SLED Opportunity · CALIFORNIA · CITY OF HAYWARD

    Construction Management Consulting Services for Airport Improvement Program (AIP) Projects at Hayward Executive Airport

    Issued by City of Hayward
    cityRFICity of HaywardSol. 241046
    Closed
    STATUS
    Closed
    due Apr 8, 2026
    PUBLISHED
    Mar 10, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    City of Hayward seeks construction management consulting services for Airport Improvement Program projects at Hayward Executive Airport. SOQs/bids must be submitted by 4:00 PM on April 7, 2026, via the City's eProcurement Portal.

    Opportunity details

    Solicitation No.
    241046
    Type / RFx
    RFI
    Status
    open
    Level
    city
    Published Date
    March 10, 2026
    Due Date
    April 8, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    City of Hayward
    Agency
    City of Hayward

    Description

    NOTICE IS HEREBY given that the City of Hayward invites sealed Statement of Qualifications (SOQs)/Bids for 26-037 Construction Management Consulting Services for Airport Improvement Program (AIP) Projects at Hayward Executive Airport.  Each SOQ/bid shall be in accordance with the general provisions for purchase of work and services on file in the office of the Engineering, 777 B Street, Hayward, CA 94541-5114

    The total bid excluding sales tax must appear in the SOQ/bid.  Vendor is required to quote “NEW” equipment, material or product. Recycled, remanufactured, or previously owned product will not be accepted unless otherwise stated in the solicitation.  All SOQ/bids must be submitted to the City's eProcurement Portal by 4:00 pm on Tuesday, April 7, 2026 and clearly identified with RFQual title, number, company name and due date.

    Changes in or additions to the SOQ/Bid, or its forms, recapitulations of the work bid upon alternative proposals, or any other modifications of the SOQ/bid which is not specifically called for in the contract documents may result in the rejection of the bid as not being responsive to the SOQ/bid.  No oral or telephonic modification of any SOQ/bid submitted will be considered.  Number of days shall mean calendar days After Receipt of Order (ARO). SOQs/Bids quoting delivery beyond the requirement may be rejected. 

    SOQ/bids may be withdrawn by the Respondent prior to the time fixed for the opening of bids, but may not be withdrawn for a period of ninety (90) days after the opening of SOQ/bid.  A successful respondent shall not be relieved of the SOQ/bid submitted without the City's consent or respondent's recourse to Public Contract Code sections 5100 et. seq.  Any addenda or bulletins issued during the time of SOQ/bidding shall form a part of the drawing and specifications issued to respondents for the preparation of their SOQ/bids and shall constitute a part of the contract documents.

    It is the sole responsibility of the proposing firm to ensure that SOQ/bids are received prior to the closing time, as late SOQ/bids will not be accepted and deemed nonresponsive.

    Background

    Program Narrative & Background

    The City of Hayward (CITY) Airport Division (Division) is requesting Statements of Qualification (SOQ) from construction management firms to provide construction management services for construction inspection and administration for Taxiway Zulu & Taxiway Alpha 1 Reconstruction project at Hayward Executive Airport (HWD). Firms or individuals with experience in construction management projects involving planning, design, inspection, construction support services, and construction standards at airports or similar facilities are encouraged to participate. The purpose of this Request for Qualifications (RFQual) is to narrow the field of vendors for a subsequent Request for Proposal (RFP). The City will request a proposal (via RFP posting) from the selected most qualified consultants.

    The Division routinely executes projects that require long range planning, design and construction related services. These capital projects may be funded with a combination of grants from the Federal Aviation Administration (FAA), the California Department of Transportation (Caltrans) and Airport revenue. The Division is seeking firms with comprehensive full-service airport-related construction management capability that includes planning, design, inspection and construction administration experience. Firms must meet minimum qualifications and knowledge requirements. The Division anticipates hiring a firm depending on areas of expertise. Consultant selection will follow FAA Advisory Circular (AC) 150/5100-14E “Architectural, Engineering, and Planning Consultant Services for Airport Grant Projects” and City of Hayward Administrative / Purchasing & applicable Caltrans A/E Guidelines “ Contracts for Consultant Services.”

     

    The FAA's construction management services are designed to ensure that airport projects are completed in accordance with federal standards and requirements.

     

    Additional information regarding the City of Hayward may be obtained at:  https://www.hayward-ca.gov/

    Project Details

    • Reference ID: 26-037
    • Department: Engineering
    • Department Head: Alex Ameri (Director of Public Works)

    Important Dates

    • Questions Due: 2026-03-24T23:00:00.000Z
    • Answers Posted By: 2026-03-31T23:00:00.000Z

    Evaluation Criteria

    • Project Management (30 pts)
      • Project Manager’s experience on similar successful projects
      • Strength of Project Manager’s references
      • Project Manager’s/team’s oral communication skills
    • Project Understanding (20 pts)
      • Scope and workplan consistent with project issues
      • Identification of key project success factors
    • Approach (10 pts)
      • Approach to key project success factors and scope expected to result in attainment of project goals
      • Approach considered cost-effective
    • Qualifications of Firm/Team (30 pts)
      • Firm’s experience on similar successful projects
      • Key discipline required for project success filled by qualified team members
      • Team members worked together successfully on similar projects
      • Labor costs of key team members commensurate with qualifications
    • Responsiveness (10 pts)
      • SOQ consistent with RFQual
      • Interview Presentation consistent with RFQual
    • Environmentally Preferable Purchasing (10 pts)

    Submission Requirements

    • Proposal Requirements (required)

      Did you read through and confirm that you met all of the SOQ/bid requirements including the sections:

        1. Introduction & Instructions to Responders
        2. Scope of Work
        3. General Provisions for Purchases of Work and Services in Attachments

       

    • SOQ/Bid Packet Checklist (required)

      Do you have all required SOQ/bid documents prepared for upload, including the following:

      1. Statement of Experience and Qualifications
      2. Proof of Insurance
      3. Respondent's Reference & Statement of Experience
      4. Designation of Subcontractors
      5. Non-collusion Affidavit 
      6. Contractor's Certificate Regarding Workers' Compensation
      7. Nondiscriminatory Employment Practices & Affirmative Action Certification Statement
      8. Affirmation on Non-Involvement in Development of Production of Nuclear Weapons

       

    • Statement of Experience and Qualifications Documents (required)

      Please Upload your COMPLETE SOQ/Bid here. 

    • SOQ (without Bid Form/Pricing Proposal) (required)

      Please Upload your SOQ/bid docs here. Upload the Bid Form separately in the next step.

    • Separate Bid Form (required)

      Confirm that your Bid Form is not attached in your SOQ/bid and is attached separately here.

    • Bid Bond (required)

      Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of TBDof the total bid price, payable toCity of Hayward, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.

      Please scan and upload a copy of your bid bond/cashier's check. Bidder must also MAIL bid guarantee with a postmarked date no later thanTuesday, April 7, 2026 addressed to:

      City of Hayward
      Rita Perez
      777 B Street
      Hayward,
      CA94541

      Please have the Bidder Name, Contract Title ("Construction Management Consulting Services for Airport Improvement Program (AIP) Projects at Hayward Executive Airport"), and Contract Number ("26-037") listed clearly on the outside of the envelope.

    • Proof of Insurance (required)
    • Contract Execution, Payment Bond, Performance Bond, and Certificate(s) of Insurance (required)

      The contract shall be executed by the successful bidder and shall be returned, together with the Payment Bond, Performance Bond and Certificate(s) of Insurance to City of Hayward so that it is received within 14 working daysafter the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty.

    • Respondent's Reference & Statement of Experience (required)

      Please download the below documents, complete, and upload.  Certify review of:

      1. Respondent's Reference & Statement of Experience in Attachments
    • Designation of Subcontractors (required)

      Please download the below documents, complete, and upload.  Certify review of:

      1. Designation of Subcontractors in Attachments
    • Non-collusion Affidavit to be Executed by Bidder & Submitted with Bid (required)

      Please download the below documents, complete, and upload.  Certify review of:

      1. Non-collusion Affidavit in Attachments
    • Contractor's Certificate Regarding Workers' Compensation (required)

      Please download the below documents, complete, and upload.  Certify review of:

      1. Contractor's Certificate regarding Workers' Compensation in Attachments
    • Nondiscriminatory Employment Practices & Affirmative Action Certification Statement (required)

      Please download the below documents, complete, and upload.  Certify review of:

      1. Nondiscriminatory Employment Practices Provision and Affirmative Action Certification Statement in Attachments
    • Affirmation of Non-Involvement in Development of Nuclear Weapons (required)

      Please download the below documents, complete, and upload.  Certify review of:

      1. Affirmation of Non-Involvement in Development of Nuclear Weapons in Attachments
    • Do you have any unacceptable portion(s) of the City’s standard Professional Services Agreement?

      If any portion of the City’s standard Professional Services Agreement is unacceptable to your firm, please identify the particular clause(s) & upload in a separate letter to the City submitted with your SOQ/bid.

    • Local vendor, or minority/women-owned business

      Please state whether you are a local, minority, and/or women-owned business.

    • Bid Bond (required)

      Will this solicitation require a bid bond?

    • % Bid Bond Amount (required)

      Enter % of Bid Bond Amount.  Example: "5%"

    • Mandatory Bidders' Conference & Site Inspection? (required)
    • Optional Bidders' Conference & Site Inspection? (required)
    • Project Overview (required)

      Enter Project Overview for Scope of Work

    • Project Description (required)

      Enter Project Description for Scope of Work.  "The City desires _______"

    • Project Goals (required)

      Enter Project Goals for Scope of Work

    • Project Deliverables (required)

      Enter Project Deliverables for Scope of Work

    • Insurance Requirements (required)

      The complete indemnity requirements are detailed within the Indemnification clause hereinbelow.  The Contractor must maintain the following insurance coverage during the effective term(s) of this contract:

      1. Worker’s Compensation coverage evidencing carrier and coverage amount where required by state law.  The Contractor shall take out and maintain during the life of the contract, Statutory Worker’s Compensation with limits not less than One Million Dollars ($1,000,000) for all its employees to be engaged in the work on the project under the Contract.  Should any work be sublet, the Contractor shall require the subcontractor similarly to provide Worker’s Compensation, all in strict compliance with State laws and to fully protect the City from any and all claims arising out occurrences on the work.
      2. Commercial General Liability Insurance: $1,000,000 per occurrence for bodily injury, personal injury and property damage.  If Commercial General Liability Insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit.
      3. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
      4. Employer's Liability Insurance: The Contractor shall take out and maintain during the life of the contract, Employer’s Liability Insurance with limits not less than One Million Dollars ($1,000,000) for all its employees to be engaged in the work on the project under the Contract.  Should any work be sublet, the Contractor shall require the subcontractor similarly to provide Employer’s Liability Insurance, all in strict compliance with State laws and to fully protect the City from any and all claims arising out occurrences on the work.
    • Electronic Pricing Table (required)

      Would you like to have Respondents use an electronic pricing table through OpenGov as the Bid Form?

      Some examples of of when to say "yes":

      1. This is a quote for goods or commodities
      2. This is a public works bid, with a pricing table that can be uploaded into OpenGov from an excel spreadsheet
      3. This is a public works SOQ, with a pricing table/Bid Form that can be uploaded into OpenGov from an excel spreadsheet
      4. Seeking services for hourly rate schedules
    • Separate Bid Form/Fee Proposal Upload (required)

      If you are NOT using the Electronic Pricing Table option, will you want your respondent to separate a Bid Form/Price Proposal from the rest of their Response? You'll want to do this if you open your SOQs/bids initially WITHOUT showing price, and then come back in after a technical evaluation to unseal pricing later.

    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Will Interviews be conducted? (required)
    • Environmentally Preferable Purchasing (required)

    Key dates

    1. March 10, 2026Published
    2. April 8, 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.