SLED Opportunity · CALIFORNIA · CITY OF LOMPOC
AI Summary
City of Lompoc seeks bids for construction services to demolish and build a new skate park, playground, basketball courts, restroom, fencing, lighting, and landscaping at College Park. Bids due April 16, 2026. Contractor must comply with prevailing wage laws and safety standards.
The City of Lompoc is soliciting Bids for COLLEGE SKATE PARK IMPROVEMENT PROJECT.From qualified firms (Contractors) to provide construction services which include the demolition of an existing skate park and construction of a new concrete skate park, playground equipment, two (2) half basketball courts, gaming area, restroom, fencing, outdoor lighting, and landscaping on approximately 4.57 acres located at 207 West College Avenue in the Public Facilities and Institutional (PF) zone.
Bids will be received per the attached specifications, until 2:00 pm on Thursday, April 16, 2026. Proposals shall be valid for 90 calendar days after the bid opening date.
From the original issue date until the contract is awarded, the only authorized City contact will be the Purchasing Officer, or the Purchasing staff listed below. Only information communicated by the Procurement Officer or their designee shall be the official position of the City. Interested bidders or their representatives are not allowed to communicate with City staff regarding their solicitation. If any bidder is found to be in violation of their provision, the City reserves the right to reject their bid.
To be sure that you are listed as a “Registered Bidder” and advised of any changes please complete and return the “Registered Bidder Information Sheet” today before you prepare and send your bid. Not returning the Registered Bidder Information Sheet may be a reason for disqualification.
It is the responsibility of the bidder to see that any bid submitted shall have sufficient time to be received by the Purchasing Office prior to bid opening time. The receiving time in the Purchasing Office will be the governing time for acceptability of proposal. Late proposals will be returned to the bidder unopened. All proposals must bear original signatures and figures. Proposals received will be publicly read aloud. Proposals will not be accepted by telephone, email, or fax machine.
Questions may be submitted, by written request, for an interpretation or correction thereof before 4:00 pm on April 7, 2026. Fax, (805)735-7628, email t_hernandez@ci.Lompoc.ca.us or upload to OpenGov Project site.
The City of Lompoc is located where California Hwy 1 and Hwy 246 meet: Fifty-five miles Northwest of Santa Barbara and ten miles Southeast of Vandenberg Air Force Base. Rolling hills surround the Lompoc Valley in the north, south, and east. The Pacific Ocean is 9 miles to the west. The Santa Ynez River (dry most of the year) runs east to west through the valley. A chaparral forest with sandy soil, named Burton Mesa, runs to the north.
Lompoc weather is broadly defined as a cool Mediterranean climate that is typical to most coastal areas in Southern California. In Lompoc, the summers are short, comfortable, dry, and mostly clear and the winters are cold, wet, windy, and partly cloudy. Over the course of the year, the temperature typically varies from 40°F to 72°F and is rarely below 32°F or above 82°F.
Please see attached.
Please see attached.
Please see attached; also being posted under Addenda.
Addendum #2 - Answers to Questions
Please see attached Technical Specification. will also be posted under Addenda.
The proposed College Skate Park Improvement project is situated on 41,161 square feet within
an existing 4.57-acre parcel and includes demolition of the existing concrete skate park,
removal of some of the existing bicycle racks, with new construction of a concrete Spohn Ranch Skatepark, an 8-foot wind wall with mural art on the west side of the skate park, shade structures and concrete benches, playground equipment with rubber surfacing, two (2) half basketball courts, overhead shade structures with picnic tables, gaming area with two (2) gameboard tables, two (2) corn hole sets, two (2) table tennis tables, concrete benches, trash receptacles, drinking fountain, prefabricated restroom building, 36” steel fencing, lighting and landscaping. The project incorporates inclusive elements in the playground, picnic tables, and gameboard tables.
All tasks identified below as part of this proposal are to be completed by the selected Contractor.
The Contractor is to provide administrative, management, and related services as required to coordinate the procurement, delivery, storage, installation and testing of areas of the Project in accordance with the City’s objectives for cost, time, and quality. The Contractor is to administer all general conditions and manufacture support activities on behalf of the City.
The Contractor is responsible for providing procurement, construction, and installation of new items for the project in their scope of work, including all labor, materials, tools, incidentals, supervision, and equipment necessary to complete the Work. Restroom facilities are not available onsite.
Contractor is responsible for providing workmanship that conforms to industry standards, including adhering to all safety requirements.
No construction shall begin until a detailed project schedule has been received approval from the City, and the City issues the Contractor a Notice to Proceed.
Contractor’s price includes: (a) All taxes associated with their scope of work; (b) All salaried and field personnel required to complete the work; (c) All permits required for their work; and (d) Contractor acknowledges that multiple mobilizations may be required and has accounted for all costs in the lump sum price.
Their bid request creates no obligation on the part of the City and the City reserves the unconditional right, at its option, to either reject all proposals or waive any irregularities or informalities therein.
Contractors shall not unlawfully discriminate against, harass, or allow harassment against any employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, genetic information, marital status, sex, gender, gender identity, gender expression, age (over 40), sexual orientation, or veteran or military status, or allow denial of family-care leave, medical-care leave, or pregnancy-disability leave, or any other protected status. The contractors shall ensure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination and harassment. Contractors shall comply with the provisions of the Fair Employment and Housing Act (Gov. Code section 12900 et seq.) and the applicable regulations promulgated thereunder (California Code of Regulations, title 2, section 11000 et seq.). The applicable regulations of the Fair Employment and Housing Commission implementing Government Code section 12990 (a)-(f), set forth in Chapter 5 of Division 4.1 of title 2 of the California Code of Regulations, are incorporated by reference and made a part hereof as if set forth in full. The Grantee and its contractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement.
Proposals must be mailed or delivered in sealed envelope and must be labeled with the Name of Bidder, Bid Title, and Date and Time of Opening. Bid submission should also be uploaded to OpenGov Project site. Prices shall be printed or typewritten. Mistakes may be crossed out and corrections printed adjacent and initialed by person signing the bid. Bidders must complete and return the Exceptions to Specifications (Deviations) page of the specification page(s) in order to be considered.
Contractor is aware of the requirements of California Labor Code Section 1720 et seq., and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq., ("Prevailing Wage Laws''), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Since the services are being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and since the total compensation is $1,000 or more, Contractor agrees to fully comply with such Prevailing Wage Laws.
Included herein by reference are the provisions of California Labor Code sections 1771, 1774, 1775, 1776, 1777.5, 1813 and 1815. Contractor agrees to comply with all the above-referenced provisions applicable to the performance of its work on their project. Specifically, the contractor agrees to: (1) Pay all workers not less than the general prevailing rate of wages. Contractor and any subcontractor shall forfeit a penalty of up to $200 per calendar day or portion thereof for each worker paid less than the prevailing wage rates. (2) Submit certified payroll in accordance with http://www.cityoflompoc.com/ManagementServices/purchasing/policies.htm. Current prevailing wage rate may be found at http://www.dir.ca.gov/OPRL/PWD/index.htm.
Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the services available to interested parties upon request and shall post copies at Contractor's principal place of business and at the project site.
1. Unless otherwise noted, these general notes are directed to the contractor and their sub-contractors performing works shown in these construction documents.
2. Licenses and registration:
A. Contractor must be properly and currently licensed by the appropriate state of California licensing board to perform the work and may perform only the work as is within the scope of said license.
B. Contractor must be currently licensed by state of California to perform pest control utilizing pesticides, herbicides, fungicides or any other chemical required licensing and registration
3. Prior to submitting bids:
A. Contractor shall carefully review in detail, the contents of the construction documents. No part of the construction documents are intended to be in violation of the latest uniform building codes and all applicable governing codes and ordinances.
B. Contractor shall visit the job site to determine existing conditions, including access to the site, the nature and extent of existing improvements upon adjacent public and private property, and other factors that may affect the work.
C. Notify landscape architect and City’s authorized representative of any conflicts and discrepancies in writing and request for clarification before starting work.
D. No additional compensation resulting from the alleged unawareness of the job-site conditions, failure to notify and receive written clarifications for any conflicts and discrepancies. The contractor shall assume full responsibility and cost for any revisions necessary.
4. The construction documents are technical in nature and are intended to be used by qualified workmen in order to perform their work in conformity with local agency standards. They do not attempt to show the exact location of every item in the project. The construction documents should not be relied upon for anything other than the intended purposes.
5. The intents of the construction documents are to include all labor, materials, equipment and services necessary for the proper execution of the work per the drawings and specifications.
6. All agency requirements set forth on any permits required for construction of this project, whether referenced herein or not, shall be complied with as if they were part of these plans and specifications. The landscape architect shall not be responsible for the contractor's non-compliance.
7. All works not intended to be under contractor's contract when they are referenced with the following phases: not in contract (n.i.c); not a part (n.a.p.); by others; existing.
8. Civil Engineer's and/or Architect's drawings have been provided to landscape architect for use as a background base in preparing the drawings. All such information contained within those plans are for reference only. Landscape architect is not responsible for their completeness and accuracy. Notify landscape architect if there are discrepancies between actual site conditions and background base information as shown prior to start of construction.
9. Prior to the start of work, contractor shall contact City’s authorized representatives and landscape architect to verify that the construction documents are current and have been approved by governing agencies; and to clarify any questions or concerns the contractor or city may have regarding the work.
10. Contractor assumes sole and complete responsibility for job site safety and conditions during the course of construction, including safety of all persons and property. This requirement shall apply continuously and not be limited to normal working hours. The contractor shall defend, indemnify and hold the city and the landscape architect harmless from any and all liability, real or alleged, in connection with the performance of the work on this project, excepting for liability arising from the sole negligence of the owner or the landscape architect.
11. Contractor's superintendent shall be present on the job site at all times during progress of the work; capable of discussing work progress and problems.
12. Contractor assumes sole responsibility for the means, methods and appropriateness of all installation procedures undertaken for this project.
13. No substitutions of equipment or specified products by anyone without landscape architect's specific written approval. All materials and equipment specified shall be new and installed in accordance with manufacturer's specifications.
14. Prior to commencing work, contractor shall verify all property lines, easements, rights-of-way, setbacks, and other legal property restrictions either marked or unmarked. No construction items, including footings, shall extend beyond property line.
15. Contractor shall verify all dimensions and conditions at the job site prior to start of construction. Should there be any discrepancy, landscape architect shall be notified immediately. Dimensions take precedence over scale. All revisions or deviations from the plans shall be approved by landscape architect in writing prior to implementation of such revisions or deviations in field. Commencement of work means acceptance of job site conditions.
16. Contractor is responsible for familiarizing himself with all grade differences; above and below ground utilities; locations of walls and structures. Contractor shall notify "underground service alert' (811) at least two (2) working days prior to start of work so as to have location of underground utilities located and marked for construction and safety coordination.
17. When any unanticipated issues are unveiled during construction, contractor shall contact the landscape architect and the City’s authorized representative for further instructions before continuing with work.
18. Contractor shall coordinate his with other trades, landscape architect, City’s authorized representative and governing agencies as required to minimize potential conflicts and interference with work schedules, workers, equipment, construction material deliveries and storage.
19. All quantities are provided as information only; contractor shall be responsible for determining their own quantities prior to bidding and construction.
20. Landscape architect is not responsible or liable for unauthorized changes to or uses of these plans.
21. Prior to commencement of construction, contractor shall obtain, coordinate and pay for all required permits, fees, licenses and agency inspections as required to install the work.
22. Contractor shall make all arrangements necessary to ensure that all materials, equipment and supplies will be available for installation of work without unnecessary delays.
23. Contractor shall notify landscape architect no less than 48 hours in advance of any site observations or meetings. Contractor shall be back charged for landscape architect's time and related expenses when it is found that the work is not significantly completed for review or for missed appointment.
24. Landscape architect's site observation does not include inspection of construction procedures, methods and job site safety conditions. These visits shall not be construed as continuous and detailed inspections.
25. Digital photographic records:
A. All below grade irrigation installations and planting pits that are covered up without landscape architect's reviews shall be digitally photographed with their corresponding locations note on plans.
B. All digital images shall be in sharp focus and of high-quality recordings.
C. Mail a flash drive containing all the digital images to landscape architect and City’s authorized representative for their reviews and records.
D. Failure to provide such digital records may require excavation of work for review at the discretions of landscape architect and/or City’s authorized representative. All such works will be performed at contractor's expense.
26. Contractor shall be responsible for all repairs and/or replacements of all job site damages caused by its operation.
27. Completion of work notice shall be accepted only when the entire contract is completed to the satisfaction of the City’s authorized representative.
28. All work embodied on the plans shall be done in conformity with applicable provisions of the standard specifications for public works construction, 2018 edition. The California Department of Transportation standard plans and specifications dated 2018, the standard drawings on file in the office of the city engineer, and department of public works.
29. By accepting the plans and/or proceeding with the improvements hereon, contractor agrees to the terms above.
30. A temporary use permit shall be obtained from the planning division prior to installation of a construction trailer on the project site.
31. Contractor shall minimize the use of street parking by construction workers and equipment during construction. Temporary toilet and handwashing facilities for construction are required. Trash and debris shall be contained on-site. Recycling/salvaging of materials for re-use shall comply with the California Green Building Standards Code.
32. No work may commence until a building permit is issued by the Building and Safety Division.
33. A Knox-key box shall be installed as directed by the fire code official when a building permit is obtained for any work. The key box shall contain keys that will allow the fire department access to all portions of the building. The keys shall have tags affixed identifying their purpose. The nominal height of the knox-box installations shall be 5 feet above grade. Consult with the fire marshal for placement and specifications. One on the front and rear will be required.
34. The knox box key box shall contain all keys to all areas of the occupancy. Immediately update the Lompoc fire department of any lock changes and request a site visit to update the keys in the knox box. Keys shall be clearly labeled and on a key ring.
35. Proper posting of “no parking except in designated stalls” signs shall be installed and always maintained. Vehicle towing procedures shall be posted as well as the CVC code
36. The contractor shall use reclaimed or recycled water whenever possible for on-site project work, to the extent such water is not detrimental to the quality of the work and does not cause a hazard to public health. In accordance with Lompoc municipal code section 13.04.060 the use of potable water in Lompoc is prohibited for: washing paved surfaces, hardscape, and open ground; and for dust control at construction sites when recycled water is available. Reclaimed or recycled water is available to the contractor from a source at the Lompoc regional wastewater treatment plant located at 1801 w. Central avenue in Lompoc, at rates less than the City’s potable water rates. Contact the city utilities department at city hall for more information, at (805) 736-1261.
37. Prior to the issuance of the certificate of occupancy, record drawings in conformance with development assistance brochure (dab) E-30 shall be prepared and approved by the city building official and city engineer. Dab E-30 is available upon request at the engineering Division or online at the following city of Lompoc web address: http://www.cityofLompoc.com/publicworks/pdf/e30.pdf
38. After construction is complete and city has approved the record drawings, the applicant shall provide the city Management Services Department, Information Systems division, and Engineering division with the following as-build information, in a computer format readily compatible for transfer to the city Geographic Information System [computer formats acceptable for delivery include dgn; dwg; dxf].
39. Owner and contractor shall protect in place all existing public and private facilities, improvements, property, infrastructure, utilities, and vegetation not called-out and approved for removal or alteration; and owner and contractor shall each be solely responsible for any damage to the same caused by its own operations, and shall be required to repair or replace, or fund the repair or replacement, in kind of all such damaged public improvements to the satisfaction of and as directed by the city engineer, at the respective owner or contractor's sole expense.
40. No work shall be performed within a public street or alley right-of-way, and no streets, alleys, traffic lanes, shoulders, sidewalks, or other portions of a street or alley right-of-way shall be closed or partially closed without first obtaining written approval for such closure through an encroachment permit from the City or other agency having jurisdiction, and if required by such agency, also obtaining written approval of traffic control plans. Traffic control plans shall conform to all applicable standards, address all applicable travel modes (vehicles, bicycles, pedestrians, wheelchairs), safely and conveniently route traffic through or around the work, and shall be approved by the city engineer or designee prior to implementation.
41. Prior to beginning any work or placing any traffic control within a city street or alley right-of-way, coordinate with the city public works inspector and obtain on-site approval to proceed.
More than one bid is not allowed.
Attention is directed to the provisions in Sections 1776 and 1777.5 of the California Labor Code concerning the employment of apprentices by the Contractor or any subcontractor under them.
One of the legal requirements for working on a public works project is the employment of apprentices. The Division of Apprenticeship Standards provides assistance to contractors in employing apprentices on public works sites. The Contractor or any subcontractor that is determined by the Labor Commissioner to have knowingly violated Section 1777.5 shall forfeit as a civil penalty an amount not exceeding $100 for each full calendar day of noncompliance, or such greater amount as provided by law.
Information relative to apprenticeship standards, wage schedules, and other requirements may be obtained from the Director of Industrial Relations, http://www.dir.ca.gov/DAS/DASApprenticesOnPublicWorksSummaryOfRequirements.htm
HOURS OF WORK. Contractor is advised that eight (8) hours labor constitutes a legal day's work. Pursuant to Section 1813 of the California Labor Code, Contractor shall forfeit a penalty of $25.00 per worker for each day that each worker is permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week; except when payment for overtime is made at not less than one and one half (11/2) times the basic rate for that worker.
Prices shall remain valid for ninety (90) days from date of opening and be inclusive. Proposals submitted may be withdrawn by written request received BEFORE the hour set for opening. No bidder may withdraw their bid after the time set for opening.
Questions may be submitted, by written request through the OpenGov Procurement Portal, through email, or fax for an interpretation or correction thereof.
Email to purchasing@ci.lompoc.ca.us For more information, please call (805) 875-8000; FAX (805)735-7628
Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week; and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records shall be certified and shall be available for inspection at all reasonable hours at the principal office of Contractor in the manner provided in Labor Code section 1776. A contractor who is found to have violated the provisions of law regarding wages on Public Works with the intent to defraud shall be ineligible to bid on Public Works contracts for a period of one to three years as determined by the Labor Commissioner. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. The responsibility for compliance with this section is on Contractor.
Contractor shall perform all work in strict accordance with all Federal, State, and local regulations. Contractor shall also obtain all permits required for the performance of the work outlined in these specifications. Plans and specifications shall meet requirements of the current California Building Code and Federal Americans with Disabilities Act.
The lowest apparent bidder may be required to submit the following:
In accordance with the provisions of the Labor Code, contractors or subcontractors may not perform work on a public works project with a subcontractor who is ineligible to perform work on a public project pursuant to Section 1777.1 or Section 1777.7 of the Labor Code. Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract. Any public money that is paid to a debarred subcontractor by the Contractor for the Project shall be returned to the City. The Contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the Project.
When applicable, it is mutually accepted that the quantities defined in their document reflect the approximate City requirements and may be adjusted. City may require and order or reorder more than the quantity listed here by mutual agreement with the prevailing vendor.
Job site safety, both during and after working hours, is the sole responsibility of the Contractor. The Contractor, their employees and subcontractors shall be familiar with and comply with all applicable safety regulations and guidelines. The Contractor shall also provide for and ensure public safety around the site both during and after work hours. This shall include the provision of traffic control for the work site.
All proposals shall comply with current federal, state and local laws relative thereto, including applicable Federal and State Occupation Safety and Health laws and that Seller will indemnify and hold the Buyer harmless for any failure to so conform.
The Contractor shall provide all necessary equipment, tools, and appurtenances for the timely completion of the work. Contractor's equipment shall be in complete and safe operating condition and shall be appropriately maintained and operated during the project.
Any resulting contract shall be limited to all terms and conditions herein, including any general and special conditions and instructions, purchase order or other documents issued by the City.
Bidder will fully warrant all materials and equipment for a period of not less than one (1) year from date of final acceptance by the City unless otherwise noted. All warranties, standard and extended, shall be shown on any units offered, and all costs related to the servicing of said warranties shall be clearly stated on bid form.
Work shall begin no later than seven (7) days after notice to proceed (NTP).
Payment will be made according to the unit price schedule in the contract based on the actual unit quantities expended as determined by the OTR. Payment for lump sum items shall be made only upon satisfactory completion of the entire task.
All prices shall be quoted F.O.B. destination Lompoc, California. Any and all shipping, handling and freight charges shall be shown separately and included in the bid unless otherwise noted on bid form. If the there are no shipping or handling charges itemized, they are assumed to be included in the base price offer and no charges will be paid separately.
The City of Lompoc is a public agency. Contracts exceeding $1,000 with the City are considered “Public Works” when they include services for construction, alteration, demolition or repair work, and maintenance services.
Contractor and subcontractor(s) must register with the California Department of Industrial Relations (DIR) and that before :
Any agreement resulting from an award may be canceled by either party at any time upon thirty (30) days written notice. The City may cancel any agreement WITH CAUSE within ten (10) days written notice to supplier.
Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. No bid will be accepted nor any contract entered into without proof of the contractor's and subcontractors' current registration with the Department of Industrial Relations to perform public work.
The contract shall be in accordance with the laws of the State of California and the County of Santa Barbara is the only appropriate forum for any litigation. In the event a suit or action is instituted arising out of any contract, the prevailing party shall be entitled to receive, in addition to its cost, such sum as the court may adjudge reasonable as to attorney's fees and costs.
The City is exempt from Federal Excise Tax. All taxes, if applicable, shall be shown on bid form page. ALL TAXES; Sales, Use and Local Preference will be a consideration in bid evaluation.
The City is fully committed to substantially increasing the opportunity for participation in all phases of all City procurement by minority, female, disadvantaged, and small business enterprises. (Ord. 1637(17) § 1; prior code § 2632)
It is the policy of the City that minority business enterprises shall have the maximum opportunity to participate in the City's bidding requirements.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. It shall be the Contractor's sole responsibility to evaluate and pay the cost of complying with all labor compliance requirements under this contract and applicable law. Any stop orders issued by the Department of Industrial Relations against Contractor or any subcontractor that affect Contractor's performance of Work, including any delay, shall be Contractor's sole responsibility. Any delay arising out of or resulting from such stop orders shall be considered Contractor caused delay subject to any applicable liquidated damages and shall not be compensable by the City.
It is the policy of the City to promote the full realization of equal employment opportunity.
The contractor shall be held responsible for any breakage, loss of City's equipment or supplies through negligence of the contractor or their employee while working on the City's premises. The contractor shall be responsible for restoring/replacing any equipment, facilities, etc. so damaged. The contractor shall immediately report to the department representative any damage to the premises resulting from services under their contract.
It is agreed by the parties to the contract that in case all the work called for under the contract in all parts and requirements is not finished or completed within the number of working days expressed in the contract, damage will be sustained by the City, and that it is and will be impracticable and extremely difficult to ascertain and determine the actual damage which the City will sustain in the event of and by reason of the delay; and it is therefore agreed that the Contractor will pay to the City, the sum of $250 per day, for each and every calendar days delay in finishing the work in excess of the number of working days prescribed above; and the Contractor agrees to pay the liquidated damages herein provided for, and further agrees that the City may deduct the amount thereof from any moneys due or that may become due the Contractor under the contract.
Interested parties wishing to protest City solicitation documents may obtain a copy of Lompoc Code, Title 3, Chapter 3.36.170 by calling the Purchasing Office at (805) 875-8000 or on the City’s web site at: https://www.cityoflompoc.com/home/showdocument?id=656
Contractor shall not have the right to sell, assign or transfer any obligations resulting from the award without the specific written consent of the Purchasing and Materials Manager.
Subject to the power and authority of the City as provided by law in their contract, the City shall in all cases determine the quantity, quality, and acceptability of the work, materials and supplies for which payment is to be made under their contract. The City shall decide the questions which may arise relative to the fulfillment of the contract or the obligations of the contractor there under.
The Contractor shall indemnify and hold harmless the City and all officers and employees thereof connected with the work,: from all claims, suits or actions of every name, kind and description, brought for, or on account of, injuries to or death of any person or damage to property resulting from the construction of the work or by or in consequence of any negligence in construction of the work; or by or on account of any act or omission by the Contractor or their agents during the progress of the work or at any time before its completion and final acceptance.
These items are self-explanatory and are applied equally and irrevocably to all vendors and their proposals. Therefore, bidders must be conscientious in fulfilling all requirements in order to have their proposals considered for award.
Contractor shall furnish insurance certificates per Insurance Requirements, located in ATTACHMENTS.
Any Agreement resulting from their Bid will consist of the following documents, in order of precedence, and shall be the entire agreement between parties:
Bids or Proposals shall be submitted so as to be received in the office designated in the request for proposals not later than the exact time set for opening of proposals. Lompoc City Code Section 2603.E. reads "Bid Opening. No bid shall be considered which has not been received at the place, and at or prior to the time, stated in the invitation for proposals." The official time clock for their bid will be the “The Official NIST US Time”: https://www.time.gov/
Solicitations opening at 2:00 p.m. PDT will be considered late at 02:00:01 p.m. PDT and will not be accepted or considered. The Purchasing and Materials Manager Agent or their representative designated as the bid opening official shall decide when the time set for bid opening has arrived and so shall declare to those present. Proposals will be publicly opened and read aloud.
☐ Registered Bidder Information Sheet
A completed form identifying the bidder, including contact details, business name, and registration number.
☐ Total Bid Price
A clear statement of the total bid amount, inclusive of all costs, taxes, and fees.
Prices shall be printed or typewritten. Mistakes may be crossed out and corrections printed adjacent and initialed by person signing the bid. Bidders must complete and return the Exceptions to Specifications (Deviations) page to be considered.
☐ Conflict of Interest Disclosure
Ensures transparency and confirms no unfair advantage or relationship with the awarding body.
☐ Non-Collusion Affidavit
Certifies that your bid was prepared independently and without collusion.
☐ Financial Proposal / Pricing Schedule
Breaks down the bid price into itemized costs for transparency and evaluation.
☐ Contractor’s Affidavit
A sworn statement verifying the contractor’s qualifications, legal standing, and compliance with bid requirements.
☐ Bid Bond/Security
Standard bid bond forms to be completed and signed by the bidder and surety, guaranteeing the bid will be honored.
☐ Contractor/Subcontractor License
Valid and current licenses for the contractor and any/all subcontractors involved in the project.
☐ B Attachment – Public Work – Prevailing Wage Job
Documentation confirming adherence to prevailing wage laws for public works projects.
☐ Bidder References
A list of past projects, clients, or contracts that demonstrate the bidder’s experience and reliability.
☐ Insurance Requirements
Proof of insurance coverage
☐ Technical Proposal
Details your approach to the project, including methodology, timeline, staffing, and materials. goods, you may want documentation or literature related to the goods being offered.
☐ Copy of Solicitation
Confirms receipt and understanding of scope of work and specifications
☐ Addenda Acknowledgment Forms
Confirms receipt and understanding of any changes or updates to the original bid documents.
Proposals must be mailed or delivered in sealed envelope and must be labeled with the Name of Bidder, Bid Title, and Date and Time of Opening; as well as uploaded in OpenGov.
☐ 1 Hard Copy labeled "Original", 1 Hard Copy labeled "Copy", 1 uploaded in OpenGov
The City of Lompoc requires that you furnish and maintain current certificates of insurance for the duration and term of that contract within the scope and limits of the Indemnity and Insurance Requirements listed here. The certificates and endorsements are to be signed by a person authorized by the insurers to bind coverage on their behalf.
You must procure and maintain for the duration of the contract insurance against claims for Injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by you, your agents, representatives, employees or subcontractors.
MINIMUM SCOPE AND LIMIT OF INSURANCE
Coverage shall be at least as broad as:
If a general aggregate limit applies, either the general aggregate limit shall apply separately to their project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.
Additional Insured Status: You are required to provide proof that the Commercial General Liability (CGL) insurance policy includes the City, along with its officers, officials, employees, and volunteers, as additional insureds. This coverage must apply to liability arising from work or operations performed by you or on your behalf, including the provision of materials, parts, or equipment associated with such work or operations.
General liability coverage can be provided in the form of an endorsement to your insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a later edition is used).
Other Insurance Provisions: The insurance policies described above are to contain, or be endorsed to contain the following provisions:
Primary Coverage. For any claims related to their contract, the coverages shall be primary, at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. No other insurance or self-insurance such as may be utilized by the City shall contribute to a loss under these policies.
Notice of Cancellation. The policies shall not be canceled or materially altered without 30-days’ prior written notice to the City.
Waiver of Subrogation. Contractor hereby grants to City a waiver of any right to subrogation which any insurer of said contractor may acquire against the City by virtue of the payment of any loss under such insurance. You agree to obtain any endorsement that may be necessary to affect their waiver of subrogation, but their provision applies regardless of whether or not the City has received a waiver of subrogation endorsement from the insurer.
Self-Insured Retentions. Self-Insured retentions must be declared to and approved by the City. The City may require the contractor to purchase coverage with a lower retention or provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City.
Acceptability of Insurers. Insurance is to be placed with insurers authorized to conduct business in the state with a current A.M. Best’s rating of no less than an "A" policyholder's rating and a "VII" financial rating..
Please send insurance Certificates to: City of Lompoc, Purchasing Division 100 Civic Center Plaza; Lompoc CA 93436 Email to purchasing@ci.lompoc.ca.us
For more information, please call (805) 875-8000
Please include your company's Name, Address, and a Brief History of the firm.
Please provide a listing of all resources who will be assigned to supervision of others during this project. Resources should be identified as follows:
Please provide related building construction experience during the last five years.
Bidding Contractor shall have a minimum of five (5) years’ experience.
Please provide a list of Subcontractors that your company intends to use to help complete this project and designate the name and location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor on their job.
Include:
Please download the below documents, complete, and upload.
Bidding Contractor shall provide a minimum of three references of related work completed within the last three years. Their information will be used in the overall evaluation of the bids.
References will be asked to rate vendor on a scale of 1-5, with 5 being the best, on the following areas:
Please download the below documents, complete, and upload.
All vendors who work within city limits of the City of Lompoc are required to have a Business Tax License. If you do not have a Business Tax License, please contact the Lompoc City Clerk (805) 875-8242.
Please include:
All prices submitted will be considered as including any and all sales or use taxes. In case of a discrepancy between a unit bid price and total bid, the unit price shall prevail.
In case of discrepancy between the written price and the numerical price, the written price shall prevail.
Relative to supplying labor and material and for their bid: The undersigned agrees to perform the work, therein described, in accordance with the attached specifications, instructions, and conditions, in the time, form, and manner provided by law at bid price herein.
The undersigned agrees that their Bid Form constitutes a firm offer to the City which cannot be withdrawn for the number of calendar days indicated in the Notice Inviting Bids from and after the bid opening, or until a Contract for the Work is fully executed by the City and a third party, whichever is earlier.
The Contract duration shall commence on the date stated in the City’s Notice to Proceed and shall be completed by the Contractor in the time specified in the Contract Documents. In no case shall the Contractor commence construction prior to the date stated in the City’s Notice to Proceed.
The offer and bid will be open for 90-calendar days after opening.
To execute a satisfactory agreement between the City of Lompoc and the Contractor and to provide a performance bond, a labor and materials bond, and certified proof of insurance coverage to the City for work in accordance with their bid document within 7 calendar days after notice of award.
Bidder agrees to perform all work as described in the Bid Document for the following price(s).
Base Bid:
Including all labor, materials services, labor, insurance, equipment and incidentals required for the work specified by their bid. Spell out in words your bid:
$:
Spell out in words:
Proposed start date:
Proposed completion date:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please finish the sentence:
The City of Lompoc invites your bid and offer to provide ...
Q (Specifications and Soils Report): We do not find the specifications and soils report. Can the city please provide the specifications and soils report?
A: The Technical Specifications have been uploaded in the Addenda & Notices section, Official Notice #3. As for the soils report, it is not needed for this project, since this is generally considered a "Flat work" project.
Q (Tubular Steel Fence): Bid item #37 is for 42” Tall Tubular Steel fence at Skatepark. Detail E/Sheet CD-5 shows the fence height as 4’-2”. Please confirm if we should bid based on 4’-2” height.
A: Bid and construct per detail E/Sheet CD-5. Per the Detail sheet it shows that at its lowest point the height is 42” o.c. and the next section will be 4’2” o.c.
Q (Prefabricated Restroom Building Pad): The Public Restroom Company’s drawings do not provide any detail on the building pad. Please provide details.
A: Refer to Detail 3 on Sheet A-4
Q (Skatepark elements turndown walls): Multiple skate elements shown on Sheet SK2.0 reference typical construction details, while also indicating Symbol H-04 (turndown wall) per the jointing schedule, which corresponds to Detail 3/SK8.0 (retaining wall condition). The following elements are affected: 1. SP-13 – Grind Ledge • References Detail 11/SK8.1 (typical grind ledge) • Also indicates H-04 (turndown wall) → Detail 3/SK8.0 2. SP-14 – Cantilevered Grind Ledge • References Detail 8/SK8.1 (typical cantilevered ledge) • Also indicates H-04 (turndown wall) → Detail 3/SK8.0 3. SP-19 – Stairs • References Detail 7/SK8.1 (typical stair construction) • Also indicates H-04 (turndown wall) → Detail 3/SK8.0 4. SP-03 – Quarter Pipe Extension • References Detail 13/SK8.0 (typical ramp extension) • Also indicates H-04 (turndown wall) → Detail 3/SK8.0 5. SP-06 – Radius Wedge Extension • References Detail 15/SK8.0 (typical extension detail) • Also indicates H-04 (turndown wall) → Detail 3/SK8.0 Across these elements, the drawings appear to present conflicting requirements: • The referenced typical details (SK8.1 and SK8.0 extensions) show standard skate element construction. • The H-04 designation indicates a turndown/retaining wall condition, which introduces different structural requirements, including: o Increased depth/footing o Additional reinforcement o Modified forming and sequencing o Subgrade and support considerations Request for Clarification: Please confirm the intended construction approach for all elements listed above: 1. Should the elements be constructed per the referenced typical details only, 2. Should they incorporate the turndown/retaining wall per Detail 3/SK8.0, 3. Or is a combination of both details intended?
A: We can confirm that the following 1-5 elements above should be constructed per the referenced typical details only (option 1).
Q (No subject): 1. In an effort to ensure all bidders are evaluated equally, will the City please provide a formal list of required contents for the Technical Proposal? Specifically defining the expected response for the 'methodology', "materials', 'goods', and 'staffing' sections, and confirming if the 'timeline' must be submitted as a detailed schedule, as well as any other expected submission requirements. 2. Given that the contract will be awarded to the 'lowest responsive responsible bidder', can the City provide the scoring rubric or evaluation criteria that will be used to assess these non-pricing technical components?
A: 1. Formal List of Required Contents for the Technical Proposal The City requires several specific documents to establish responsiveness and responsibility. The Bid Submission Checklist and Vendor Questionnaire explicitly require the following "Technical Proposal" components: • Methodology & Approach: Bidders must detail their approach to the project. This includes acknowledging that the Contractor assumes sole responsibility for the means, methods, and appropriateness of all installation procedures • Staffing & Team Composition: A listing of all resources assigned to supervision. o Brief resumes identifying qualifications, experience, years with the company, and specific projects o A list of all employees and subcontractor employees (names and IDs) to be kept on file. o A list of subcontractors, including names, locations, and DIR registration numbers • Material & Goods: o Documentation or literature related to the goods being offered. o A statement that all materials and equipment are new and installed per manufacturer specifications. o Confirmation of any exceptions/deviations from the specifications. • Timeline/Schedule: o The bidder must provide a Proposed Start Date and a Proposed Completion Date within the bid o Note: No construction may begin until a detailed project schedule is approved by the City and a Notice to Proceed is issued. Work must commence not later than seven (7) days after the Notice to Proceed. • Experience & References: o Proof of at least five (5) years of experience in related building construction o A minimum of three (3) references for related work completed within the last three years 2. Scoring Rubric and Evaluation Criteria Per the solicitation, this project follows a Lowest Responsive Responsible Bidder award methodology. • Pricing: In cases of discrepancy, the unit price prevails over the total bid, and the written price prevails over the numerical price. • Technical Components (Pass/Fail): The "non-pricing" components are evaluated on a Responsiveness (pass/Fail) basis rather than a weighted scoring rubric. Failure to provide any required supplemental materials or fulfill basic requirements results in automatic disqualification • Reference Evaluation: While not part of a weighted point total for the award, references will be asked to rate the vendor on a scale of 1-5 regarding knowledge, adherence to standards, safety, and budget. This data is used to determine the bidder's responsibility.
Q (Hard Copies bid submission): Per “Bid Submission Checklist”, the bidders are instructed to submit 1-hard copy labelled “ORGINAL”, 1-hard copy labelled “COPY” and 1 uploaded in OpenGov. This will be very difficult to accomplish considering subcontractors will be big part of the bid preparation. Will it be acceptable to the city if the hard copies (Original and Copy), be submitted/delivered a day after the bid opening?
A: No, The Cutoff time for bid submission is 2:00 pm on 4/24/26 Pacific time. No responses or parts thereof will be accepted after this date and time
Q (Contract Bonds): On the vendor questionnaire, bidders are required to submit/upload Bid Bond and contract bonds (Performance and Labor & Materials Bond). Usually, the contract bonds are only submitted by the awarded contractor. Please clarify.
A: The Bid Bond is the only one that will need to be submitted with your Bid Submission
Q (Project Specifications): 1. Will Specifications be provided?
A: Yes, The Technical Specifications have been uploaded in the Addenda & Notices section, Official Notice #3.
Q (Tubular Fence Finish): Tubular steel fence detail F/CD-1 states fence to be painted with 1 coat primer plus 2 coats finish paint (Black). There is also a note that says, “Hot dip galvanized constructed form”. Please clarify.
A: Fence requires galvanizing + paint. Hot-dip galvanized after fabrication, galvanized-compatible primer, and finish coat - black.
Q (No subject): Construction Legend #6 calls for rubber playground tiles in the playground area. No details were provided that show how these tiles are installed. In other previous projects where we installed playground rubber tiles, a 4” thick concrete is provided as a sub-base. Please clarify if the rubber tiles will be provided with a concrete sub-base and please provide details.
A: Install per manufacturer’s specifications. Application: Over Aggregate – Contained by Curb/Sidewalk
Q (Mural Wind Wall installation details): Construction Legend #19 calls for mural wind wall (city furnished) with detail K on sheet C3.04. This does not really show how this mural wind wall will be attached. Please provide additional details.
A: Refer to manufacturer’s drawings and calculations for attachment. Wall per detail K/C3.04 Manufacturer- Great Western.
Q (Need assistance with getting the bid docs.): We have registered and followed this project. We requested the bid documents a few days ago, but have not received them. Is there a delay in releasing them?
A: The plans can be found under "Supporting Attachments" and the Technical Specifications can be found under Addenda & Notices, "Notice #3"
Q (Irrigation Controller): Per irrigation plan notes, the new irrigation will be connected to the existing controller located at the control room at the Aquatic Center. If we could determine that the existing irrigation is a 2-wire system, we could eliminate cutting through the Aquatic Center parking lot in order to place the conduit for the irrigation wire. Can you provide this information as well as the irrigation as-builts? One suggestion is to provide a new irrigation controller that can be installed inside the new prefab restroom.
A: The existing irrigation controller should be field verified. Coordinate with a city representative and report findings to bidders.
Q (model numbers ): can u provide a list of all the items purchased by the city, also if u can attach the serial or model number.
A: Items labeled in the bid schedule as “City Furnished” have been purchased by the City, and their model numbers are identified in the construction plan legend or can be looked up by calling the manufacturer’s representative; phone number provided on legend. Construction legend items beginning with “Install …” correspond to City-furnished materials, while items noted as “Furnish & Install …” are to be provided and installed by the contractor.
Q (Bid date extension request): The bid due date is only a week away. We have submitted questions and have not received answers as of today. These questions are critical in the preparation of our bid. Will the city move the bid date to allow questions to be answered and allow bidders more time to incorporate any changes?
A: The City has extended the closing date to April 24th at 2pm through Addendum #1. Questions are in the process of being answered and a 2nd Addendum should be released today, Monday 04/13/26.
Q (City Furnished Items): Bid schedule states that the following items as “City Furnished”. • Bid item #8: Musco Lighting • Bid Item #10: Tri-Leaf Shade Structure • Bid Item #13: Play Equipment • Bid Item #14: Rubber Playground Tiles • Bid Item #17: Prefabricated Restroom Building • Bid Item #27: Mural Wind Wall • Bid Item #31: Skateboard Shade Structure On the notes located on the last page of the Bid Schedule, it states that Contractor coordinate and handle all transport between the city storage yards and the project site. Are all these items already at the city yard? Can you please specify which of these items can be arranged to be delivered directly to the job site in order to avoid the extra handling cost?
A: No, they are not all at the City yard. At the yard are the playground equipment and the rubber playground tiles. All other items can be arranged to be delivered on-site
Q (No subject): Reference: Sheet CP-3, Note 7 – “Furnish & install colored concrete skate park and precast concrete skate elements by Spohn Ranch Skateparks.” Question: Please confirm whether the reference to Spohn Ranch Skateparks is intended to be sole-source. If not, are other qualified skatepark contractors permitted to bid and perform this scope of work, provided they meet the project requirements and design intent?
A: Other qualified skatepark contractors are allowed.
Q (Testing Services): During the job walk, it was indicated that the city would provide testing services at no cost to the contractor. Please confirm whether all required testing will be provided by the City at no cost.
A: Yes, at no cost for third party testing
Q (Section 15 of Bid Packet): 1. Section 15 of the bid packet has questions that require a response. Shall we copy and paste questions onto a separate page and submit with bid? Or shall we just answer within the document and submit with bid? These questions are asked and forms are provided to provide the information so I would just like to clarify if forms and section 15 are to be completed.
A: If forms are included please fill out and return with your bid packet. If forms are not attached for a response in this section, please answer within the document and submit with bid.
Q (No subject): Section 15 is requiring the upload of Performance Bond and Payment & Materials Bond. These documents are not typically provided until after a project is awarded. Please confirm if these will be excluded from submitting with the bid package.
A: The Bid Bond is the only bond needing to be uploaded with your bid submission. Performance and Labor & Materials Bonds are only to be provided by the awarded contractor. They are excluded with bid submission.
Q (Inspections): Will the City provide required inspections at no cost to the contractor?
A: Yes, the City will provide at no cost to the contrctor
Q (Bid Submission): It is typical for subcontractors to provide last minute proposals so they remain competitive, which makes it nearly impossible for a general contractor to prepare an online package and also provide two copies in-person. Would it be possible to submit only online at bid date/time, and then mail a hard copy original within (3) days of the bid?
A: No, The Cutoff time for bid submission is 2:00 pm on 4/24/26, Pacific time. Hard copies will need to be submitted by this time. No responses or parts thereof will be accepted after this date and time.
Q (DVBE): Are there any DVBE requirements for this project?
A: No
Q (Engineering Estimate and Construction Period): What is the engineering estimate and contract duration/construction period?
A: The engineer's estimate is generally not disclosed or posted publicly before bids are opened . What I can tell you is that this is a Prop 68 awarded grant project. The City wishes to have this project completed within 4 - 6 months
Q (Electrical Feeder Easement): For the trenching and conduit installation between the existing Transformer (at Family YMCA) to the pull box in front of the jobsite (at W College Avenue) shown on E-1.0, is it correct to assume that an easement is already in place.
A: Yes because it is City property
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.