Section 6 questionnaire under for example 1.2.8a Firm Qualifications?

    A: It is acceptable to include the answers in Section 1.2.8 Proposal Requirements.


    Q (Standards and Requirements): Section 1.2.6 Standards and Requirements – “Inspections shall be performed in accordance with FHWA National Bridge Inspection Standards. The NBIS are very specific with regard to the qualifications of bridge inspectors.” Question: Must the inspection team fully meet the NBIS qualifications? Would inspections perfomed by an engineer licensed in the state of California be an acceptable alternative?

    A: Section 1.2.6 Standards and Requirements specify several reference documents that may be applicable to the inspections. The NBIS bullet point notes "where applicable", which allows leeway on the inspector requirements. A California registered engineer with bridge inspection experience is acceptable.


    Q (Basic Qualifications of Consultant ): Section 2.4 Basic Qualifications of Consultant - “Consultant must demonstrate experience in bridge inspection services on local, state and federally funded projects.” Question: This requirement sets a very high bar for the qualifications but is line with other requirements listed under Section 1.2.6. However, is it the City’s intent to limit the qualified consultants to a only those who are certified to perform Highway Bridge Inspections on State and Federal Projects and have performed Highway Bridge Inspections on State and Federal Projects?

    A: See response to question #8.


    Q (Bridge Inspections): Section 1.2.2 Bridge Inspections - “Perform routine and/or in-depth inspections of bicycle and pedestrian bridges”. Conduct visual inspections of all accessible structural elements.” Question: What do you mean by accessible? Gaining access to bottom (underside) of the bridges is possible but requires specialized equipment or methods. For instance Site 3 is over the mouth of the San Lorenzo River and significantly above grade. Are you envisioning the inspection team will utilize industrial rope access to perform arm-length visual inspection for all elements of the structures in the scope of this RFP? A rigorous effort such as this will significantly increase project costs for the City. If possible please clarify the extent or nature of the inspection you desire.

    A: Section 1.2.2 Bridge Inspection lists the components that require inspection which are more complicated on some of the bridges. It is the responder's responsibility to ensure that each bridge is adequately inspected.


    Q (Followers List): Why is the Follower's List not visible on the OpenGov posting for this solicitation?

    A: The Follower's List will be made public.


    Q (Cost Proposal Submittal): Section 7 of the RFP (page 13) specifies that each consultant will submit a "sealed cost proposal". Conversely, Section 3.2 (page 7) and Section 5.1 (page 11) state that "all proposals will be submitted through the OpenGov Procurement website". Could the City please clarify the following: 1. Should the cost proposal be uploaded as a separate, password-protected file to the OpenGov portal, or is it required to be delivered as a hard copy in a physical sealed envelope? 2. Currently, the "Proposal Submittals" section (Step 3) on the OpenGov portal is blank and does not provide an upload field. Is this where the cost proposal (and the main proposal) should be uploaded once the section is functional? 3. If a physical submission is required, please confirm if the delivery deadline remains May 19, 2026, at 2:00 PM. 4. If a physical submission is required, please provide the mailing address.

    A: An addendum will be issued.


    Q (Proposal submittal/file upload ): In the "Draft Response" response interface of the OpenGov website, we can view the navigation steps (1. Contact Info, 2. Addenda Confirmation, 3. Proposal Submittals, 4. Company Profile, and 5. Submit). However, the area under "3. Proposal Submittals" appears blank and does not provide a field or button to upload our proposal documents. Will this section will be updated to allow for file uploads? Or could you please clarify if the proposals should be submitted differently?

    A: An Addendum will be issued.


    Key dates

    1. April 2, 2026Published
    2. May 19, 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.