Active SLED Opportunity · CALIFORNIA · CITY OF MILPITAS

    Fire Station 1 Kitchen Renovation

    Issued by City of Milpitas
    cityIFBCity of MilpitasSol. 227453
    Open · 27d remaining
    DAYS TO CLOSE
    27
    due May 20, 2026
    PUBLISHED
    Apr 10, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236118
    AI-classified industry

    AI Summary

    City of Milpitas seeks bids for renovation of the second-floor kitchen at Fire Station No. 1. Work includes removal and replacement of cabinetry, countertops, appliances with commercial-grade stainless steel installations, plumbing, and surface repairs. Requires Class B General Contractor License and bid bond. Bids due May 20, 2026 via OpenGov.

    Opportunity details

    Solicitation No.
    227453
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 10, 2026
    Due Date
    May 20, 2026
    NAICS Code
    236118AI guide
    Jurisdiction
    City of Milpitas
    Agency
    City of Milpitas

    Description

    Through this Invitation for Bid (IFB), the City of Milpitas (City) is seeking bids from qualified contractors to renovate the second-floor kitchen of Milpitas Fire Station No. 1, located at 777 S. Main Street, Milpitas, California. Renovation work shall include, but not limited to, removing existing cabinetry, countertops, and appliances and replacing them with custom-fabricated, commercial-grade stainless steel casework, integrated countertops, and backsplashes; installing new plumbing fixtures and appliances; and patching and repairing disturbed surfaces. All work shall be performed in compliance with applicable codes, standards, and City requirements, including safety and quality control procedures, and must minimize disruption to fire station operations.

    Responding vendors must provide a bid bond (or acceptable substitution as specified herein), and the awarded vendor must provide payment and performance bonds. See Scope of Work and additional IFB information and attachments for further details.

    Minimum Qualifications: Must have a Current and Valid Class B General Contractor License.

    All work for this project shall be completed within 180 days of the contract begin date.

    Project Details

    • Reference ID: 26-157
    • Department: Public Works
    • Department Head: Christian Di Renzo (Director of Public Works)

    Important Dates

    • Questions Due: 2026-05-06T19:00:04.830Z
    • Pre-Proposal Meeting: 2026-04-28T20:00:00.000Z — Milpitas Fire Station No. 1, 777 S. Main Street, Milpitas, CA 95035

    Evaluation Criteria

    • Bid Submittal
      1. Bids must be submitted via OpenGov, the City's electronic bid management system (https://procurement.opengov.com/portal/milpitas-ca). No other method of submitting bids will be accepted. Bidders may not submit bids by fax, email, telephone, or other means.  Any bids received through any other means than OpenGov will be returned unopened.
      2. Submittal Deadline. Bids must be uploaded to and submitted on the OpenGov website by the specified Submittal Deadline. Bidders are solely responsible for the on time submission of their electronic Bid. Failure of the Bidder to successfully submit an electronic Bid by the Submittal Deadline shall be the Bidder’s sole risk, and no relief will be given for late and/or improperly submitted Bids. 
      3. Responsibility. Bidder is solely responsible for ensuring its bid is successfully uploaded and submitted in accordance with the IFB requirements before the Submittal Deadline.  The City shall not be responsible for any delays in transmission or errors in your submitted response. Bids must be uploaded in Microsoft Word, Excel or Adobe PDF format only, using as few files as possible. Do not wait until the last minute to upload files and submit your bid response as delays can occur.  In the event that there is a problem uploading documents or submitting your bid, please contact OpenGov support for assistance at https://opengov.my.site.com/support/s/contactsupport, Chat:  http://support.opengov.com, Email: support@opengov.com, or Phone: (650) 336-7167. Neither the City nor OpenGov make any guarantee as to the timely availability of assistance, or assurance that any given problem will be resolved by the bid submission date and/or time.
      4. Extension of Submittal Deadline. The City reserves the right to extend the Submittal Deadline when it is in the best interest of the City to do so.
      5. Forms. To be considered for award, each Bid shall be made on forms furnished by the City in this IFB.
      6. Late Bids. The Submittal Deadline is absolute. Bids will not be accepted after the Submittal Deadline.
      7. Signature. To be considered for award, each Bid shall be signed by an authorized representative of the Bidder.
      8. Registration: All Bidders must register on OpenGov to submit solicitation responses.  If you are not already registered, please go to https://procurement.opengov.com/portal/milpitas-ca and click on +Subscribe.  There is no cost to register for or participate in City of Milpitas solicitations.

       

    • Public Notice

      Notice is hereby given that the City of Milpitas (“City”) will receive electronic bids for Fire Station 1 Kitchen Renovation until Wednesday, May 20, 2026 12:00 pm Pacific Time. Bids shall be valid for a minimum of 90 Days after the bid opening date.

      Interested parties may obtain copies of this IFB through the Milpitas purchasing website at https://www.milpitas.gov/264/Bid-Opportunities or directly through OpenGov at https://procurement.opengov.com/portal/milpitas-ca.

      All bidders must register on OpenGov to submit bid responses. If you are not already registered, please go to https://procurement.opengov.com/portal/milpitas-ca and click on +Subscribe.  There is no cost to register for or participate in City of Milpitas solicitations.

      It is the responsibility of each prospective bidder to download all bid documents for review before submitting a bid.  Bids must be submitted on the City’s Bid Forms. Any Addenda will be posted on OpenGov. It is the sole responsibility of each prospective bidder to check OpenGov on a daily basis through the close of bids for any applicable addenda or updates. The City does not assume any liability or responsibility based on any defective or incomplete bid submittals. Solicitation information posted in OpenGov may change without notice to prospective bidders. The final executed Contract Documents shall supersede any information posted or transmitted on OpenGov.

    • Fire Station 1 Kitchen Renovation Scope of Work

      1. General Requirements

      1. Contractor shall provide all labor, materials, equipment, and permits necessary to complete the kitchen remodel as shown on the approved drawings (See Attachment C - As-Builts and Attachment D – Enlarged Kitchen Plans).
      2. Contractor shall comply with City of Milpitas Public Works Division standards for public facility construction, including prevailing wage and safety compliance under Cal/OSHA.
      3. Contractor shall coordinate work with Fire Station Operations for access and scheduling to minimize disruption to essential services.
      4. Contractor shall submit to City product data for all stainless steel components and finishes for review and approval prior to fabrication.
      5. Contractor shall protect all existing finishes, utilities, and equipment to remain.

      2. Demolition and Preparation

      1. Contractor shall remove and dispose of existing:
        1. Base and wall cabinets, countertops, and backsplashes.
        2. Sinks, dishwashers, and cooking appliances as directed by the City.
      2. Contractor shall protect in place:
        1. Existing vinyl plank flooring throughout kitchen.
        2. Existing refrigerators, vent hoods, soffits, and framed walls to remain.
      3. Contractor shall cap and secure plumbing, electrical, and gas utilities during demolition and reactivate upon installation of new equipment.
      4. Contractor shall coordinate with the City’s representative for salvageable items (See Demolition Keynotes and Demolition Notes on Attachment D - Enlarged Kitchen Plans).

      3. Kitchen Improvements

      Cabinetry and Casework

      1. Contractor shall provide and install custom-fabricated stainless steel base and wall cabinets as indicated on drawings:
        1. Base cabinets: 24” deep, continuous stainless steel countertops, integral backsplashes, and welded corners.
        2. Upper cabinets: 12” deep stainless casework with concealed hinges and sound-deadening liners.
        3. All cabinetry to be Type 304 stainless steel, #4 brushed finish.
      2. Contractor shall provide and install accessible open cabinetry below sink areas per ADA requirements.
      3. Contractor shall ensure all cabinet interiors are stainless steel with adjustable shelves.
      4. Contractor shall ensure drawer units are full-extension with ball-bearing slides.

      Countertops and Backsplashes

      1. Contractor shall provide and install integrated stainless steel countertops (18-gauge minimum) with continuous backsplashes as shown on elevations.
      2. Contractor shall provide and install full-height stainless steel wall backsplashes at cooking and sink areas.
      3. Contractor shall ensure all seams shall be continuously welded and ground smooth for sanitary conditions.

      Plumbing Fixtures and Appliances

      1. Contractor shall provide and install new stainless steel sink and commercial faucet assemblies.
      2. Contractor shall reconnect plumbing to existing supply and waste lines.
      3. Contractor shall provide and install new commercial-grade dishwasher that meets following minimum requirements: Heavy-Duty “Pot & Pan Rated” undercounter units, NSF pot & pan rating (higher wash pressure) , larger door clearance (~17”) for bulky items, reinforced wash arms and strong pump, high horsepower wash pump, anti-clogging wash arms, heavy-gauge stainless steel construction, and enhanced filtration/scrap system.
      4. Contractor shall ensure proper connections to existing lines, drains, and electrical. 
      5. Contractor shall verify appliance clearances and connections in field.

      Miscellaneous Work

      1. Contractor shall patch and repair walls, soffits, and adjacent surfaces disturbed by construction.
      2. Contractor shall maintain fire safety and ventilation integrity in all penetrations and interfaces with existing systems.
      3. Contractor shall perform final cleaning and polishing of all stainless steel surfaces prior to turnover.

      4. Coordination and Quality Control

      1. Contractor shall field verify all dimensions and existing conditions prior to fabrication.
      2. Contractor shall provide shop drawings that include cabinet details, joint locations, and mounting heights to City for approval prior to installation.
      3. Contractor shall ensure all stainless steel fabrication complies with:
        1. NAAMM / AWMAC / SEFA 8 standards for casework.
        2. NSF/ANSI 2 for food equipment.
      4. Contractor shall coordinate inspections with the City’s Public Works inspector and Fire Department representative.

      5. Required Submittals to City

      Contractor shall provide to City for approval the following:

        1. Product data and samples for stainless steel finishes and fasteners prior to ordering.
        2. Shop drawings of casework, counters, and backsplash assemblies after installation.
        3. Field verification report prior to fabrication prior to ordering.

      6. Closeout

      1. Contractor shall submit to City as-built drawings reflecting final installation.
      2. Contractor shall convey to City manufacturer warranties for stainless steel cabinetry and sink assemblies that are a minimum of one (1) year from date of installation.
      3. Contractor shall conduct final walkthrough with City representative to confirm completeness and cleanliness.

      7. Exclusions

      1. Existing HVAC, lighting, or fire suppression systems unless noted.
      2. Structural alterations beyond casework anchorage.
      3. Painting or flooring replacement unless required due to damage caused by Contractor.
    • Withdrawal of Bid

      Bidder’s authorized representative may only withdraw bids through the OpenGov website prior to the Submittal Deadline.

    • No Pre-Bid Conference

      A Pre-Bid Conference is not scheduled.

    • Mandatory Pre-Bid Conference

      A mandatory Pre-Bid Conference to review the requirements of this IFB will be held in the City of Milpitas on Tuesday, April 28, 2026 starting at 1:00 pm, at the following location:

      Milpitas Fire Station No. 1, 777 S. Main Street, Milpitas, CA 95035

      Attendance at the Pre-Bid Conference is mandatory, and the City reserves the right, in its sole discretion, to reject without review bid submittals of any Applicants that do not attend the meeting. Applicants are expected to be present for the entire meeting, and the City reserves the further right, in its sole discretion, to refuse admission to any prospective Applicant arriving more than thirty (30) minutes after the start of the meeting.  The City believes that attendance at the Pre-Bid Conference is essential for successful participation in this IFB procurement and expects every Applicant to attend.

      The City may, in its sole discretion, consider such a bid submittal if it deems consideration to be in the City’s best interest or if the City determines that the Applicant’s failure to attend was caused by circumstances reasonably beyond the Applicant’s control.

      Prospective bidders [**INSERT “MAY” OR “MAY NOT”**] visit the Site without making arrangements through the [**INSERT TITLE**].

    • Examination of Contract Documents

      Bidders shall be solely responsible for examining the Contract Documents, including any addenda issued during the bidding period, and for informing themselves with respect to local labor availability, means of transportation, necessity for security, laws and codes, local permit requirements, wage scales, local tax structure, contractors’ licensing requirements, availability of required insurance, and other factors that could affect the Work. Bidders shall be solely responsible for their failure to examine the documents.

      The submission of a Bid shall constitute an acknowledgment upon which the City may rely that the Bidder has thoroughly examined and is familiar with the Contract Documents. Bids shall include complete compensation for all work to be performed under the Contract Documents.

    • Optional Pre-Bid Conference

      A Pre-Bid Conference to review the requirements of this IFB will be held in the City of Milpitas on Tuesday, April 28, 2026 starting at 1:00 pm, at the following location:

      Milpitas Fire Station No. 1, 777 S. Main Street, Milpitas, CA 95035

      Attendance at the pre-bid conference is optional.

    • Interpretation of Contract Documents

      Discrepancies in, and/or omissions from the Contract Documents or questions as to the meaning of any part thereof shall be immediately brought to the attention of the City by submission of a written request for an interpretation or correction. Any such submission must be sent through the OpenGov website using the solicitation Questions and Answers portal. Questions sent directly to City Staff will not be addressed, and you will be directed to submit your question(s) online. Questions related to this solicitation may not be asked via any other method.

      To submit a question/request for clarification: 1) Log into the OpenGov website; 2) click on the title of the solicitation and the solicitation page will open up; 3) find the Question/Answer tab; and 4) type in your question or request for clarification.

      See the Timeline in the Introduction Section of this IFB for the Question Submission Deadline.

      All questions issued by the City shall be included in the bid and made part of the Contract Documents. All questions will be answered by the City through OpenGov. Please Note: Bidders are responsible for ensuring that they have received any and all questions. Each Bidder should check OpenGov to verify that it has reviewed all questions and answers, if any, prior to the bid submittal deadline.

      Any bid submitted that does not acknowledge each and every question issued will be considered non-responsive. Questions, if any, must be acknowledged on the IFB Vendor Questionnaire. Questions and the City's corresponding Answers are considered Addenda to the solicitation.

    • Addenda

      Any interpretation of the Contract Documents will be made only by written addenda from the City, which will be posted on the OpenGov website. The City will not be responsible for any explanations or interpretations provided in any other manner. No person is authorized to make any oral interpretation of any provision in these Contract Documents to any bidder, and no bidder should rely on any such oral interpretation.

      The City reserves the right to revise the Contract Documents prior to the bid opening date. Revisions, if any, shall be made by written addenda. All addenda issued by the City shall be included in the bid and made part of the Contract Documents. Copies of addenda will be issued by the City through OpenGov. It is the responsibility of each Bidder to ensure that they have registered on OpenGov to receive all notifications. Each bidder should check OpenGov to verify that it has received all addenda issued, if any, prior to the bid opening.

      Any bid submitted that does not acknowledge each and every addenda issued will be considered non-responsive. Addenda, if any, must be acknowledged through the IFB Vendor Questionnaire.

    • Performance & Payment Bonds

      The successful Bidder will be required to furnish the City with a Performance Bond equal to 100% of the awarded Contract and a Payment Bond equal to 100% of the awarded Contract prior to execution of the Contract. All bonds are to be secured from a surety that meets all of the State of California bonding requirements, as defined in Code of Civil Procedure Section 995.120, and is admitted by the State of California.

    • Completion of Bid Response

      Bids shall only be prepared using copies of the Bid Forms provided in Attachment A. The use of Bid Forms other than those provided by the City will not be permitted. Bids shall be executed by an authorized signatory as described in these Instructions to Bidders. Bidders shall fill in all blank spaces (including inserting “N/A” where applicable) and initial all interlineations, alterations, or erasures to the Bid Forms. Bidders shall neither delete, modify, nor supplement the printed matter on the Bid Forms nor make substitutions thereon. Deviations in the Bid Forms may result in the bid being deemed non-responsive.

      Each Bidder shall submit its Bid in strict conformity with the requirements of the Contract Documents. Unauthorized additions, modifications, revisions, conditions, limitations, exclusions or provisions attached to a Bid may render it non-responsive and may cause its rejection. Bidders shall not delete, modify, or supplement the printed matter on the Bid Forms, or make substitutions thereon. Oral, telephonic, and electronic modifications will not be considered.

    • Local Purchasing Preference

      Pursuant to Section I-2-3.15 “Local Purchasing Preference” of the City Municipal Code, the City grants preference to a local provider who submits a bid within ten percent (10%) of the lowest responsible bidder and who is otherwise responsive and responsible to the invitation for bids, which preference shall allow the local provider the opportunity to reduce its bid to an amount equal to the amount of the lowest responsible bid, if the lowest responsible bid is submitted by other than an Eligible Local Provider. In the event an Eligible Local Provider reduces its bid to the amount of the lowest responsible bid, the Eligible Local Provider shall be deemed to have provided the lowest responsible bid and shall be awarded the contract.

      All Bidders must complete the Local Purchasing Preference Certificate included in Attachment A. The local provider shall certify under penalty of perjury, as a part of its bid and using the form provided by the City, that the Bidder qualifies as a local provider. The purchasing preference shall be waived if the Local Preference Certification form is not submitted with the respective bid.

    • Prevailing Wage

      If applicable, pursuant to section 1770 et seq. of the California Labor Code, the Contractor and all subcontractors shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations and comply with all applicable Labor Code provisions, which include, but are not limited to the employment of apprentices, the hours of labor and the debarment of contractors and subcontractors. Also, pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid, 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. If awarded a Contract, the Bidder and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the project. This project is also subject to compliance monitoring and enforcement by the Department of Industrial Relations. In bidding on this project, it shall be the Bidder’s sole responsibility to evaluate and include the cost of complying with all labor compliance requirements under this contract and applicable law in its bid.

    • Piggyback Clause

      It is intended that any other public agency be permitted to purchase under the terms submitted in response to this procurement. By submitting a Bid, the Bidder acknowledges and agrees that, to the extent permitted by law, and during the period in which the applicable contract is in effect (including, without limitation any extensions thereto), other public agencies shall be permitted to makes purchases under the same terms and conditions set forth in the resulting contract with the successful Bidder.

      To the extent other public agencies elect to “piggyback” on the contract or the City's competitive solicitation process, the City shall have no liability whatsoever in connection with any orders submitted to the successful Bidder by such other public agencies and, in each case, any and all liabilities associated with a piggyback order shall be the sole responsibility of the successful Bidder and the public agency that submitted the order to the successful Bidder.

    • Contractor License

      Each bidder shall be a licensed contractor pursuant to the Business and Professions Code and shall be licensed in the following appropriate classification(s) of contractor’s license(s), for the work bid upon, and must maintain the license(s) throughout the duration of the Contract: Current and Valid Class B General Contractor License. Each bidder shall be licensed as required by law.

    • Contact Information

      For further information regarding this IFB, please contact:

      David Gardner

      Buyer

      dgardner@milpitas.gov

    • Taxes

      Successful Bidder shall pay all federal, state and local taxes, levies, duties, and assessments of every nature due in connection with any work under the contract and shall indemnify and hold harmless the City from any liability on account of any and all such taxes, levies, duties, assessments and deductions. Bid prices shall include said taxes.

    • Completeness of Bid
      1. The Bidder shall furnish a price for all bid items scheduled (both base bid schedule and alternate bid schedule(s), if any) and failure to do so will render the Bid non-responsive.
      2. The costs for any work shown or required in the Contract Documents, but not specifically identified as a line item are to be included in the related line items and no additional compensation shall be due to Contractor for the performance of the work.
      3. In case of discrepancy between the “Unit Price” and the “Line Item Price” set forth for a unit basis item, the unit price shall prevail and shall be utilized as the basis for determining the lowest responsive, responsible Bidder. However, if the amount set forth as a unit price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or is the same amount as the entry in the “Line Item Price” column, then the amount set forth in the “Line Item Price” column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the Unit Price. For purposes of evaluating Bids, the City will correct any apparent errors in the extension of unit prices and any apparent errors in the
      4. The estimated quantities for Unit Price items are for purposes of comparing Bids only and the City makes no representation that the actual quantities of work performed will not vary from the estimates. Final payment shall be determined by the City from measured quantities of work performed based upon the Unit Price.
    • Award of Contract; Basis of Award

      The City shall award the bid to the lowest responsive and responsible Bidder. The City reserves the right to accept or reject any and all bids. The City will award on the basis of the Total Base Bid.

    • Execution of Contract

      Prior to contract execution, the awarded Bidder will deliver to the City all certificates, evidence of insurance, and bonds (if applicable) required by the Contract Documents within fifteen (15) days after receipt of the City's Notice of Award. Failure to do so shall be just cause for annulment of the award.

    • Rejection of Bids and Waiver of Informalities

      The City of Milpitas reserves the right to waive any immaterial informalities or irregularities, to reject any bid, all bids, or any part of any bid presented and re-advertise for bids. The City reserves the right to cancel this solicitation and make no award. The City of Milpitas reserves the right to reject the Bid of any Bidder who previously failed to perform adequately for the City of Milpitas or any other governmental agency. The City of Milpitas expressly reserves the right to reject the Bid of any Bidder who is in default on the payment of taxes, licenses, or other monies due to the City of Milpitas.

    • Authority of the City of Milpitas

      Subject to the power and authority of the City of Milpitas as provided by law in this contract, the City of Milpitas shall in all cases determine the quantity, quality, and acceptability of the work, materials, and supplies for which payment is to be made under this contract. The City of Milpitas shall decide the questions that may arise relative to the fulfillment of the contract or the obligations of the contractor hereunder.

    • Laws Governing Contract

      Any contract issued as a result of this solicitation shall be in accordance with the laws of the State of California. The parties stipulate that this contract was entered into in Santa Clara County, in the State of California. The parties further stipulate that Santa Clara County, California, is the only appropriate forum for any litigation resulting from a breach hereof or any questions risen here from.

    • Protest Procedure

      Should any Bidder wish to protest the award for this IFB to the lowest responsive and responsive Bidder(s), such protest should be submitted in writing to the designated Purchasing Contact for this solicitation. All protests received will be filed and adjudicated in compliance with the City Municipal Code Section “I-2-3.19– Protest Procedure”.

    • Authorized Distributor

      Bidders must be the authorized distributor for the product they offer, or must submit documentation from an authorized distributor that they have purchased the specified product/equipment from that distributor and that the distributor will honor all of the manufacturer’s warranties with their bid.

    • Non-Collusion

      Bidder declares that the only persons or parties interested in this bid are those named herein, and that this bid is made without collusion with any person, firm or corporation. Bidder proposes and agrees, if the bid is accepted, that Bidder will execute a contract with the City, in in the form set forth in the Contract Documents, and will perform the entire work for the prices set forth in this Bid, upon which the award of contract is made.

    • Performance

      In response to the Notice Inviting Bids for this solicitation and in accordance with the other Contract Documents relating thereto, the undersigned Bidder hereby proposes to furnish to the City all materials and equipment, labor, technical and professional services, supervision, and to perform all operations necessary and required to complete the Project in accordance with the provisions of the Contract Documents and any addenda thereto, and at the prices set forth herein.

    • Firm Offer

      This Bid constitutes a firm offer to which cannot be withdrawn for ninety (90) days after the date set for opening of Bids, or until a Contract is executed by the City and a third party, whichever is earlier.

    • Accuracy

      Bidder's signer certifies that it has examined and is fully familiar with all of the provisions of the Contract Documents and any addenda thereto; that it has carefully checked all of the figures shown in its Bid Schedule; that it has carefully reviewed the accuracy of all statements in this Bid and attachments hereto; and that it understands and agrees that the City will not be responsible for any errors or omissions on the part of the Bidder pertaining to Bidder's response to this solicitation.

    • California Secretary of State

      The awarded Proposer will be required to have and maintain an active registration and be in good standing with the California Secretary of State throughout the term of the contract. See https://bizfileonline.sos.ca.gov/search/business for more information.

    • Milpitas Business License

      The awarded Proposer will be required to comply with the City's business license registration requirements set forth in its municipal code.  See https://www.milpitas.gov/241/Business-License-Center for more information.

    Submission Requirements

    • Bidder Contact Information (required)

      Please provide your full name, your title, direct phone number, email address, your firm's name, and today's date.

    • Time is of the Essence (required)

      Time is of the essence for each and every provision of this Agreement/Contract. Vendor confirms that is has thoroughly reviewed every requirement of this solicitation and the accompanying sample Agreement/Contract and will furnish all necessary documents outlined in either this solicitation or the attached Agreement/Contract. By confirming this question, vendor understands that failure to provide any and all documents, including but not limited to, forms, subcontractor information, bonds, insurance, and quotes as required by this solicitation may result in the disqualification of their bid.

    • Acknowledgement of Addenda (required)

      Any bid response that does not acknowledge each and every addenda issued may be considered non-responsive. By confirming this prompt, you represent that you have seen and responded to all addenda to the IFB.

    • Question and Answer Acknowledgement (required)

      By checking the "Yes" option, Bidder acknowledges they have reviewed the Questions and Answers on the OpenGov website pertaining to this IFB (if any).

    • Current W-9 (required)

      Please upload your firm's current W-9 form here.

    • Prior Contract Failure (required)

      Bidder MUST disclose any alleged significant prior or ongoing contract failures, any civil or criminal litigation or investigation pending which involves the Bidder or in which the Bidder has been judged guilty or liable.

      If None, Bidder MUST state as follows:  “Our firm has no prior or ongoing contract failures, civil or criminal litigation, or pending investigation.”

      Failure to comply with this provision will disqualify your bid response.

    • Minimum Qualifications (required)

      Upload proof of Current and Valid Class B General Contractor License. 

    • Period of Performance (required)

      Please confirm that your firm will complete all work as set forth herein within 180 days of contract begin date. 

    • Bid Bond Requirement (required)

      Each bid shall be accompanied by a certified or cashier’s check or a bid bond secured from a surety company satisfactory to the City Council, in an amount not less than ten percent (10%) of the submitted Total Bid Price made payable to the City of Milpitas as bid security.

      The bid security serves as a guarantee that the successful bidder will, within five (5) working days after receiving the Notice of Award, enter into a contract and provide the necessary bonds and certificates of insurance. The bid security will be forfeited if the successful bidder fails to comply within this time. No interest will be paid on funds deposited with the City.

      Action Required: Please upload your completed and signed bid bond or provide a scanned copy of your certified or cashier's check in response to this item. Prior to issuing a notice of intent to Award, the City will require the apparent awarded vendor to deliver their bid bond (or check) to the City. The bid bond (or check) will be held by City until after the contract is executed, at which time, the City will return it to the awarded vendor.

    • Certification of Bidder (required)

      Complete, sign, and upload your Certification of Bidder form here.  See Attachment A - IFB Submittal Forms to Complete.

    • Local Purchasing Preference Certificate (required)

      Complete, sign, and upload your Local Purchasing Preference Certificate form here.  See Attachment A - IFB Submittal Forms to Complete.

    • Non-Collusion Declaration (required)

      Complete, sign, and upload your Non-Collusion Declaration form here.  See Attachment A - IFB Submittal Forms to Complete.

    • Bidder's Statement Regarding Insurance Coverage (required)

      Complete, sign, and upload your Bidder's Statement Regarding Insurance Coverage form here.  See Attachment A - IFB Submittal Forms to Complete.

    • Worker's Compensation Insurance Certification (required)

      Complete, sign, and upload your Worker's Compensation Insurance Certification form here.  See Attachment A - IFB Submittal Forms to Complete.

    • Non-Discriminatory Employment Certificate (required)

      Complete, sign, and upload your Non-Discriminatory Employment Certificate form here.  See Attachment A - IFB Submittal Forms to Complete.

    • Wage Theft Certification (required)

      Complete, sign, and upload your Wage Theft Certification form here.  See Attachment A - IFB Submittal Forms to Complete.

    • Bid Bond (required)

      Is a Bid Bond required for this IFB?

    • Performance Bond (required)

      Performance Bond is optional for IFBs. Is a performance bond required?

    • Contractor License (required)

      Is a Contractor License Required?

    • Insurance (required)

      Is insurance required for this project?

    • Pre-Bid Conference (required)

      Please select which kind of conference you will have

    • ProcureNow Electronic Pricing Table (required)

      Will you be using the ProcureNow Electronic Pricing Table? If you select no, you'll need to attach the spreadsheet you want the bidder to use to respond.

    Questions & Answers

    Q (Missing Project Manual): Hi, We could not find project manual in uploaded documents for this project. We need bid submission documents, Bid bond form and bid submission address and instructions. Please help. Thank you.

    A: There is no project manual for this project. Bid bond form is in Attachment B - Exemplar Construction Agreement. Please follow the Bid Instructions provided in Section 6 of the Invitation for Bid. All bids must be submitted electronically through OpenGov.


    Q (Civil Plans): The general notes refer to Civil plans for further information, do we have access to those?

    A: The Civil plans referenced in the General Notes section of Attachment C - As-Builts are not applicable for this project. Access will not be provided.


    Key dates

    1. April 10, 2026Published
    2. May 20, 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.