SLED Opportunity · CALIFORNIA · WEST SACRAMENTO CAPITAL PROJECTS - CONSTRUCTION

    City Hall - Galleria Concrete Floor Refinishing

    Issued by West Sacramento Capital Projects - Construction
    cityRFQWest Sacramento Capital Projects - ConstructionSol. 205299
    Closed
    STATUS
    Closed
    due Apr 14, 2026
    PUBLISHED
    Mar 9, 2026
    Posting date
    JURISDICTION
    West Sacramento
    city
    NAICS CODE
    238320
    AI-classified industry

    AI Summary

    Invitation to bid for concrete floor refinishing at City Hall Galleria in West Sacramento, CA. Sealed bids due April 14, 2026, 2:00 pm. Specifications available online.

    Opportunity details

    Solicitation No.
    205299
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    March 9, 2026
    Due Date
    April 14, 2026
    NAICS Code
    238320AI guide
    Agency
    West Sacramento Capital Projects - Construction

    Description

    The City of West Sacramento is accepting sealed responses for City Hall - Galleria Concrete Floor Refinishing to be received no later than Tuesday, April 14, 2026 at 2:00 pm.

    The bid specifications, including instructions on how to bid, standards for a responsive bid, and project specifications, are attached hereto in Attachments and incorporated herein by reference as if set forth in full

    Background

    The City of West Sacramento is a vibrant riverfront community in Northern California, located along the Sacramento River and home to the Port of Sacramento via the deep-water ship canal. Incorporated in 1987, the City encompasses approximately 22 square miles and serves a population of over 55,000 residents. West Sacramento operates under a Council/Manager form of government, with four City Council Members elected by district and a Mayor elected at large.

    Located at 1110 West Capitol Avenue, the West Sacramento City Hall Galleria serves as the central hub of the City Hall complex and a focal point for civic engagement. Completed in the early 2000s, the Galleria was designed as a modern, open, and light-filled public space that accommodates community gatherings, public meetings, and civic events. Its prominent location and flexible design make it one of the most visible and frequently used spaces within City Hall.

    Recent geotechnical testing has determined that the concrete slab within the Galleria area exhibits elevated moisture levels. This condition has led to significant deterioration of the existing decorative epoxy flooring system and visible clouding and discoloration in the polished concrete surfaces.

    To address these issues, the City retained a professional flooring consultant to evaluate existing conditions and develop a comprehensive technical specification. The recommended improvements include:

    • Installation of a proven moisture mitigation system to control vapor transmission through the slab

    • Preparation of existing floor surfaces in accordance with industry standards

    • Application of a durable, high-performance flooring system suitable for high-traffic public environments

    The objective of this project is to restore the aesthetic quality and functional performance of the Galleria flooring while ensuring long-term durability. This scope will include the floor in the lobby areas and hallways of the First, Second and Third floors. The selected flooring system shall provide a minimum service life of 15 years and be resistant to future moisture-related damage.

    Given the Galleria’s prominence and frequent public use, maintaining a high-quality, resilient finish is essential to preserving the City’s professional image and supporting ongoing civic activities.

    Project Details

    • Reference ID: 25-093-ITB
    • Department: Capital Projects - Construction
    • Department Head: Ariana Adame (Director)

    Important Dates

    • Questions Due: 2026-03-31T21:00:00.000Z
    • Answers Posted By: 2026-04-07T21:00:14.144Z
    • Pre-Proposal Meeting: 2026-03-24T18:00:10.505Z — City Hall Galleria, First Floor Lobby, 1110 West Capitol Avenue, West Sacramento CA 95691

    Addenda

    • Addendum #1 (released 2026-03-19T19:54:22.825Z) —

      Please see updated cost Table that now includes;

      1. Concrete analysis:  chores and lab test patching, and for salts/effloresence/silicates/organics. per OSHA standard
      2. Hazmat /environmental compliance/containment for filtered dust, solvent handling and waste disposal
      3. Full rejection broadcast

      Please use the See What Changed link to view all the changes made by this addendum.

       

    • Official Notice #1: DEMOBILIZATION (released 2026-04-02T18:37:01.192Z) —

      DEMOBILIZATION

      All bidders shall include in their proposals all costs associated with dust control, worker safety(i.e. PPE, signage, rated masks etc), compliance with applicable regulations(i.e. Cal/OSHA), and protection of occupied spaces(including vents, HVAC, openings, doorways etc).

    • Addendum #2 (released 2026-03-19T19:54:42.320Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      The requirement for a Class B (General Building Contractor) license is hereby removed from the bid documents to comply with California Contractors State License Board requirements. Bidders shall possess the appropriate contractor license classification applicable to the the scope of work - resinous flooring and moisture mitigation systems. As for the the specified KOSTER flooring system, the installer shall be manufacturer-certified OR provide written documentation from the manufacturer confirming installer qualification and project-specific approval. All other licensing, certification, and qualification requirements remain unchanged. 

    • Official Notice #2: BID OPEN LINK - MS TEAMS @2PM (released 2026-04-13T23:25:11.461Z) —

      Microsoft Teams meeting

      Join: https://teams.microsoft.com/meet/29332677036972?p=mIUu2LaOyA890Rtrzc

      Meeting ID: 293 326 770 369 72

      Passcode: wy9CX26B


      Need help? | System reference

      Dial in by phone

      +1 619-485-0116,,455354115# United States, All locations

      Find a local number

      Phone conference ID: 455 354 115#

      For organizers: Meeting options | Reset dial-in PIN

      ________________________________________________________________________________

    • Addendum #3 (released 2026-03-23T23:57:08.995Z) —

      PICTURES ADDED:

      A file containing project site photographs has been added to the bid documents for reference. The images are provided to assist bidders in understanding existing conditions and shall be considered part of the contract documents. Bidders are responsible for reviewing the photographs and incorporating all relevant conditions into their bids.

      File name: City Hall 1st 2nd 3rd Floor Pictures

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #4 (released 2026-03-25T00:05:04.689Z) —

      SIGN IN SHEET 

      Attached is todays sign in sheet for all vendors that attended the bid walk

    • Addendum #5 (released 2026-04-13T23:15:53.194Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

      COST TABLE LINE #8 

      KOSTER MPE epoxy body coat with full rejection broadcast

      The City hereby clarifies that decorative flake or broadcast flake flooring systems will not be accepted for this project.

      The finished flooring system shall consist of a solid-color, non-flake, high-performance coating system designed for durability, uniform appearance, and suitability for high-traffic public environments

      THEREFORE, Apply KÖSTER MPE epoxy body coat (or approved equal) as part of a solid-color, non-broadcast system.
      No decorative flake, quartz, or aggregate broadcast systems shall be used. System shall be designed to achieve a uniform, monolithic appearance suitable for high-traffic public spaces

    • Addendum #6 (released 2026-04-13T23:21:05.036Z) —

      SCOPE OF WORK

      KOSTER MPE epoxy body coat with full rejection broadcast

      The City hereby clarifies that decorative flake or broadcast flake flooring systems will not be accepted for this project.

      The finished flooring system shall consist of a solid-color, non-flake, high-performance coating system designed for durability, uniform appearance, and suitability for high-traffic public environments

      THEREFORE, Apply KÖSTER MPE epoxy body coat (or approved equal) as part of a solid-color, non-broadcast system.
      No decorative flake, quartz, or aggregate broadcast systems shall be used. System shall be designed to achieve a uniform, monolithic appearance suitable for high-traffic public spaces.

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Important Instructions for Electronic Submittal

      The City of West Sacramento is only accepting electronic bid submissions and only through its online bidding platform, OpenGov. Bidders shall create a FREE account by signing up at OpenGov.com. Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.

      The bid specifications, including instructions on how to bid, standards for a responsive bid, and project specifications, are attached hereto in Attachments and incorporated herein by reference as if set forth in full

    • Executive Order N-6-22 – Russia Sanctions

      On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia and Russian entities and individuals. “Economic Sanctions” refers to sanctions imposed by the U.S. government in response to Russia’s actions in Ukraine, as well as any sanctions imposed under state law. By submitting a bid or proposal, Contractor represents that it is not a target of Economic Sanctions. Should the State determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the Contractor’s bid/proposal any time prior to contract execution, or, if determined after contract execution, shall be grounds for termination by the State.

    • Opening & Award of Contract

      Bids will be opened publicly and read aloud at the time and date established in the invitation to Bidders. Bid Summaries may be made available to Bidders after the Bid Date.

      The City reserves the right to accept or reject any and all Bids for a period of sixty (60) days after the date of opening, and to waive any informality or irregularity in any Bid. No Bid can be withdrawn during that period, except pursuant to Public Contract Code section 5102, et seq. 1751480.1 7203-001

      The City reserves the right to reject any or all Bids, including, without limitation, the right to reject any non-conforming, non-responsive, or conditional bids.

      Before a Bid is considered for award, the City may, in addition to the Experience & Qualifications form included in the Bid documents, require a Bidder to submit a statement of facts and detail as to its business, technical organization and financial resources and equipment available and to be used in performing the work. Additionally, the City may require evidence that the Bidder has performed other work of comparable magnitude and type. The City expressly reserves the right to reject any Bid if it determines that the business and technical organization, equipment, financial and other resources or other experience of the Bidder (including the bidder’s Subcontractors) is not sufficiently qualified for the work Bid upon and, therefore, justifies such rejection.

      The award of the Contract, if it is awarded, will be to the lowest responsive, responsible Bidder whose Bid complies with the requirements set forth herein.

      The issuance by the City of a notice to the successful Bidder of the award of the Contract (“Notice of Award”) shall be deemed the Award of Contract.

    • Prevailing Wages
      1. Contractor Registration. Pursuant to Labor Code section 1725.5, no contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code section 1725.5. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the DIR pursuant to Labor Code section 1725.5. The work contemplated by this ITB is subject to compliance monitoring and enforcement by the DIR.
      2. Prevailing Wages. Proposers are hereby notified that the DIR has determined the general prevailing rate of wages for each craft, classification, or type of worker needed to execute the work. Copies of the current schedules for California prevailing wages are located in the City’s office, and the contents of those schedules are included herein as if set forth in full. Licensure and Special Certification.
    • Project Scope

      Work Overview

      Please note that :

      1. Bids will be awarded based on the Base Bid. T

      2. This scope will include the floors in the lobby areas and hallways of the First, Second and Third Floors

       

      Remove existing flooring and install a new KOSTER epoxy flooring system with moisture barrier, epoxy base coats, and a clear urethane topcoat. The finished floor will be seamless, durable, and chemical resistant with a total thickness of about 1/16 inch.


      Work Includes

      1. Demo & Prep

        • Remove all existing coatings, sealers, and debris.

        • Mechanically prep concrete (shot blast or grind) to clean, rough profile (ICRI CSP 3–4).

        • Repair cracks, joints, or spalled areas using KOSTER repair materials.

      2. Moisture Primer

        • Apply KOSTER VAP I 2000 Zero VOC moisture barrier at about 125 sq. ft./gal (11 mils dry).

      3. Epoxy Body Coats

        • Apply KOSTER MPE epoxy (2:1 mix ratio).

        • Squeegee and back-roll at 100 sq. ft./gal (16 mils dry).

        • The City hereby clarifies that decorative flake or broadcast flake flooring systems will not be accepted for this project.

          The finished flooring system shall consist of a solid-color, non-flake, high-performance coating system designed for durability, uniform appearance, and suitability for high-traffic public environments

          THEREFORE, Apply KÖSTER MPE epoxy body coat (or approved equal) as part of a solid-color, non-broadcast system.
          No decorative flake, quartz, or aggregate broadcast systems shall be used. System shall be designed to achieve a uniform, monolithic appearance suitable for high-traffic public spaces

      4. Topcoat

        • Apply KOSTER UTC Clear Urethane (2:1 mix ratio) at 500 sq. ft./gal (3–6 mils dry).

        • Ensure smooth, glossy, slip-resistant finish (wet coefficient ≥ 0.7).

      5. Cleanup & Protection

        • Keep area clean during work.

        • Cure per manufacturer’s instructions.

        • Protect finished floor until final inspection.


      Materials

      Use only KOSTER American Corp. products (no substitutions):

      • KOSTER VAP I 2000 (primer)

      • KOSTER MPE (epoxy body coat)

      • KOSTER UTC (urethane topcoat)

      • Approved patch materials as needed


      Conditions

      • Work between 60°F–90°F with humidity below 85%.

      • Substrate must be dry and at least 5°F above dew point.

      • Provide good lighting and ventilation during work.


      Submittals

      • Product data sheets and SDS

      • Small 6” x 6” color/finish sample

      • Proof of installer approval from KOSTER


      Warranty

      • KOSTER materials warranty per manufacturer.

      • Moisture barrier (VAP I 2000) has a 15-year warranty if installed by a trained applicator.

      • Minimum 1-year contractor workmanship warranty.

    • Bid Protests

      The lack of a prompt procedure to resolve disputes regarding the bidding process would impair the City’s ability to carry out its purpose of constructing this project in a timely manner. Therefore, to the maximum extent authorized by law and notwithstanding any other procedures specified in documents referenced herein, all disputes and/or protests regarding the bidding process shall be subject to the following procedure. In submitting a Bid to the City for this project, the Bidder agrees to comply with and to be bound by this procedure.

      Any Bid protest must be submitted in writing to the Director of Capital Projects & Transportation of the City of West Sacramento before 5:00 p.m. on the fifth (5th) working day following Bid opening.

      (a) The initial protest document must contain a complete statement of the basis for the protest, and all supporting documentation.

      (b) The party filing the protest must have actually submitted a Bid for the Work. A Subcontractor of a party submitting a Bid for the Work may not submit a Bid protest. A party may not rely on the Bid protest submitted by another Bidder, but must timely pursue its own protest.

      (c) The protest must refer to the specific portion of the Contract Documents which forms the basis for the protest.

      (d) The protest must include the name, address and telephone number of the person representing the protesting party.

      (e) The party filing the protest must concurrently transmit a copy of the initial protest document and any attached documentation to all other parties with a direct financial interest which may be adversely affected by the outcome of the protest. Such parties shall include all other Bidders who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest.

      (f) The City will give the protested Bidder five (5) working days after the receipt of the protest to submit a written response. The responding Bidder shall transmit the response to the protesting Bidder concurrent with delivery to the City.

      (g) The procedure and time limits set forth in this paragraph are mandatory and are the Bidder’s sole and exclusive remedy in the event of Bid protest. The Bidder’s failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings.

      (h) If the City determines that a protest is frivolous, the protesting Bidder may be determined to be non-responsible and that Bidder may be determined to be ineligible for future contract awards.

    • Statement of Offer

      Submission of a proposal is an offer to complete the Scope of Work. The offer, including the Cost Proposal rates and budget, must remain valid for at least ninety (90) business days after the Proposal due date. 

    • Project Management Documentation & Administration

      Virtual Project Manager (VPM)

      The City anticipates using an online cloud-based project management system to manage, assign, and coordinate specific tasks with the City's selected Contractor within the Scope of Work. By way of this section, the City reserves the right to utilize an online cloud-based project management system. By submitting a bid, bidder acknowledges and agrees that they are prepared to use the system, as may be required by the City. The City's specific system is Virtual Project Manager (VPM). VPM allows for paperless documentation and project administration. For more information on VPM, go to www.virtual-pm.com

      1. Submittal Procedures and Construction Progress Documentation for requirements for administering and using VPM.
        1. The Contractor shall submit the items associated with this section via Virtual Project Manager (VPM), an online cloud-based project management system, as specified below.
        2. Virtual Project Manager (VPM) allows for paperless documentation and project administration. All posted information is available to all personnel involved with the project at any time using the internet.
        3. The use of VPM by the Contractor is mandatory. Access to VPM will be provided at no cost to the contractor.
        4. In order to utilize VPM, the contractor needs a computer, internet access, a digital camera, and a scanner. For more information, go to www.virtual-pm.com. To Login, from the homepage, select LOGIN and enter the Username and Password that will be provided to you by the agency.
      2. The contractor shall use the following features:
        1. Daily Logs: Contractor’s daily reports shall be entered electronically via VPM.
        2. Change Order Manager: Contractor requests for change order shall be submitted electronically via VPM.
        3. Transmittals: Schedules, Pay applications, etc. shall be submitted electronically via VPM.
        4. Submittals: Submittals requiring approval shall be submitted electronically via VPM.
        5. RFIs: Requests for information (RFIs) shall be submitted electronically via VPM.
      3. Technical Submittals
        1. Submittal Procedure
          1. The Contractor shall utilize the agency’s online cloud-based project management system (Virtual Project Manager) for submittals.
    • Disadvantaged Business Enterprise (DBE) Goal

      [If there are special DBE requirements, use the following, if none, delete this entire section]

      The Authority has set an x% Disadvantaged Business Enterprise (DBE) participation goal for this project.

    • Environmental Requirements

      Disposing of Organic Waste

      Contractor shall maintain source separated organic waste and landscape debris from other waste generated during the course of the services provided to the City. Contractor shall haul all source separated organic waste to an Approved Organic Waste Recycling Facility that may include a compostable material handling operation or facility, a transfer/processing operation or facility, or a solid waste landfill that recycles organic waste.

      Contractor shall keep a record of the amount of organic waste delivered to each Approved Organic Waste Recycling Facility. Records shall be provided to and on a schedule to be determined by the City. The records may include:

      • Delivery receipts and/or weight tickets from the entity accepting the waste.
      • Amount of material (in cubic yards or tons) transported by the Contractor to each operation or facility.
      • If the material is transported to an operation or facility that does not have scales on-site or employs scales incapable of weighing the Contractor’s vehicle in a manner that allows it to determine the weight of waste received, the Contractor is not required to record the weight of material but shall keep a record of the entities that received the organic waste.

      Procurement of Compost and Mulch

      • Contractor shall act as a Direct Service Provider for the City when procuring Recovered Organic Waste Products such as compost and mulch as part of their landscape maintenance program. All compost and mulch procured for City landscape maintenance projects shall be SB1383 approved and meet or exceed physical contamination standards.
      • Contractor shall provide to the City, based on a pre-approved schedule, all invoices or similar records evidencing procurement of SB1383 Eligible Compost and Mulch. Invoices should include the name, physical location, and contact information of each operation or facility from whom the recovered organic waste products were procured.

      Definitions

      “Approved Organic Waste Recycling Facility” means:

      A compostable material handling operation or facility as defined in 14 CCR Section 17852(a)(12), that is permitted or authorized under 14 CCR Division 7;

      A transfer/processing facility or transfer/processing operation as defined in 14 CCR Sections 17402(a)(30) and (31), respectively, that is permitted or authorized under 14 CCR Division 7; or

      A solid waste landfill as defined in Public Resources Code Section 40195.1 that is permitted under 27 CCR Division 2.

      “Direct Service Provider” means a person, company, agency, district, or other entity that provides a service or services to Jurisdiction pursuant to a contract or other written agreement.

      “Organic Waste” means solid wastes containing material originated from living organisms and their metabolic waste products including, but not limited to, food, yard trimmings, organic textiles and carpets, lumber, wood, Paper Products, Printing and Writing Paper, manure, biosolids, digestate, and sludges.

      “Recovered Organic Waste Products”:means products made from California, landfill-diverted recovered Organic Waste processed at a permitted or otherwise authorized operation or facility.

      “SB1383”means Senate Bill 1383 of 2016 approved by the Governor on September 19, 2016, establishing methane emissions reduction targets in a statewide effort to reduce emissions of short-lived climate pollutants, as amended, supplemented, superseded, and replaced from time to time.

      “SB1383 Eligible Compost and Mulch” means compost or mulch produced at an Approved Organic Waste Recycling Facility.

      "Source Separated Organic Waste" means organic waste that is placed in a container that is specifically intended for the separate collection of organic waste by the generator.

    • Questions and/or Objections

      It is to the City and Proposer's benefit that questions and objections are brought to the City's attention so it may issue necessary amendments to the ITB and help prevent the opening of defective proposals upon which the City could not award a Contract. Proposer should carefully review this ITB and all attachments for comments, questions, defects, objections, or any other matter requiring clarification or correction (collectively, “Questions”).

      A Proposer may submit Questions related to this RFP to the City through the City’s e-Procurement Portal at or before:

      Tuesday, March 31, 2026 at 2:00 pm.

      Questions shall be considered waived and invalid if not brought to the attention of the City in conformity with this subsection. Questions not submitted through the City's e-Procurement Portal will not be accepted or responded to. Questions submitted after the deadline will not be accepted or responded to. Questions and answers will be posted on the City's e-Procurement Portal and visible to all.

    • Amendment and Cancellation

      The City reserves the right to amend, cancel, or reissue this bid at any time and at its sole discretion. Any amendment shall be in writing and posted to the City's e-Procurement portal. A potential Proposer is solely responsible for clicking "Follow" on the main page to receive notifications and shall be solely responsible for complying with such notifications.

    • Right of Rejection
      1. The City reserves the right, at its sole discretion, to reject any and all Proposals, no matter their level of responsiveness, or to cancel this ITB in its entirety.
      2. A Proposer must comply with all of the terms and instruction of this ITB, and all applicable state and local laws and regulations. Any Proposal that does not meet the requirements of this ITB may be considered to be nonresponsive and rejected.
      3. A Proposer may not restrict the rights of the City or otherwise qualify a Proposal. If a Proposer does so, the City may determine the Proposal is a nonresponsive counteroffer, and the Proposal may be rejected.
      4. The City reserves the right, at its sole discretion, to waive variances in a Proposal, provided such action is in the best interest of the City. Where the City waives variances in a Proposal, such waiver does not modify the ITB requirements or excuse the Proposer from full compliance with the ITB. Notwithstanding any variance, the City may hold any Proposer to strict compliance with the ITB.
    • Prohibition of Respondent Terms and Conditions

      A Proposer shall not submit their own contract terms and conditions in a Proposal. If a Proposal contains such terms and conditions, the City, at its sole discretion, may reject the Proposal. A Proposer may either submit Questions to gain clarification on a term of the City's standard contract or submit proposed revisions to the City's standard contract in redline as part of the Proposal Transmission Letter, both pursuant to the terms of this ITB.

    • Joint Ventures and Partnering

      A Proposal from joint ventures or entities partnering for a specific service must be designed to minimize any administrative burden on the City as a result of the participation of multiple entities. Joint proposals must adhere to the following:

      1. The Proposal shall respond to each section and subsection of this ITB.
      2. The Proposal shall clearly set forth the respective responsibilities and functions that each Principal of the joint venture or partnering entities would perform if awarded a Contract pursuant to this ITB.
      3. The Proposal must include a copy of the joint venture or partnering agreement(s) that identify the Principals involved, as well as their rights and responsibilities regarding the Contract pursuant to this ITB.
      4. The Proposal Transmittal Letter must be signed by each Principal of the joint venture and include all required information.
    • Proposal of Alternate Services

      A Proposal for alternate services (i.e., proposals that offer something different from that requested by the ITB) will be considered nonresponsive and rejected.

    • Proposal of Additional Services

      A Proposal may indicate and offer services in addition to those required by this ITB. These additional services may be added to the Contract, at the sole discretion of the City. The cost for any such additional services shall be mutually agreed upon by the Contractor and the City, and incorporated into the Contract before execution.

    • Severability

      If any provision of this ITB is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected, and the rights and obligations of the City and Proposers shall be construed and enforced as if the ITB did not contain the particular provision held to be invalid.

    • Licensure and Special Certification

      Before executing the Contract pursuant to this ITB, the Contractor must hold all necessary business and professional licenses and certifications to complete the Scope of Work. The City may require any or all Proposers to submit evidence of proper licensure and certifications.

    • Disclosure of Proposal Contents

      All Proposals and other materials submitted to the City related to this ITB shall become the property of the City. Selection or rejection of a Proposal does not affect this right. All proposal information, including detailed price and cost information, shall be held in confidence during the evaluation and selection process. Upon the completion of the evaluation and selection process, or by rejection of all Proposals, the Proposals and shall be open for review by the public to the extent required by the California Public Records Act, Government Code section 7920.000 et seq. By submitting a Proposal, a Proposer acknowledges and accepts that the contents of the Proposal and associated documents shall become open to public inspection.

      Portions of a Proposal exempt from public disclosure by law may be protected from public disclosure by the City. A Proposer is required to clearly label such portion of a Proposal "CONFIDENTIAL" and list the grounds for non-disclosure. In doing so, the Proposer thereby agrees to indemnify and defend the City from any action arising from the non-disclosure of the information. The failure to so label any information shall constitute a complete waiver of all claims for damages caused by or related to any release of the information.

    • Conflict of Interest and Restrictions

      By submitting a Proposal, the Proposer certifies that no amount shall be paid directly or indirectly to an employee or official of the City as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Proposer in connection with the procurement under this ITB.

    • Proprietary Information

      A copy of each Proposal shall be retained for official files and will become public record after the award of a contract unless the Proposal, or specific parts of the Proposal, can be shown to be exempt by law. Each Proposer may clearly label any part of a Proposal as "CONFIDENTIAL." In doing so, the Proposer thereby agrees to indemnify and defend the City for withholding the information from public inspection. Failure to label information shall constitute a complete waiver of all claims for damages caused by or related to any release of the information.

      If a public records request for appropriately-labeled information is received by the City, the City will endeavor to notify the Proposer of the request and delay access to the material until seven (7) working days after the City’s notice. Within that time delay, it will be the duty of the Proposer to act in protection of its labeled information. Failure to so act shall constitute a complete waiver.

    Submission Requirements

    • Please upload a current 2024 W-9 (required)

      Please download the attached 2024 W9 form and upload a completed form.

    • Please enter Legal Company Name and related DBA (required)

      Please state your company name and any related DBA's based on your California Secretary of State Filing.

    • Proposal Transmittal Letter (required)

      The proposal must provide a written transmittal and offer of the responding firm in the form of a standard business letter. The Proposal Transmittal Letter shall reference and respond to the following subsections in sequence and attach corresponding documentation as required. Each proposal must meet the Proposal Transmittal Letter requirements and provide all required documentation. A Proposal Transmittal Letter is mandatory and failure to provide the information as required may result in the proposal being considered nonresponsive and rejected.

      Please upload your complete vendor response here including all required forms into one (1) PDF document.

    • Mandatory Responding Firm's Qualifications (required)

      Proposals shall provide responses and documentation, as required, establishing that the responding firm has met the Mandatory Responding Firm's Qualifications Requirements (see Section XXX of Main RFQ Document in Attachments ) Any proposal which does not meet the mandatory requirements and provide all required documentation may be considered nonresponsive, and the proposal may be rejected.

    • General Responding Firm's Qualifications and Experience (required)

      Proposals shall provide the information found in XXX (referencing the subsections in sequence) to evidence the responding firm’s experience in delivering services similar to those required by this RFQ

    • Technical Project Approach (required)

      Describe the operational or organizational approach to fulfilling the scope of work/ contract intent. (See section xxx of the Main RFQ Document found in #Attachments)

    • Response (required)

      Please upload your complete response here including all required forms into one (1) PDF document

    • Cost Proposal using Electronic Pricing Table (required)

      The bidder acknowledges that a Cost Proposal must be completed using the electronic pricing table provided in the City’s e-Procurement Portal and that this information will be kept separate from the rest of the bid response. The bidder further acknowledges that all pricing and related costs will be based solely on the information entered in the electronic pricing table. The City will not be responsible for any errors, omissions, or discrepancies contained in any additional or supplemental pricing documents submitted by the bidder.

    • Response (without Cost Proposal) (required)

      Please Upload Your Response Here, excluding your Cost Proposal.

    • Cost Proposal (required)

      Please upload your complete COST PROPOSAL here

    • Statement of Offer (required)

      Submission of a proposal is an offer to complete the Scope of Work. The offer, including the Cost Proposal rates and budget, must remain valid for at least ninety (90) business days after the Proposal due date. 

    • Bid Bond (required)

      Bid contents, including requisite declarations and forms to be signed and included in the Bid, are included in the Attachments - Bid Docs

    • California Contractors State License Board

      Please enter your contractor license number for verification.

    • Federal Grant Funds (required)

      Proposer understands this project will be funded in whole or part by federal funds, including American Rescue Plan Act (ARPA) funds, and that the Proposer agrees to abide by any and all federal requirements including requirements specific to the use of ARPA funds as included in the Final Rule issued by the United States Treasury.

    • Certification regarding Debarment

      The City performs a SAM.GOV verification check to confirm debarment status. Please download the attached document, complete the form, and upload.

       

      A unique entity identifier is requested for contracts greater than $25,000 or funded with Federal dollars. Your entity may register for a unique entity identifier on SAM.GOV at the following link https://sam.gov/content/entity-registration.

       

      For all other proposers, the completed form is sufficient.

    • System Award Management

      Vendors submitting responses on federally funded projects must register on SAM.gov and provide proof of registration.

       

      On April 4, 2022, the unique entity identifier used across the federal government changed from the DUNS Number to the Unique Entity ID (generated by SAM.gov). Please supply SAM.gov Unique Entity ID number.

       

      If you have applied for your SAM.gov registration, but have not yet been issued a SAM.gov Unique Entity ID number, please type "Applied." https://sam.gov/content/entity-registration

    • Federal Byrd Anti Lobbying Certification

      For proposers responding to federally funded projects exceeding $100k, please download the below documents, complete, and upload.

    • Federal Prevailing Wage Rates (required)

      The payment of federal prevailing wage rates on federal-aid contracts is derived from the Davis-Bacon Act of 1931 and is prescribed by 23 USC 113. Contractors and subcontractors must pay laborers and mechanics employed directly upon the site of the work at least the locally prevailing wages (including fringe benefits) for the work performed.  


      The Davis-Bacon "prevailing wage" is the combination of the basic hourly rate and any fringe benefits listed in a Davis-Bacon wage determination. The contractor’s obligation to pay at least the prevailing wage listed in the contract wage determination can be met by paying each laborer and mechanic the applicable prevailing wage entirely as cash wages or by a combination of cash wages and employer-provided bona fide fringe benefits. Prevailing wages, including fringe benefits, must be paid on all hours worked on the site of the work.  


      Apprentices or trainees may be employed at less than the rates listed in the contract wage determination only when they are in an apprenticeship program registered with the Department of Labor or with a state apprenticeship agency recognized by the Department.  


      Contractors and subcontractors are required to pay covered workers weekly and submit weekly certified payroll records to the contracting agency. They are also required to post the applicable Davis-Bacon wage determination with the Davis-Bacon poster (WH-1321) on the job site in a prominent and accessible place where they can be easily seen by the workers.  

      Please confirm you are aware of these requirements. The federal prevailing wage rates are available directly from the System for Award Management (SAM) Home Page at https://sam.gov/content/wage-determinations 

    • City Contract (required)
      The Proposer acknowledges and is presumed to have accepted the Contract and be capable of completing the Scope of Work, as well as all reasonably associated managerial tasks, without reservation or qualification pursuant to the Contract.
    • Insurance Requirements (required)

      The Proposer acknowledges the City's insurance requirements and endorsements as outlined in the Insurance Checklist in Attachments. Any Proposal unable to meet the Insurance Checklist requirements shall be considered nonresponsive and ineligible for Contract award.

    • Authorized Contract Signer (required)

      Please provide the name, title and email address of the authorized contract signer. 

    • Estimated Project Value (required)

      Please provide the estimated value of this project. Please note that this should be the total value of the contract, including initial term, but not including any optional extensions.

    • Project Value Listed on Solicitation (required)

      Please confirm if you would like to state the estimated project value on the solicitation.

    • Has this project been budgeted? (required)

      Please indicate if this has already been included in the fiscal year budget.

    • Additional funding needed (required)

      If this project is expecting to come in over the Council approved budget, please provide a general estimate of additional funding that may be needed. 

    • Cost Center (required)

      Please provide the cost center (fund-activity-object code) intended to fund this project. Please note that this must be completed as we perform review of the solicitation and any legal costs related to review will also be billed to this cost center.

    • Invitation to Bid (required)

      Please confirm this is an Invitation to Bid and award will be based solely on lowest price. All RFP and RFQ's should use the appropriate template.

    • Will this project be in excess of $5 million? (required)

      Please indicate if the total project value is in excess of $5 million.

    • Project Type (required)

      Please indicate the work that will be provided under this project. 

    • Construction Contract Template (required)

      Please select the contract template that best suits your funding source.

    • Professional Services Contract (required)

      Please select the contract template that corresponds with your services and funding. 

    • Federal Funds or City Match to Federal Funds (required)

      Will this project use Federal Funds or provide a City Match to Federal Funds?

    • Please provide the name of any Grants intended to fund this project.

      Please provide the name of any Grant funding that will be applied to this project and attach to the solicitation in Scope of Work

      Please forward any Grant documentation to the Purchasing Manager.

    • Bid Advertisement (required)

      Federally funded projects require bid advertisement.

      Please confirm that the project must be advertised as required and ensure proof of publication is included as an the internal attachments in OpenGov to be saved to the procurement file. 

    • Is this a Federally Assisted Department of Transportation Project? (required)

      Please advise if this is a Federally assisted Department of Transportation project, and subject to Disadvantaged Business Enterprise requirements.

    • If project is over $200k, has an independent cost estimate been completed? (required)

      Please note that an independent cost estimate must be completed for any Federal projects over $200k. Please save a copy of the independent cost estimate to the attachments page as an internal attachment. 

    • Davis-Bacon Federal Prevailing Wage rates (required)

      Davis-Bacon Federal Prevailing wage rates are required on Federal projects and a copy of the wages must be attached to the solicitation at time of release. 10 days PRIOR to close date, you must check to see if the wages have been updated. If they have been updated, a new copy of the revised rates must be posted in an addendum and included in the contract before execution.

      The payment of federal prevailing wage rates on federal-aid contracts is derived from the Davis-Bacon Act of 1931 and is prescribed by 23 USC 113. Contractors and subcontractors must pay laborers and mechanics employed directly upon the site of the work at least the locally prevailing wages (including fringe benefits) for the work performed.  

      Please confirm you will upload the applicable federal prevailing wage documents for inclusion in the solicitation. 

      The federal prevailing wage rates are available directly from the System for Award Management (SAM) Home Page at https://sam.gov/content/wage-determinations and may be uploaded to the attachments section of the solicitation or released as an addendum.

      More information regarding Davis Bacon can be found below: https://www.dol.gov/agencies/whd/government-contracts/construction/faq

    • Federal Funds -Small Business Requirement (required)

      The non-Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. (2 C.F.R. § 200.321

      The following affirmative steps must be taken to include and solicit small and minority businesses, women’s business enterprises, and labor surplus area firms?

      Please indicate which steps will be taken and save all documentation. 

    • Separate Proposal and Pricing (required)

      Would you like one response document, or separate proposal and pricing documents? Please note that for sealed bids, cost proposals should be kept separate and can be opened at any time.

    • Electronic Pricing Table (required)

      Please indicate if you would like to use the system electronic pricing table for costs to be completed by vendor and compared automatically. The system has the ability to auto tabulate for easy comparison and ensure there are no errors in manual calculations or copy and paste.

      This is useful if you have items for comparison that can be organized by tasks, items, or any other comparable metric. Excel tables can also be uploaded using the system generated column formatting.

      If you do not use the electronic pricing table, Cost proposal documents may be uploaded separately by Vendor and reviewed outside of the system.

    • Contract template (required)

      Please confirm the type of Contract required for this project

    • Prevailing Wages (required)

      Is this a Public Works project or project subject to prevailing wages?

      CA prevailing wage applies to the “Construction, alteration, demolition, installation, or repair work done under contract and paid in whole or in part out of public funds”  or a “public work.”
      DIR web site: https://www.dir.ca.gov/public-works/publicworks.html

    • Bid Bond (required)

      Will the bidder be required to upload a Bid Bond?

    • Is this project being managed by the Capital Projects Department? (required)

      If so, additional language will populate related to use of Virtual Project Manager software.

    • Environmental Considerations (required)

      Will this project be for landscaping services, janitorial services, or food service products? If so, additional language must be included in both the solicitation and subsequent contract to abide by SB1383 requirements.

    • Proposal Page Limit (required)

      Please list your proposal page limit in the following format:

      twenty-five (25)

    Questions & Answers

    Q (UV EXPOSURE VS EPOXY):

    A: Is UV exposure a concern for this project as some areas may be exposed to the sun? The south area of the Galleria does have extensive sunlight and UV is a concern since UV exposure is known to weaken epoxy. Being so, the recommendation is to Use epoxy as the base system, AND protect it with a UV-stable topcoat such as Urethane or polyaspartic topcoat (UTC) or equivalent for UV resistance.


    Q (CERTIFICATES):

    A: What if certiication is a challenge with Koster. Do we contact the City Engineer for any certificates if needed. The Koster VAP I 2000 was recommended by a consultant as a more likely solution for the specific issue for the City Hall Galleria Floor. The current compromise is that the Installer be manufacturer-certified OR approved by manufacturer for this project. (Installer may work with a Koster representative to ensure successful installation of the system)


    Q (License requirements):

    A: Based on the bid table, scope of work, and statement made under "Invitation to Bid" Line 6, a C-15 licensed contractor (trade specific contractor) must perform the entirety of the awarded work as stated. Why is a B-General contractor "allowed" if a C-15 Contractor is licensed for this type project and must perform the entirety of the awarded work? Please see addendum. This requirement has been adjusted to meet CSLB compliance


    Q (SILICA TESTING):

    A: Who is responsible for testing the amount of silica in the air and to whom does the party report the findings? The Contractor shall be responsible for complying with all applicable regulations related to silica exposure, including monitoring, testing (if required), and implementation of control measures in accordance with California Division of Occupational Safety and Health standards. Any required testing results shall be maintained by the Contractor and made available to the City upon request.


    Q (1ST FLOOR/2ND FLOOR OPEN AREA):

    A: Regarding the open transition area between the first and second floors, is it acceptable for minor amounts of silica/dust to travel from the first floor to the second floor, or into any air ventilation systems? If not what is the procedure? No. The Contractor shall implement appropriate engineering controls to prevent the migration of dust to adjacent areas, including upper floors and HVAC systems. Controls may include, but are not limited to, containment barriers, negative air machines, HEPA filtration, and sealing of openings and vents as necessary


    Q (DEMOBILIZATION CLEANING ):

    A: Is the contractor responsible for cleaning residual dust/silica on walls or any surfaces other than the floors? Yes. The Contractor shall be responsible for maintaining a clean and safe work environment and shall remove dust and debris generated by their operations from all affected surfaces, including floors, walls, and adjacent areas impacted by the work.


    Q (SILICA LEVELS ABOVE PERMISSIBLE):

    A: In the case silica levels are above the permissible exposure limit, is the a safety plan or procedure to follow for the buildings occupants? The Contractor shall be responsible for developing and implementing a site-specific safety plan in compliance with applicable regulations, including exposure control measures. If elevated silica levels are detected, the Contractor shall immediately take corrective actions to reduce exposure and coordinate with the City regarding any necessary precautions affecting building occupants. This includes notifications, timelines and reporting processes. The City also intends to have a special inspector for this project to ensure risk management.


    Q (CAL/OSHA):

    A: Is Cal/OSHA going to be apart of this project? CAL/OSHA is not directly part of the project but retains regulatory authority and may conduct inspections at its discretion. The Contractor is responsible for full compliance with all applicable Cal/OSHA regulations.


    Key dates

    1. March 9, 2026Published
    2. April 14, 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.