SLED Opportunity · FLORIDA · CITY OF COOPER CITY, FL

    Decorative Turf Block Pavers

    Issued by City of Cooper City, FL
    cityIFBCity of Cooper City, FLSol. 224726
    Closed
    STATUS
    Closed
    due Mar 24, 2026
    PUBLISHED
    Feb 19, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238990
    AI-classified industry

    AI Summary

    City of Cooper City, FL seeks bids for installation of decorative turf block pavers including excavation, subgrade prep, geotextile fabric, aggregate base, bedding sand, and paver installation.

    Opportunity details

    Solicitation No.
    224726
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    February 19, 2026
    Due Date
    March 24, 2026
    NAICS Code
    238990AI guide
    State
    Florida
    Agency
    City of Cooper City, FL

    Description

    The City of Cooper City ("CITY) is soliciting bids for the installation of decorative turf block pavers. The scope of work consists of but is not limited to the excavation and preparation of the subgrade, placement of geotextile fabric where required, installation and compaction of an engineered aggregate base, placement of bedding sand, and the installation of decorative turf block pavers.

    Project Details

    • Reference ID: IFB2026-2
    • Department: Utilities
    • Department Head: Akin Ozaydin (Director)

    Important Dates

    • Questions Due: 2026-03-16T16:00:48.768Z
    • Pre-Proposal Meeting: 2026-02-26T16:00:22.311Z — https://coopercityfl-org.zoom.us/j/85951702331 Webinar ID: 859 5170 2331 Join via audio: +1 305 224 1968 US

    Addenda

    • Addendum #1 (released 2026-03-12T12:35:33.967Z) —

      Please review and acknowledge this addendum. Also, use the See What Changed link to view changes made by this addendum.

    • Addendum #2 (released 2026-03-27T11:52:30.355Z) —

      Please review and acknowledge this addendum. Also, use the See What Changed link to view some of the changes made by this addendum.

    Evaluation Criteria

    • Active Shooter Insurance

      Coverage must be afforded for liability arising out of an actual or threat of an Active Shooter/Deadly Weapon Event in an amount not less than $5,000,000 per event.

    • Commercial General Liability

      Coverage must be afforded under a Commercial General Liability policy with limits not less than:

      • $1,000,000 each occurrence and $2,000,000 aggregate for Bodily Injury, Property Damage, and Personal and Advertising Injury
      • $1,000,000 each occurrence and $2,000,000 aggregate for Products and Completed Operations

      Policy must include coverage for contractual liability and independent contractors.

      The City, a Florida municipality, its officials, employees, and volunteers are to be included as an additional insured with a CG 20 26 04 13 Additional Insured – Designated Person or Organization Endorsement or similar endorsement providing equal or broader Additional Insured Coverage with respect to liability arising out of activities performed by or on behalf of Contractor. The coverage shall contain no special limitation on the scope of protection afforded to the City, its officials, employees, and volunteers.

    • Business Automobile Liability

      Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage in an amount not less than $1,000,000 combined single limit each accident.

      If Contractor does not own vehicles, Contractor shall maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy.

    • Aircraft/Drone Liability

      Coverage must be afforded in an amount not less than $5,000,000 per occurrence for any aircraft/drone operations.

    • SCOPE OF WORK

      The City of Cooper City Utilities Department seeks to engage a highly qualified and reliable contractor to remove/demo, provide and install decorative turf block pavers in compliance with industry best practices, Florida Department of Transportation (FDOT) specifications, and all applicable federal, state, and local requirements. Work shall include subgrade preparation, geotextile installation, aggregate base construction, bedding sand placement, paver installation, and vegetative establishment within the turf block system. The scope of work includes the excavation and preparation of the subgrade, placement of geotextile fabric where required, installation and compaction of an engineered aggregate base, placement of bedding sand, and the installation of decorative turf block pavers. The contractor shall fill all paver cells with an approved topsoil and sand mixture and install sod plugs or grass seed to establish a uniform vegetated surface.

      Work may occur at various City-owned properties, rights-of-way, parks, facilities, or other locations as designated by the City.

    • Business Automobile Liability (alternative language)
    • Workers' Compensation and Employer's Liability

      Coverage must be afforded per Chapter 440, Florida Statutes. Any person or entity performing work for or on behalf of the City must provide Workers’ Compensation insurance. Exceptions and exemptions will be allowed by the City’s Risk Manager, if they are in accordance with Florida Statute.

      Contractor waives, and Contractor shall ensure that Contractor’s insurance carrier waives, all subrogation rights against the City, its officials, employees, and volunteers for all losses or damages. The City requires the policy to be endorsed with WC 00 03 13 Waiver of our Right to Recover from Others or equivalent.

      Contractor must be in compliance with all applicable State and federal workers’ compensation laws, including the U.S. Longshore and Harbor Workers’ Compensation Act and the Jones Act, if applicable.

    • SUMMARY OF WORK

      Work shall follow drawings and specifications described in Exhibit A.

      The Contractor shall obtain all required permits; City permit fees will be waived.

      Excavate and prepare subgrade for installation of turf block pavers.

      Install geotextile fabric where required.

      Supply and install compacted aggregate base and bedding sand.

      Supply and install decorative turf block pavers including all accessories.

      Fill openings with approved topsoil/sand and install sod plugs or grass seed.

      All materials shall meet impact, load-bearing, and FDOT/industry standards.

      Contractor shall protect all adjacent features and restore disturbed surfaces.

      Contractor responsible for removing and reinstalling any affected site items.

      Contractor must avoid damaging nearby structures. Damage must be repaired.

      Contractor responsible for all interior/exterior patching as applicable.

      OSHA-compliant safety equipment required.

      Perform all cutting, patching and finishing work.

      Inspections will be performed ONLY by the City of Cooper City.

    • Insurance Certificate Requirements
      1. Contractor shall provide the City with valid Certificates of Insurance (binders are unacceptable) no later than ten (10) days prior to the start of work contemplated in this Agreement.
      2. Contractor shall provide to the City a Certificate of Insurance having a thirty (30) day notice of cancellation; ten (10) days’ notice if cancellation is for nonpayment of premium.
      3. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of Contractor to provide the proper notice. Such notification will be in writing by registered mail, return receipt requested, and addressed to the certificate holder.
      4. In the event the Agreement term or any surviving obligation of Contractor following expiration or early termination of the Agreement goes beyond the expiration date of the insurance policy, Contractor shall provide the City with an updated Certificate of Insurance no later than ten (10) days prior to the expiration of the insurance currently in effect. The City reserves the right to suspend the Agreement until this requirement is met.
      5. The Certificate of Insurance shall indicate whether coverage is provided under a claims-made or occurrence form. If any coverage is provided on a claims-made form, the Certificate of Insurance must show a retroactive date, which shall be the effective date of the initial contract or prior.
      6. The City shall be included as an Additional Insured on all liability policies, with the exception of Workers’ Compensation.
      7. The City shall be granted a Waiver of Subrogation on Contractor’s Workers’ Compensation insurance policy.
      8. The title of the Agreement, Bid/Contract number, event dates, or other identifying reference must be listed on the Certificate of Insurance.

      The Certificate Holder should read as follows:

      City of Cooper City – Risk Management Office
      9090 SW 50th Place
      Cooper City, FL 33328-4227

      Contractor has the sole responsibility for all insurance premiums and shall be fully and solely responsible for any costs or expenses as a result of a coverage deductible, co-insurance penalty, or self-insured retention; including any loss not covered because of the application of such deductible, co-insurance penalty, self-insured retention, or coverage exclusion or limitation. Any costs for including the City as an Additional Insured shall be at Contractor’s expense.

      If Contractor’s primary insurance policy/policies do not meet the minimum requirements as set forth in this Agreement, Contractor may provide evidence of an Umbrella/Excess insurance policy to comply with this requirement.

      Contractor’s insurance coverage shall be primary insurance in respect to the City’s interests for this Agreement, its officials, employees, and volunteers. Any insurance or self-insurance maintained by the City shall be non-contributory.

      Any exclusion or provision in any insurance policy maintained by Contractor that excludes coverage required in this Agreement shall be deemed unacceptable and shall be considered breach of contract.

      All required insurance policies must be maintained until the Agreement work has been accepted by the City, or until this Agreement is terminated, whichever is later.  Any lapse in coverage may be considered breach of contract.  In addition, Contractor must provide to the City confirmation of coverage renewal via an updated certificate of insurance should any policies expire prior to the expiration of this Agreement.  The City reserves the right to review, at any time, coverage forms and limits of Contractor’s insurance policies.

      Contractor shall provide notice of any and all claims, accidents, and any other occurrences associated with this Agreement to Contractor’s insurance company or companies and the City’s Risk Management office as soon as practical.

      It is Contractor’s responsibility to ensure that any and all of Contractor’s independent contractors and subcontractors comply with these insurance requirements. All coverages for independent contractors and subcontractors shall be subject to all of the applicable requirements stated herein.  Any and all deficiencies are the responsibility of Contractor.  The City reserves the right to adjust insurance limits from time to time at its discretion with notice to Contractor.

    • Claim Reporting (alternative language)
    • GENERAL REQUIREMENTS

      Contractor provides all labor, materials, equipment, and incidentals.

      Contractor shall provide warranties for completed work.

      Contractor must communicate in English and update the project manager.

      Contractor must schedule all work with the project manager in advance.

      Contractor must remove debris daily and restore damaged areas.

      Contractor must ensure life safety and protect public and property.

      Work hours: 8:00 AM–4:00 PM, five days a week unless otherwise approved.

      Contractor assumes full responsibility for safeguarding materials.

      Materials shall be stored safely and barricades placed to protect the public.

      Upon award of the contract, the Contractor attend a pre-construction meeting and/or site visit.

    • Crane and Rigging Liability
    • STANDARD MOBILIZATION FOR PAVER WORK
      1. This item includes all activities required to mobilize for the Turf Block Paver project, including project setup, delivery of equipment and materials, site staging, coordination with City staff, and implementation of required safety and traffic control measures necessary to perform the work efficiently and in compliance with project requirements.
      2. Means and Methods Exclusion: The Contractor shall be solely responsible for determining the means, methods, sequencing, and equipment used for mobilization. No additional compensation shall be provided for inefficiencies, delays, or re-mobilization resulting from the Contractor’s chosen approach.
    • Cyber Liability/Data Security Incident

      Coverage must be afforded in an amount not less than $1,000,000 per claim for negligent retention of data as well as notification and related costs for cyber incidents.

    • REGULAR EXCAVATION
      1. This work consists of excavating existing materials to the required depths and limits to accommodate the turf block paver system. Excavation will remove unsuitable subgrade materials, establish proper elevations, and prepare the site for stabilization and base construction in accordance with project specifications.
      2. Means and Methods Exclusion: The Contractor is responsible for verifying excavation limits, depths, and suitability of subgrade conditions. Encountering unsuitable materials or varying soil conditions shall not constitute a change in scope unless explicitly authorized by the City.
    • TYPE B STABILIZATION
      1. Type B stabilization includes treating the prepared subgrade with approved stabilization materials to improve soil strength, reduce settlement potential, and provide a stable foundation for the overlying base and paver system.
      2. Means and Methods Exclusion: The selection, application rate, mixing method, and curing process for stabilization materials shall be the Contractor’s responsibility. Performance issues resulting from improper installation shall be corrected at no additional cost to the City.
    • Fidelity/Dishonesty and/or Commercial Crime

      Coverage must be afforded in an amount not less than $1,000,000 per loss for dishonest acts of Contractor’s employees, including but not limited to theft of money, personal property, vehicles, materials, supplies, equipment, tools, etc. Third-party coverage must be included under the policy.

    • Garage Keepers Legal Liability

      Coverage shall be purchased for Contractor’s liability for damage or other loss, including comprehensive and collision risks, to the vehicles while in the care, custody, and control of Contractor. Coverage form must be on a direct primary basis with limits equal to the highest possible replacement cost value of vehicles in the care, custody, and control of Contractor at any one time.

    • REWORKING LIME-ROCK BASE (8-10 INICHES)
      1. This item includes scarifying, reshaping, moisture conditioning, and compacting the existing limerock base to achieve a uniform thickness of approximately 8 to 10 inches.
      2. Means and Methods Exclusion: The Contractor shall be responsible for achieving required compaction and tolerances. Pre-existing base deficiencies outside the defined scope shall not be addressed unless directed by the City in writing.
    • Garage Liability

      Coverage must be afforded in an amount not less than $1,000,000 per occurrence and must cover Contractor and Contractor’s employees for the Contractor’s garage and related operations while any and all vehicles covered under this Agreement are in the care, custody, and control of Contractor.

    • LIME-ROCK - NEW MATERIAL
      1. This work consists of furnishing, placing, grading, and compacting new limerock material where existing base is insufficient to meet design elevations or structural requirements.
      2. Means and Methods Exclusion: Material sourcing, placement techniques, and compaction methods are the Contractor’s responsibility. Overruns due to waste or failed compaction shall be borne by the Contractor.
    • Inland Marine/Cargo

      Coverage shall be purchased for all risks of damage or other loss, including transport, storage, and loading and unloading, to the cargo while in the care, custody, and control of Supplier or Shipper. Coverage form must be Free on Board “FOB” destination with limits equal to the highest possible replacement cost value of cargo in the care, custody, and control of Supplier or Shipper.

    • INSTALL ARCHITECTURAL PAVERS
      1. Architectural turf block pavers shall be installed over the prepared base in accordance with manufacturer recommendations and approved construction practices.
      2. Means and Methods Exclusion: The Contractor is responsible for layout, cutting, alignment, and installation techniques. Installation deficiencies shall be corrected at no additional cost to the City.
    • Inland Marine/Installation Floater
    • PERFORMANCE TURF/SOD
      1. Performance turf or sod shall be installed within the paver cells to stabilize the system, promote infiltration, and achieve the intended functional and aesthetic outcome.
      2. Means and Methods Exclusion: The Contractor shall be responsible for turf handling, installation, and initial establishment. Turf failure due to improper installation shall not constitute a warranty claim against the City.
    • Liquor Liability

      Contractor shall provide evidence of coverage for liquor liability in an amount not less than $1,000,000 per occurrence. If the Commercial General Liability policy covers liquor liability (e.g. host or other coverage), Contractor shall provide written documentation to confirm that coverage already applies to this Agreement.

    • FILL SAND/TOPSOIL
      1. This item includes furnishing and placing approved fill sand and topsoil to fill paver voids, support turf establishment, and fine grade the finished surface.
      2. Means and Methods Exclusion: Settlement or uneven surfaces caused by improper placement shall be corrected by the Contractor at no additional cost.
    • Physical Abuse, Sexual Misconduct, and Sexual Molestation

      Contractor shall provide evidence of coverage in an amount not less than $500,000 per occurrence.

    • MATERIAL & INSTALLATION SPECIFICATIONS

      The Awarded Contractor install the following:

      • compacted subgrade
      • compacted soil at perimeter
      • geotextile fabric installation
      • 8" minimum compacted aggregate base (up to 10" if needed)
      • 1" - 1.5" bedding sand
      • decorative turf block pavers
      • topsoil, sand mixture for openings
      • sod plugs or grass seed installation
    • Pollution and Remediation Legal Liability (Hazardous Materials)
    • WARRANTY

      All materials and workmanship shall be warrantied for no less than one (1) year after project completion.

    • Contractors Pollution Liability Coverage
    • PERMITS

      The Contractor will be responsible for external permit fees. The City will reimburse the Awarded Contractor for permit fees at cost. City-related permit fees will be waived.

    • Asbestos Liability Coverage
    • CITY'S RESPONSIBILITIES

      The City will provide the Awarded Contractor with the following:

      1. temporary water
      2. temporary power
      3. temporary bathroom
    • Hazardous Waste Transportation Coverage

      Contractor shall designate the hauler and furnish a Certificate of Insurance from the hauler for Automobile Liability insurance with Endorsement MCS90 for liability arising out of the transportation of hazardous materials in an amount not less than $1,000,000 per claim limit and provide a valid EPA identification number.

    • Disposal Coverage
    • PROTECTION DURING INCLEMENT WEATHER

      Contractor shall not perform Work during inclement or unsuitable weather that will affect the quality of the completed Work.
      Contractor shall take necessary precautions in the event of impending inclement weather to protect equipment, materials and Work from damage or deterioration due to floods, driving rain, wind, or snowstorms.

        1. City reserves the right to require additional protection measures beyond Contractor’s proposed protection measures to protect the Work.
        2. Contractor shall not claim additional compensation for additional protection measures required by City nor for damages to equipment, material, or work due to inclement weather.

      When identified by Engineer, Contractor shall stop Work and protect new work by protective covering during rain storms.

    • REPORTING OF ACCIDENTS (EXECUTION)

      Contractor shall immediately report accidents out of, or in conjunction with, the performance of work in writing to the City.

        1. Accident reporting includes on-site and adjacent to site, which cause death, personal injury, or property damage.
        2. Written report(s) shall provide full details and witness statements.
        3. If a claim is made against the Contractor, supplier, or subcontractor due to accident, Contractor shall promptly report facts, in writing, to Engineer and City, with full account of the claim.

      Contractor shall immediately report death, serious injury, or serious damage caused by telephone or messenger to the City's Project Manager.

    • Professional Liability

      Coverage must be afforded for Wrongful Acts in an amount not less than $1,000,000 each claim and $2,000,000 aggregate.

    • WORKSITE, OSHA & SAFETY

      The Awarded Bidder shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Awarded Bidder shall utilize Occupational Safety & Health Administration (OSHA) Safety Guidelines and regulations as the reference for safety during the construction. Most of the applicable standards can be found in 29 CFR 1926, Safety and Health Regulations for Construction and Occupational Safety and Health Act of 1970, as amended; failure to comply with this condition shall be considered as a breach of contract. Any fines levied because of inadequacies to comply with these requirements shall be borne solely by the Biddder responsible for same. When there is a workplace hazard not covered there, it may be covered by the General Industry Standard 29 CFR 1910. The Awarded Bidder shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to personnel on the Work site or who may be affected by the Work.

      Consumption, possession, or distribution of alcoholic beverages is strictly prohibited on the project site at all times. Any personnel found in violation of this policy shall be immediately removed from the site and may be permanently barred from returning. The Awarded Bidder shall be responsible for enforcing this policy and ensuring a safe, professional, and substance-free work environment in accordance with applicable safety and labor standards.

      The Awarded Bidder shall be responsible for maintaining a safe and secure worksite for the duration of the work. The Awarded Bidder shall maintain all work staging areas in a neat and presentable condition. Construction vehicles and equipment used for this project shall be maintained in good working order to minimize pollutant emissions.

    • Property Coverage (Builder’s Risk)
    • Property Coverage (on-going basis)
    • Railroad Protective Liability

      Coverage must be afforded in an amount not less than $2,000,000 per occurrence for any work performed on, over, under, adjacent to or within 50 feet of the railroad right-of-way.

    • Watercraft Liability (Protection and Indemnification)

      Coverage must be afforded in an amount not less than $1,000,000 per occurrence and must cover the utilization of watercraft, including Bodily Injury and Property Damage arising out of ownership, maintenance, or use of any watercraft, including owned, non-owned, and hired.

      Coverage may be provided in the form of an endorsement to the Commercial General Liability policy, or in the form of a separate policy covering Watercraft Liability or Protection and Indemnity for Bodily Injury and Property Damage.

    • Professional Liability

      Coverage must be afforded for Wrongful Acts in an amount not less than $1,000,000 each claim and $2,000,000 aggregate.

    Submission Requirements

    • Bidder's legal company name (include d/b/a if applicable): (required)
    • Bidder's Federal Taxpayer/Employer Identification Number (FEIN): (required)
    • State of Incorporation/Organized. (required)
    • Bidder's organization structure: (required)
    • If a Corporation/Limited Liability Company/Other Legal Entity (also referred to as "Company"), Provide Date Of Incorporation/Organized: (required)
    • Company Operating Address (Including City, State & Zip Code): (required)
    • Company Contact Person & Title: (required)
    • Company Contact Person Email Address: (required)
    • Company Contact Person Phone Number: (required)
    • List names of Bidder's subcontractors and/or subconsultants for this project.
    • Are Any Owners/Principals/Persons With Ownership Interest In Your Company A City of Cooper City Elected Official, Commission Board Member or Employee: (required)
    • Bidder shall attach all licenses required by the State of Florida, Broward County, City of Cooper City, and any other applicable authority to perform demolition, site preparation, and installation of turf block pavers. (required)
    • Bidder shall upload a minimum of three (3) comparable projects of similar size and scope completed within the last ten (10) years on the Bidder’s Reference Form. References may be verified by the City. (required)

      Please download the below documents, complete, and upload.

    • Provide a detailed description of the nature and status of any pending or completed litigation, claims made, contract disputes or defaults and liens arising in regard to your company's performance of any services arising within the last five years from the due date of this solicitation. If not applicable, please enter N/A. (required)
    • Americans with Disabilities Act (ADA) Disability Nondiscrimination Statement (required)

      Please download the document below, complete, and upload.

       

    • Business Entity Affidavit (required)

      Please download the document below, complete, and upload.

    • Certification Regarding Debarement Suspension Etc (required)

      Please download the document below, complete, and upload.

    • Domestic Partnership Affidavit (required)

      Please download the document below, complete, and upload.

    • Drug free Workplace Certificate (required)

      Please download the document below, complete, and upload.

    • Employee Background Verification Affidavit (required)

      Please download the document below, complete, and upload.

    • E-Verify Affidavit (required)

      Please download the document below, complete, and upload.

    • Foreign (Non-Florida) Corporation Form (required)

      Please download the document below, complete, and upload.

    • Foreign Country of Concern Affidavit (required)

      Please download the document below, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the document below, complete, and upload.

    • Non-Conflict of Interest (required)

      Please download the document below, complete, and upload.

    • Ownership Disclosure Affidavit (required)

      Please download the document below, complete, and upload.

    • Proof of Workers Compensation Insurance (required)

      Please download the document below, complete, and upload.

    • Proof of Workers Compensation or Exemption (required)

      Please download the document below, complete, and upload.

    • Public Entity Crimes (required)

      Please download the document below, complete, and upload.

    • Scrutinized Companies Affidavit (required)

      Please download the below documents, complete, and upload.

    • W9 (required)

      Please download the document below, complete, and upload.

    • Summary of Documents to be submitted with Bid (required)

      The following documents have been uploaded and submitted with bid. 

    • The undersigned hereby certifies that this Bid is submitted in response to this Solicitation and that Bidder agrees to the terms and conditions listed within. (required)
    • Bidder's Authorized Representative Signature: (required)

      By entering the name and title of the Bidder’s Authorized Representative below, the Bidder further acknowledges that this entry constitutes the Authorized Representative’s digital signature.

      The execution of this form constitutes a good faith commitment by the Bidder to accept the terms & conditions set forth in this Solicitation and enter into a contract with the City.

    • Is this a one time purchase or a term purchase? (required)
    • Will this solicitation have a pre-bid meeting? (required)
    • Specialized Coverages (required)

      Do you require any specialized coverages?

    • Special Coverages Type (required)

      Pick which specialized coverages you need from the list below.

    Questions & Answers

    Q (No subject): What is the engineer's budget?

    A: See Addendum No. 1.


    Q (Density Testing): Will density testing be required for the limerock base. If so, will city include additional line item for associated cost?

    A: See Addendum No. 1.


    Q (Bid Bond): Will a bid bond be required?

    A: See Addendum No. 1.


    Q (Performance & Payment Bond): Will a performance & payment bond be required?

    A: See Addendum No. 1.


    Q (Staging Area): Will the City be providing a staging area?

    A: See Addendum No. 1.


    Q (Underground Utilities): What underground utilities are located in the proposed areas the turf block will be installed? They depth of these lines will not conflict with the turf block installation? Are there any valves in these locations?

    A: See Addendum No. 1.


    Q (Irrigation): Any active irrigation system are located in these areas? If, so will they need to be removed and capped?

    A: See Addendum No. 1.


    Q (Engineered Drawing): Will the City provide engineered drawings? Drawings attached are aerial photographs with proposed locations. Has the City performed a preliminary plan review with building department to assure these documents suffice building department requirements for permit issuance?

    A: See Addendum No. 1.


    Q (No subject): 1. Contract Structure & Quantities Please confirm whether the quantities shown on the price sheet (3,071 SY, 1,274 CY, etc.) represent a single defined project or are evaluation quantities for a multi-year task-order contract. If this is a term contract, can the City provide estimated annual square footage or anticipated volume of work?

    A: See Addendum No. 1.


    Q (No subject): 2. Mobilization The price sheet lists mobilization as “1 Each.” Please confirm whether mobilization is intended to cover one project or multiple work orders throughout the contract term.

    A: See Addendum No. 1.


    Q (No subject): 4. Installation Section & Structural Requirements Please provide a typical installation detail confirming: Required compacted base thickness Subgrade compaction standards Geotextile requirements Load classification (vehicular vs. pedestrian)

    A: See Addendum No. 1.


    Q (No subject): 3. Turnkey Scope Confirmation Please confirm that this contract is turnkey and that the contractor is responsible for furnishing all materials required for installation, including pavers, turf, base material, geotextile, edge restraints, fill material, and all ancillary components necessary for a complete system.

    A: See Addendum No. 1.


    Q (No subject): 5. Subgrade & Unsuitable Material Are geotechnical reports available for the project area? If unsuitable subgrade conditions exceed the estimated excavation quantity (1,274 CY), how will additional excavation and stabilization be addressed and compensated?

    A: See Addendum No. 1.


    Q (No subject): 6. Demolition Responsibility Please confirm whether removal and disposal of existing concrete, asphalt, sod, or unsuitable materials is included within the unit prices, or if this will be paid separately.

    A: See Addendum No. 1.


    Q (No subject): 7. Stabilization & Compaction Testing Please clarify: Required stabilization material and application rate (Type B) Required compaction percentage Whether density testing is required Who is responsible for testing costs and failed test remediation

    A: See Addendum No. 1.


    Q (No subject): 8. Measurement & Payment How will excavation, base, and installed square yard quantities be measured and verified for payment purposes (survey, truck count, etc.)?

    A: See Addendum No. 1.


    Q (No subject): 9. Permitting & Maintenance of Traffic (MOT) Please confirm whether the contractor is responsible for: Obtaining all permits Providing Maintenance of Traffic when work occurs within the right-of-way Traffic control plans and MOT inspections

    A: See Addendum No. 1.


    Q (No subject): 10. Warranty Requirements Please confirm the required warranty period for: Materials Workmanship Turf establishment Additionally, does the one-year warranty include turf survival and settlement, and who is responsible for irrigation during the establishment period?

    A: See Addendum No. 1.


    Q (No subject): 11. Price Escalation Will unit prices remain fixed for the full 36-month contract term (including renewals), or will price adjustments be permitted due to material cost increases?

    A: See Addendum No. 1.


    Key dates

    1. February 19, 2026Published
    2. March 24, 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.