SLED Opportunity · CALIFORNIA · SANTA CRUZ
AI Summary
Invitation for Bid for Downtown Santa Cruz catch basin rehabilitation including ADA curb ramp replacement, curb and gutter repair, paving, and storm drain installations. Bids due April 9, 2026.
The Project to be performed consists of furnishing all labor, materials, tools, equipment, and transportation required to complete the Project, with a scope of work to generally include, but is not limited to, the following: Removal and replacement of catch basins located at various intersections around Downtown Santa Cruz, replacement of non-Americans with Disability Act (ADA) compliant curb ramps with compliant curb ramps, replacement of damaged curb and gutter, and regrading and paving. Project also includes the following: installation of a trench drain, storm drain connection, and storm manhole at Fire Station 1; construction of two curb extensions and valley gutter at Center x Union intersection.
Bids for this solicitation are to be submitted via hard copy at Public Works Department, 809 Center Street, Room 201, Santa Cruz, California 95060, until April 9th, 2026 at 2:00 PM local time in a sealed envelope plainly endorsed with the Project Name and Number.
Engineer's Estimate: $975,000.00
The City of Santa Cruz was incorporated in 1866 and formed its current charter in 1948. It is governed under a Council/Manager form of government. A Mayor and six Council members set policy for the City and a City Manager serves as chief administrator of those policies. The City is located on the coast, 75 miles south of San Francisco on the northern edge of the Monterey Bay. It encompasses 15.8 square miles with cultural and ethnic diversity among its population of 65,000. Santa Cruz is part of the National Marine Sanctuary and is a popular tourist destination owing to its beaches, surf culture, and historical landmarks.
The City provides a full range of municipal services and facilities including a recreational wharf, public golf course, over thirteen hundred acres of open space, full beach services, refuse management, law enforcement, fire protection, and water and wastewater utilities. The City is also host to University of California Santa Cruz, the Santa Cruz Harbor, and the Santa Cruz Beach Boardwalk amusement park.
The Downtown Santa Cruz storm drainage area has a history of flooding during rain events. The first choke points in many parts of the system are the existing “Type A” catch basins which have relatively small openings that can get clogged with debris and cause local flooding. This flooding, paired with the relative flatness of the downtown area, causes localized flooding to extend to nearby curb ramps and impacts pedestrian right-of-way access. Upgrades to existing curb ramps to bring them into compliance with current ADA standards allows for proper regrading of the curb, thus directing excess water back towards the storm drain network.
The City invites qualified firms to respond to this Invitation for Bids (IFB) for the project (“Project”) titled below:
Downtown Catch Basin Rehabilitation 2026
IFB No. PW-0281
The Bidder will provide the services outlined in the Plans and Specifications.
The City of Santa Cruz standard Terms and Conditions shall govern this contract. Review the terms and conditions here; all terms including, but not limited to, insurance apply to the contract resulting from this solicitation. A current copy of these terms will be included in the resulting contract as Exhibit A Scope of Work. A hard copy of the Terms and Conditions is available by contacting the City’s Purchasing Division at (831) 420-5080.
The Project is intended to…
A complete Project will…
Goals of this project are to
Questions or concerns regarding any aspect of this IFB shall be sent via City’s e-Procurement Portal’s Question & Answer feature and received by the date identified in Timeline in INTRODUCTION Section. Any questions or objections not submitted within the time and manner stated above or to anyone other than the above-stated contact will be deemed waived. The City is not bound by the oral representation of any City employee or official. Answers to questions received will be sent out via an addendum.
The City may determine it is necessary to revise any part of this IFB. Revisions will be made by written addenda and it is the Bidder's sole responsibility to comply with any addenda to this IFB and acknoeledge addenda via City's e-Procurement Portal. Addenda will be posted on the City’s e-Procurement Portal, https://procurement.opengov.com/portal/santacruzca/projects/238314, under Bidding Information.
Sealed bids are due no later than the Date and time specified in Timeline in INTRODUCTION Section. All bids will be submitted via City's e-Procurement Portal before the due date.
Prior to any bid being accepted, the bidder must demonstrate compliance with all bid specifications for such product. The burden of proof of compliance with this specification is the responsibility of the bidder. No exceptions to or deviations from this specification shall be considered unless each exception or deviation is specifically stated as an exception and accompanied by a detailed description of the exception and/or deviation. If no exception or deviation is shown, the bidder shall be required to furnish the equipment exactly as specified herein.
Failure to comply with all requirements, instructions, and conditions of the invitation for bids and this specification may result in rejection of bid.
The quantities indicated in this solicitation are approximate and based on past experience and expected future need. Quantities may be increased or decreased depending on actual need during the contract term; however, no price adjustments will be allowed as a result of a reduction in the quantity purchased.
Proposer will provide Certificate of Insurance(s) for Professional Liability, Commercial General Liability, Auto Liability, and Workers’ Compensation as stated in the City’s standard Terms and Conditions. The City reserves the right to adjust the insurance terms provided based on the type and scope of project proposed by the Proposer.
If the Bidder does not wish to submit a bid, write “no bid at this time” and the Bidder name on the Bid Sheet and return by the bid due date. Failure to respond to this Invitation for Bids may result in removal of the Bidder from the bid list for the solicited item.
Service area shall include areas within the City of Santa Cruz limits and any outlying areas serviced by the City Departments. Service must be available seven (7) days a week, if required. Each City Department may have different hours of operations, ………
Prevailing Wages do not apply to this contract.
If you have any questions concerning this solicitation, please ask questions utilizing City’s e-Procurement Question & Answer feature. This IFB document may be downloaded from the City’s e-Procurement Portal at https://procurement.opengov.com/portal/santacruzca/projects/238314. For technical assistance, contact OpenGov using the real-time chat feature on the Portal (located in the lower right-hand corner of the screen), or via email at procurement-support@opengov.com for support. All questions must be received by 2:00 pm on Thursday, April 2, 2026.
[Remove if Not Applicable]
Bids are considered responsive when they:
Non-responsive bids may not be considered and may be rejected.
Prevailing wages must be paid to all employees working under this contract. This contract is subject to compliance monitoring and enforcement by the California Department of Industrial Relations (DIR). Contractors and subcontractors must register with the DIR in order to submit a bid and be awarded a contract (http://www.dir.ca.gov/dlse/dlsePublicWorks.html). 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. If awarded a Contract, the Contractor and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project.
A pre-bid meeting and/or a site visit will not be held for this IFB.
Proposers agree to comply with the requirements of the Living Wage Ordinance as provided in Santa Cruz Municipal Code Chapter 5.10.
[Remove if Not Applicable]
All work performed under this contract shall be conducted in accordance with the standards customarily adhered to by an experienced and competent provider of the goods and/or services called for under this Contract using the degree of care and skill ordinarily exercised by reputable providers of such goods and/or services. All work will be performed in a safe manner and shall comply with all safety provisions and regulations. Contractor shall abide by all CAL/OSHA requirements, including the labeling of containers. Contractors who have ten (10) or more employees shall have an injury/illness program as required by OSHA. The City reserves the right to issue restraint or cease and desist orders to Contractor when unsafe or harmful.
The City may exercise at its sole discretion the following rights. By responding to this IFB, Bidders acknowledge and consent to the following rights.
The City reserves the right to:
All bids will be submitted via the City’s e-Procurement Portal at: https://procurement.opengov.com/portal/santacruzca/projects/238314 before due date. Each bid received before 2:00 pm on Thursday, April 9, 2026 will be publicly opened during a Zoom Meeting as stated in Timeline in INTRODUCTION section. Bids received after the deadline will be deemed non-responsive. If one or more members of the public are present, the name of each bidder and the total amount of each bid will be read aloud at the Bid Opening meeting. Those wishing to attend the meeting should log into Zoom to ensure that they can access the meeting ahead of time. Bidders take full responsibility for City’s receipt of its Bid. The City will not be liable for any expenses incurred by Bidders in responding to this solicitation.
The successful Proposer will be required to enter into an Agreement in the form of the Agreement attached hereto as Appendix A. The City reserves the right to adjust the terms, including insurance terms provided, based on the type and scope of the project proposed by the Proposer. If a Proposer is unable to accept City’s proposed Agreement terms substantially in the form presented, the Proposer shall include a revised copy of the Agreement with its Proposal. The revised copy must clearly mark any section to which it objects, set forth the Proposer’s proposed alternative terms, and explain the basis for each proposed change. The City reserves all rights to reject any revisions to the Agreement.
If a satisfactory contract cannot be negotiated in a reasonable time, the City in its sole discretion may terminate negotiations.
The Price Schedule can be found in Section BID FORM.
The Bidder shall use Bid Form for the submittal of their Bid Pricing. The Bid price submitted on the Bid Form shall include the costs for services, systems, or goods listed in Bid Documents. Bid prices shall remain firm and not subject to escalation throughout the term of the contract including extensions.
Bidder's pricing shall be submitted as a firm-fixed fee (flat rate) for performance of all specifications on the Pricing Schedule of the Bid Form. The Price Schedule shall be completed in full and shall be incorporated herein. Any deviations from the Price Schedule may be considered nonresponsive.
All information provided in the IFB documents is based on past experience and expected future need. Actual orders may vary during the contract term. The City reserves the right to obtain competitive quotes for contract items. If the Bidder is not consistently the low bidder for these items, the City may terminate this agreement.
The City is requesting bids for Downtown Catch Basin Rehabilitation 2026.
The scope of work includes developing a …….. plan including implementation and potential physical security upgrade costs for recommended improvements resulting from the study.
Task 1 - Description
The firm shall complete a…….
The work should, at a minimum, include the following:
Task 1 Deliverables: Example: Report, Project implementation Plan, Design, Drawing, Specifications, Schema, Assessment, Training, Community Outreach Session, Communication Plan, Presentation, etc.
Task 1 Timing: All tasks shall be completed to the City’s satisfaction and deliverables turned over to City staff 12 months after contract execution.
Task 2 - Description of Task 2
Task 2 Deliverables: Example Report, Project implementation Plan, Design, Drawing, Specifications, Schema, Assessment, Training, Community Outreach Session, Communication Plan, Presentation, etc.
Task 2 Timing: All tasks shall be completed to the City’s satisfaction and deliverables turned over to City staff 12 months after contract execution.
Task 3 – Project Management, Meetings, and Quality Assurance/ Quality Control (QA/QC)
Task 3 Deliverables: Example Report, Project implementation Plan, Design, Drawing, Specifications, Schema, Assessment, Training, Community Outreach Session, Communication Plan, Presentation, etc.
Task 3 Timing: All tasks shall be completed to the City’s satisfaction and deliverables turned over to City staff 12 months after contract execution.
Award shall be made to the lowest responsive and responsible bidder whose bid is most economical for the purpose intended according to criteria designated in this solicitation.
All items included on the Bid Form will be part of the the Basis of Award for this solicitation, unless otherwise specified in this solicitation. Supplemental items if identified may also be awarded in the impending contract, however, will not be the basis of award. All bidders are required to complete complete all lines of the Bid Form. Failure to meet this requirement may be a sufficient reason to declare the bid non-responsive.
The term of the contract will commence upon notification of award and continue for a period of See attached Specifications for working days. plus any renewals agreed to by the parties and made in writing.
The bidder shall submit with bid a list of a minimum of three (3) client references that have procured Downtown Catch Basin Rehabilitation 2026 service from the bidder, for a minimum of 1 year in the last five (5) years which demonstrate relevant experience with the Project. The bidder shall provide company or agency name, contact name, and phone number for each reference. It is the responsibility of the bidder to ensure the client reference contact person is available and willing to provide a reference within the timeframe stated in this section.
Bidders are requested to indicate on the Bid Sheet if they shall extend the pricing, terms and conditions of this bid to other government agencies, if the bidder is the successful bidder. If the successful bidder agrees to this provision, participating agencies may enter into a contract with the successful bidder for the purchase of the same commodities based on the terms, conditions, and prices, offered by the successful bidder to the City of Santa Cruz for this bid. Minor changes in terms and conditions may be negotiated by participating agencies and the successful bidder.
City’s policies promote a working environment free from abusive conduct, discrimination, harassment, and retaliation; and require equal opportunity in employment for all regardless of race, religious creed (including religious dress and grooming practices), color, national origin (including language use restrictions), ancestry, religion, disability (mental and physical), medical condition, sex, gender (including gender identity and gender expression), physical characteristics, marital status, age, sexual orientation, genetic information (including family health history and genetic test results), organizational affiliation, and military or and veteran status, or any other consideration made unlawful by local, State or Federal law. City requires Consultant to be in compliance with all applicable Federal and State and local equal employment opportunity acts, laws, and regulations and Consultant is responsible for ensuring that effective policies and procedures concerning the prevention of abusive conduct, discrimination, harassment, and retaliation exist in Consultant’s business organization. The City’s current Equal Employment Opportunity and Non-Discrimination policies to which this Section applies may be viewed at http://www.codepublishing.com/CA/SantaCruz/?SantaCruz09/SantaCruz0983.html and http://www.cityofsantacruz.com/home/showdocument?id=59192. Copies are available upon request from the City’s Purchasing Division.
[The City will be responsible for providing …]
A designated City contact during the course of the project. Access to the facilities/reports/systems/records/etc. needed to complete the work. Information regarding past work performed on this project.
No person, supplier, or corporation shall make or file or be interested in more than one bid for the same work, except so far as alternate bid may be called for. Nor shall any person, supplier, or corporation submit a collusive or sham bid, per se, directly or indirectly, to induce any other supplier to submit such a bid, or to refrain from responding, or seek in any way to fix the price, or any portion of the proposed price, in order to secure an advantage against the owner or any person interested in a proposed contract. However, a person, supplier, or corporation submitting a sub-bid to a bidder or quoting prices on materials for a bidder, is not hereby disqualified from submitting sub-bids or quoting prices to other bidders.
The Bidder shall acknowledge that it has not directly or indirectly been collusive with any other bidder in the preparation and submission of the bid by submitting the Non-Collusion Declaration. If at any time it shall be found that the bidder to whom a contract has been awarded has, in presenting the bid, colluded with any other party or parties, said bidder shall be liable to the City for all loss or damage which the City has or may suffer as the result of the collusive activity, including, but not limited to, the cost of advertising and awarding a new contract.
[Remove if Service Contract]
ITEM purchased under this contract will meet the specifications detailed in …(i.e. industry association standard specifications)….
Any manufacturers' names, trade names, brand names, or catalog numbers used in the specification are there for the purpose of establishing and describing general performance and quality levels.
OR
The City requires ITEM purchased under this contract to comply with City policy/APO/ …”]
Such references are not intended to be restrictive, and proposals are invited on these and comparable brands or products of any manufacturer.
Exceptions to, or deviations from, a particular manufacturer’s brand in this specification will be evaluated and considered by the City so long as those deviations are cross referenced and fully explained with regard to their equality with the preferred manufacturer. The City may require descriptive literature and/or samples for evaluation. All samples will be provided within three days of request and at no cost to the City. The City may not return all samples.
The determination as to whether any alternate product is, or is not, equal will be made by the City and such determination will be final and binding upon all Vendors.
If exceptions are not requested, the Vendor will comply with the specifications as stated in this solicitation.
The Proposer will not be allowed to make unauthorized substitutions after award is made.
To the fullest extent permitted by law, Proposer agrees to indemnify, defend, and hold harmless the City, its officials, officers, employees, agents, and volunteers (collectively, “Indemnitees”) from and against any and all liability, claim, action, loss, injury, damage, judgment, or expense, including attorneys’ fees and costs (“Losses”) caused by or resulting from the negligence, recklessness, or willful misconduct of Proposer, Proposer’s officers, employees, agents, or subcontractors in any way related to this solicitation, including but not limited to Proposer’s Proposal. Proposer’s duty to indemnify and hold harmless Indemnitees shall not apply to the extent such Losses are caused by the sole or active negligence or willful misconduct of Indemnitees, as determined by an adjudicatory body or court of competent jurisdiction, if applicable. The obligation to defend shall arise regardless of any claim or assertion that Indemnitees caused or contributed to the Losses.
In the event this Agreement involves the performance of design professional services by Proposer, Proposer’s officers, employees, agents, or subcontractors, Proposer’s costs to defend Indemnitees shall not exceed the Proposer’s proportionate percentage of fault per Civil Code §2782.8. This section shall survive the termination or expiration of the Agreement.
[Remove if Service Contract]
[Provide information regarding ordering requirements (i.e. on-line ordering needed).]
No “minimum orders” are permitted. Proposals indicating a minimum order requirement will be rejected.
The parties agree that in litigation or arbitration resulting from either party’s breach, the amount of loss would be extremely difficult or impracticable to prove. Accordingly, the parties wish to make a commercially reasonable estimate of the damages they would incur in the event of a breach by the other party and to establish that estimate as liquidated damages. In the event of a breach by the seller, the buyer shall recover as liquidated damages and as the buyer’s exclusive remedy for the seller’s breach, the amount of $3,600 per day for failure to deliver or perform within the specified time limit.
In this IFB document:
Bids received will become the property of the City. All bids and any subsequent contracts will be subject to public disclosure per the “California Public Records Act,” California Government Code, sections 7920.000 - 7931.000, once the City has awarded the contract resulting from this solicitation.
If a Bidder’s proprietary information is contained in documents or information submitted to City, and Bidder claims that such information falls within one or more CPRA exemptions, Bidder must clearly mark such information “Confidential and Proprietary,” and identify the specific lines containing the information. In the event of a public request for such information, City will make best efforts to provide notice to Bidder prior to such disclosure. If a Bidder contends that any documents are exempt from the CPRA and wishes to prevent disclosure, it is required to obtain a protective order, injunctive relief, or other appropriate remedy from a court of law in Santa Cruz County before the City is required to respond to the CPRA request. If Bidder fails to obtain such remedy within the time the City is required to respond to the CPRA request, City may disclose the requested information without any liability to Bidder. Bidder further agrees that it shall defend, indemnify and hold City harmless against any claim, action or litigation (including but not limited to all judgments, costs, and attorney’s fees) that may result from denial by City of a CPRA request for information arising from any representation, or any action (or inaction), by the Bidder.
The City desires to foster cooperative relationships with Proposers and to reach a fair agreement in a timely manner.
The City encourages Proposers to resolve issues regarding the RFP requirements or the procurement process through written correspondence and discussions at least 5 business days prior to the proposal due date. This will allow the City time to research the validity of any stated issues and either issue an addendum to the RFP, cancel the RFP, or determine the protest to be unfounded and proceed with the solicitation. In the event, the protest of specifications is denied, and the protester wishes to continue in the protest process, the protesting Proposers must still submit a proposal in accordance with the proposal submittal procedures provided in this solicitation. Questions or concerns prior to the intent to award notice will be directed to:
Antonio DeWitt-Hernandez, Assistant Engineer, adewitt-hernandez@santacruzca.gov
Any Proposer who unsuccessfully bids on a City contract or any trade association representing workers who would have potentially been employed by such contract may formally protest a contract award. Protest letters regarding a formal contract award will be directed to:
City of Santa Cruz
City Clerk Administrator
809 Center Street, Room 9
Santa Cruz, California 95060
Protests will be filed with the City Clerk’s office no later than 5 business days after the written Notice of Intent to Award is sent by the City. Protest letters will include:
The City Council will hear the protest prior to award of the contract. The protesting party may protest the City’s or successful Proposer’s failure to comply with the requirements of the Purchasing Ordinance or the solicitation documents. The protest must clearly set forth the basis for the protest; grounds not set forth in the written protest will not be considered by the City Council at the protest hearing. The City Council will sustain a protest if the protesting party demonstrates by clear and convincing evidence that, as specified above, the City would act improperly in awarding the contract. The decision of the City Council is final.
Bonding requirements for federally funded contracts are subject to the following federal directives:
Bidder’s security of ten percent of the bid price for all public works contracts at the time of Bid submittal (Public Contract Code Section 20483(a)).
Within ten (10) business days, not including legal holidays, of contract award, the successful Proposer must submit a performance bond and payment bond, executed by the Contractor and the Surety. All bonds must be issued by California admitted Sureties.
Should any surety or sureties be deemed unsatisfactory by the City, a notice will be given to the Contractor. The Contractor shall promptly substitute a new surety or sureties satisfactory to the City. No further payment shall be deemed due or will be made under the contract until the new sureties are accepted by the City.
At its sole discretion, the City may allow the Contractor to provide bonds from multiple sureties to meet the bond requirements.
[Remove if Service Contract]
Goods are to be delivered to the location specified. All deliveries are F.O.B. destination.
Proposer acknowledges that time is of the essence in the performance of this contract. If the goods are not delivered within the time period stated on the Vendor’s proposal, or by a different date mutually agreed to in writing, the City reserves the right to cancel the order. If the City cancels the order because of late delivery, the Vendor will not be allowed to charge the City for any costs associated with the order and may be charged any increase in cost the City must pay for the replacement order.
Charges not included in the contract resulting from this solicitation will not be paid. However, the City may consider requests to pay fuel surcharges when the price of crude oil is inflated; but when the price of crude oil decreases, fuel surcharges not set forth in the contract resulting from this solicitation will no longer be paid.
Within 14 calendar days, unless the contract stipulates a different time period, the City will inspect the goods received to verify compliance with specifications. If deficiencies are detected, the goods will be rejected and the Vendor will be required to make the necessary adjustments or replacements at the Vendor’s expense. Acceptance of the goods will be made when the City determines the goods received are in compliance with specifications and are free from defects.
Upon award notification and prior to final contract approval, the successful proposer will be required to submit:
The finalized contract will include the IFB, the Bidder’s Bid Form, the City’s standard Terms and Conditions.
[Remove if Service Contract]
The Vendor will furnish SDS forms for every product delivered.
Upon award notification and prior to final contract approval, the successful proposer will be required to submit:
The finalized contract will be in the form included as Appendix A Sample Agreement herein, and include the IFB documents, the Bidder’s Bid Form.
[Remove if Service Contract]
[Explain any installation requirements.]
[Remove if Service Contract]
The Vendor will be responsible for any damage to City property during the performance of this contract. In the event that there is damage to City property, the Vendor will immediately report the incident to the City in writing. Any such damage will be repaired or replaced with same by the Vendor at his/her expense and to the satisfaction of the City.
[Remove if Not Applicable]
[Explain any training requirements.]
The City of Santa Cruz has long been an advocate for environmental conservation and sustainable living. This includes, but is not limited to, the Green Business Program, the Living Wage Ordinance, the Clean Ocean Business Program, the Green Building Program and Climate Action Plan 2030 goals which define greenhouse gas reduction objectives to reduce community-wide greenhouse gas emissions 40 percent by 2030 and 100 percent by 2035 (compared to 1990 levels). In your Bid Form, please provide information about your company regarding any existing environmental conservation goals or guidelines, environmental or greenhouse gas emissions disclosures, Green Business certifications, existing alternative fuel service vehicles, superior employee benefit policies, or other applicable policies.
The City accepts no financial responsibility for any costs incurred by a bidder in responding to this IFB and bidders acknowledge and agree that their Bids will become the property of the City and may be used by the City in any way deemed appropriate.
[Remove if Service Contract]
The Vendor will maintain adequate stock of ITEM to accommodate City’s needs throughout the length of the contract. Failure to maintain adequate stock may be deemed a breach of contract and may result in termination of the contract.
[Remove if Service Contract]
Vendor will place all orders for item(s) covered in this contract. In the event the Vendor is unable to supply the item(s) when needed, the City reserves the right to order the item(s) from any source offering the lowest price and the required amount. Any such items will be ordered from the Vendor the next time they are required. The City may bill Vendor the difference if the City must pay a higher price for out-of-stock contract item(s).
[Remove if Not Applicable]
Vendor warrants that the item(s) provided and/or work performed under this contract comply with all Project specifications, are free of liens and encumbrances, and that workmanship and materials are free from defects during the warranty period. Work shall comply with nationally recognized codes and established industry standards. Equipment shall carry the manufacturers’ most favorable commercial warranties. The warranty period shall begin after City’s acceptance of item(s) and/or work and shall extend thereafter for a period of 10 years, or as otherwise specified by the manufacturer’s standard warranty, whichever is later.
Vendor agrees to remedy by replacing or repairing any item(s) that is damaged or defective during normal usage within the warranty period, at no additional cost to the City. Such repair or replacement will occur within a reasonable time frame, to the satisfaction of the City. Exceptions to any of these warranty provisions will be indicated b Vendor in their proposal.
[Remove if Service Contract]
Vendor will issue full credit for return of unused ITEM(s). The City prefers returns to be at no additional charge; this includes but is not limited to, restocking or handling charges. Exceptions to this provision will be indicated by Vendor in their bid response.
Vendor will agree to remove any employee whose conduct is improper, inappropriate, or offensive as determined by the City. A removed employee(s) is not to work on City premises without the written consent of the City. The Vendor will remove any employee from working in, or delivering to, City facilities who is convicted of a felony during his/her employment.
[For Police Department and Water Treatment Facility]
Only employees of the firm who successfully pass the City-required background check will be allowed within the facility. The City will pay for the cost of no more than two background checks per contract year; Vendor will be responsible for the cost if more than two employees need background checks per contract year. Background checks will be completed before the employee is allowed facility access.
[Remove if Not Applicable]
Vendor will provide the name and contact information of a representative who will be available 24 hours a day, 7 days a week, in the event of an emergency. During the emergency, Vendor will provide the City of Santa Cruz with all available supplies, materials, equipment and/or services on a priority basis.
Time is of the essence for delivery. Delivery location(s) and estimated arrival will be mutuality agreed upon, by the City and Vendor, at time of order and will be determined based on need and existing conditions. It is understood that current conditions, such as power outages, road closures, and damages to the Vendor’s facility and/or equipment, will be taken into consideration. The City expects emergency deliveries to occur within 4 hours of order placement and may be required during evenings, weekends, and holidays.
[Remove if Not Applicable]
As a cost saving measure, many City offices may be closed on Fridays and the City typically closes several facilities during two weeks in December. These pre-scheduled furloughs are subject to change. Vendor will be given prior notice of cost-saving furloughs; and the monthly billing will be prorated accordingly.
Excluded from this specification are all items purchased separately on other City contracts. The City also reserves the right to bid separately any item or items where it is determined by the Purchasing Manager that:
A substantial savings in cost will result due to a large quantity purchase,
OR
The commodity is not appropriately classified under this specified contract.
By confirming, the proposer is affirming to the following:
The undersigned, upon acceptance, agrees to furnish the following in accordance with the specifications and terms and conditions per City of Santa Cruz “Invitation for Bids for Downtown Catch Basin Rehabilitation 2026” at the prices indicated herein.
The bidder, under penalty of perjury, declares not to be a party with any other business to an agreement to propose a fixed or uniform price in connection with this bid.
The bidder declares under penalty of perjury that she/he is authorized to sign this document and bind the business or organization to the terms of this bid.
The bidder recognizes the right of the City of Santa Cruz to reject any or all bids received and to waive any informality or minor defects in bids received.
The bidder declares under penalty of perjury that the information contained in this Bid and all accompanying documents are true and correct.
By confirming, the proposer, the party making the foregoing proposal declares that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the Consultant has not directly or indirectly induced or solicited any other Consultant or Sub-Consultant to put in a false or sham proposal; and has not directly or indirectly colluded, conspired, connived, or agreed with any Consultant, Sub-Consultant or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the Consultant has not in any manner directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the Consultant or any other Consultant or Sub-Consultant, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other Consultant or Sub-Consultant, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and, further, that the Consultant has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Failure to comply with the City’s Terms and Conditions and Insurance Requirements may disqualify your bid.
Vendor questionnaire submittal is not required as part of bid package.
Local Businesses and Locally Owned Businesses must submit this certification with each bid or proposal in order to receive the 2% and additional 4% preference applied during the evaluation of any competitive process for goods, supplies, equipment, materials, services, or professional services.
Local Businesses
To qualify for the 2% local business preference, a business must meet the following criteria:
To qualify for an additional 4% locally owned business preference, a business must meet the above requirements for a local business and at least 50% of the business’ owners must live in the County of Santa Cruz.
To qualify for the locally owned business preference, list all of the business’ owners and their county of residence.
In previous disasters, many organizations have responded enthusiastically to the City’s requests for supplies and services needed to protect the health, safety, and property of the Santa Cruz public. The information on this list allows us to quickly locate desperately needed resources. Because many businesses give us their nighttime phone numbers, we are able to obtain crucial supplies and services after normal business hours.
If you are interested in being a part of this list, please take a few minutes to fill out the form below, review the categories, and check any that apply.
We urge you to provide the manager’s or owner’s home address and phone number. Having information on how to contact a firm after hours greatly improves our emergency response. This information is kept confidential and used only in the event of serious life-threatening emergencies.
Please download the below documents, complete, and upload.
You do not have to have a pre-bid meeting or site visit. It is a decision you will make based off of the complexity of the contract and scope of work.
Please make sure to reflect the option choose below in your Introduction Section Timeline by clicking on "Edit Timeline"
Local Preference does not apply to:
Every contract for services to the City for $10,000 or more is subject to the City’s Living Wage Ordinance number 2000-25.
Liquidated Damages are applicable for PW- non Construction, & Construction Projects
You will need to use a standard calculation to determine this number, based on a reasonable estimate of damages you will incur daily if the Project is delayed.
Supplemental Line Items are items/services that we request pricing from the vendors but are not counted as part of the low bid. They should be set up in a different
Performance Bond/ Payment Bond are usually applicable for federally funded and public works over $25,000 projects.
Q (Bid Item 13,14,15 & 16): Provide Detail and Specification for the referenced Bid Items
A: See Addendum #1: "Change to the Specifications" No. 1
Q (No subject): Can city please provide invert elevations and grate elevations for all proposed underground work so that materials can be accurately quantified?
A: See Addendum #1: "Change to the Specifications" No. 2
Q (Required Bid Documents): The Bid Form checklist does not include the Iran Contracting Act Certification form or the Contractor Qualification Questionnaire; however, both documents are included in the specification manual. Could you please confirm whether these two documents are required to be submitted with the bid?
A: The Iran Contracting Act Certification form is required for all submitted bids that are equal to or greater than $1,000,000. The Contractor Qualification Questionnaire is required for all submitted bid packages.
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.