Active SLED Opportunity · CALIFORNIA · WEST SACRAMENTO CAPITAL PROJECTS - CONSTRUCTION

    Fire Station 43 – Apparatus Bay Paint & Epoxy Flooring and Exterior Repaint

    Issued by West Sacramento Capital Projects - Construction
    cityITBWest Sacramento Capital Projects - ConstructionSol. 231976
    Open · 4d remaining
    DAYS TO CLOSE
    4
    due Apr 27, 2026
    PUBLISHED
    Mar 20, 2026
    Posting date
    JURISDICTION
    West Sacramento
    city
    NAICS CODE
    238320
    AI-classified industry

    AI Summary

    The City of West Sacramento invites sealed bids for repainting and epoxy flooring installation at Fire Station 43. The project includes interior and exterior painting, dry rot repair, and installation of a durable resinous flooring system. Bids are due April 27, 2026, with mandatory compliance to prevailing wage laws and use of an online project management system.

    Opportunity details

    Solicitation No.
    231976
    Type / RFx
    ITB
    Status
    open
    Level
    city
    Published Date
    March 20, 2026
    Due Date
    April 27, 2026
    NAICS Code
    238320AI guide
    Agency
    West Sacramento Capital Projects - Construction

    Description

    The City of West Sacramento is accepting sealed responses for Fire Station 43 – Apparatus Bay Paint & Epoxy Flooring and Exterior Repaint to be received no later than Monday, April 27, 2026 at 2:00 pm.

    The bid specifications, including instructions on how to bid, standards for a responsive bid, and project specifications, are attached hereto in Attachments and incorporated herein by reference as if set forth in full

    Background

    West Sacramento is a vibrant riverfront community centrally located in Northern California. West Sacramento shares the Sacramento River with neighboring Sacramento, with the deep water ship canal serving the Port of Sacramento. Incorporated in 1987, West Sacramento encompasses approximately 22 square miles, with a population just over 55,000. West Sacramento has a Council/Manager form of government. Citizens elect four City Council Members by district (as of the November, 2022 election) who serve four year terms and directly elect the mayor who serves a four-year term. The City is full-service with nine (9) departments and nearly 500 full-time employees. The City provides the full range of municipal services including police and fire protection, park, street, fleet, and facility maintenance, economic development and housing, community development, capital projects, and parks and recreation. The City also provides water, wastewater, and solid waste services. In addition, the City maintains port, water, wastewater, and solid waste enterprise funds. Other activities and related entities include the West Sacramento Redevelopment Successor Agency, Reclamation District 900 and the West Sacramento Area Flood Control Agency.

    Fire Station 43 is an active emergency response facility operated by the City of West Sacramento Fire Department. The apparatus bay interior masonry walls, ceiling surfaces, exterior painted areas, and existing concrete slab surfaces have experienced normal operational wear due to daily apparatus traffic and environmental exposure.

    The City intends to repaint designated interior and exterior surfaces and install a durable resinous flooring system within the apparatus bays to improve durability, cleanability, and long-term performance.

    All work shall be coordinated to maintain continuous Fire Station operations.

    Project Details

    • Reference ID: 26-006-ITB
    • Department: Capital Projects - Construction
    • Department Head: Ariana Adame (Director)

    Important Dates

    • Questions Due: 2026-04-04T00:00:23.465Z
    • Pre-Proposal Meeting: 2026-03-27T17:00:58.248Z — Fire Station 43 - 1561 Harbor Blvd, West Sacramento, CA 95691

    Addenda

    • Official Notice #1: Notice – Reference Layout Provided (released 2026-03-25T20:35:07.874Z) —

      A building shell layout is provided for reference to assist bidders (see attached ).

      This layout is for informational purposes only and is provided for convenience to help understand the general configuration of the apparatus bay and exterior shell. It may not reflect exact as-built conditions. The exterior perimeter wall is not shown and is included in the project scope for painting.

      Contractors are responsible for verifying all field conditions prior to bidding and shall complete all work in accordance with the Contract Documents.

    • Addendum #1 (released 2026-04-01T19:50:01.959Z) —

      Revisions to Installer Qualifications and Coating System Requirements

      The Contract Documents are hereby revised as follows:

       Epoxy Flooring Installer Qualifications

      All epoxy/resinous flooring work shall be performed by a contractor or subcontractor that is certified by the manufacturer of the specified resinous flooring system.

      The installer shall meet the following minimum requirements:

      • Be currently approved and certified by the manufacturer of the proposed resinous flooring system.
      • Certification shall be specific to heavy‑duty broadcast resinous flooring systems.
      • Provide proof of certification with the bid or prior to contract award, at the City’s discretion.
      • Demonstrate a minimum of five (5) years of experience installing similar heavy‑duty broadcast systems.
      • The City reserves the right to reject any installer that cannot demonstrate adequate certification, experience, or performance history.

      Failure to comply with these requirements may result in bid rejection or disqualification.

      Basis of Design – Coating Systems

      The following Basis of Design coating systems are added to the Contract Documents:

      Interior CMU Walls

      • Primer: Loxon Concrete & Masonry Primer
      • Finish: Pro Industrial Pre‑Catalyzed Waterbased Epoxy (Eggshell, 2 coats)

      Interior Ceilings

      • Primer: Premium Wall & Wood Primer
      • Finish: ProClassic Waterborne Acrylic (Satin/Low Sheen, 2 coats)

      Exterior CMU

      • Primer: PrepRite Block Filler
      • Finish: A‑100 Exterior Latex (Satin, 2 coats)

       Contractor Responsibilities

      The Contractor shall:

      • Verify compatibility of all coating system components.
      • Follow all manufacturer surface preparation, application, and curing requirements.
      • Provide complete coating systems (primer + finish) as specified.
      • Submit equivalent products for approval; equivalents must meet or exceed the performance of the Basis of Design systems.

       Failure to comply with these requirements may result in bid rejection or disqualification. The City will verify prior references. 

    • Official Notice #2: Bid Walk Sign in Sheet (released 2026-03-27T17:49:12.684Z)

    Evaluation Criteria

    • Important Instructions for Electronic Submittal

      The City of West Sacramento is only accepting electronic bid submissions and only through its online bidding platform, OpenGov. Bidders shall create a FREE account by signing up at OpenGov.com. Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.

      The bid specifications, including instructions on how to bid, standards for a responsive bid, and project specifications, are attached hereto in Attachments and incorporated herein by reference as if set forth in full

    • Executive Order N-6-22 – Russia Sanctions

      On March 4, 2022, Governor Gavin Newsom issued Executive Order N-6-22 (the EO) regarding Economic Sanctions against Russia and Russian entities and individuals. “Economic Sanctions” refers to sanctions imposed by the U.S. government in response to Russia’s actions in Ukraine, as well as any sanctions imposed under state law. By submitting a bid or proposal, Contractor represents that it is not a target of Economic Sanctions. Should the State determine Contractor is a target of Economic Sanctions or is conducting prohibited transactions with sanctioned individuals or entities, that shall be grounds for rejection of the Contractor’s bid/proposal any time prior to contract execution, or, if determined after contract execution, shall be grounds for termination by the State.

    • Opening & Award of Contract

      Bids will be opened publicly and read aloud at the time and date established in the invitation to Bidders. Bid Summaries may be made available to Bidders after the Bid Date.

      The City reserves the right to accept or reject any and all Bids for a period of sixty (60) days after the date of opening, and to waive any informality or irregularity in any Bid. No Bid can be withdrawn during that period, except pursuant to Public Contract Code section 5102, et seq. 1751480.1 7203-001

      The City reserves the right to reject any or all Bids, including, without limitation, the right to reject any non-conforming, non-responsive, or conditional bids.

      Before a Bid is considered for award, the City may, in addition to the Experience & Qualifications form included in the Bid documents, require a Bidder to submit a statement of facts and detail as to its business, technical organization and financial resources and equipment available and to be used in performing the work. Additionally, the City may require evidence that the Bidder has performed other work of comparable magnitude and type. The City expressly reserves the right to reject any Bid if it determines that the business and technical organization, equipment, financial and other resources or other experience of the Bidder (including the bidder’s Subcontractors) is not sufficiently qualified for the work Bid upon and, therefore, justifies such rejection.

      The award of the Contract, if it is awarded, will be to the lowest responsive, responsible Bidder whose Bid complies with the requirements set forth herein.

      The issuance by the City of a notice to the successful Bidder of the award of the Contract (“Notice of Award”) shall be deemed the Award of Contract.

    • Prevailing Wages
      1. Contractor Registration. Pursuant to Labor Code section 1725.5, no contractor or subcontractor may be listed on a bid proposal for a public works project unless registered with the Department of Industrial Relations (DIR) pursuant to Labor Code section 1725.5. No contractor or subcontractor may be awarded a contract for public work on a public works project unless registered with the DIR pursuant to Labor Code section 1725.5. The work contemplated by this ITB is subject to compliance monitoring and enforcement by the DIR.
      2. Prevailing Wages. Proposers are hereby notified that the DIR has determined the general prevailing rate of wages for each craft, classification, or type of worker needed to execute the work. Copies of the current schedules for California prevailing wages are located in the City’s office, and the contents of those schedules are included herein as if set forth in full. Licensure and Special Certification.
    • Bid Protests

      The lack of a prompt procedure to resolve disputes regarding the bidding process would impair the City’s ability to carry out its purpose of constructing this project in a timely manner. Therefore, to the maximum extent authorized by law and notwithstanding any other procedures specified in documents referenced herein, all disputes and/or protests regarding the bidding process shall be subject to the following procedure. In submitting a Bid to the City for this project, the Bidder agrees to comply with and to be bound by this procedure.

      Any Bid protest must be submitted in writing to the Director of Capital Projects & Transportation of the City of West Sacramento before 5:00 p.m. on the fifth (5th) working day following Bid opening.

      (a) The initial protest document must contain a complete statement of the basis for the protest, and all supporting documentation.

      (b) The party filing the protest must have actually submitted a Bid for the Work. A Subcontractor of a party submitting a Bid for the Work may not submit a Bid protest. A party may not rely on the Bid protest submitted by another Bidder, but must timely pursue its own protest.

      (c) The protest must refer to the specific portion of the Contract Documents which forms the basis for the protest.

      (d) The protest must include the name, address and telephone number of the person representing the protesting party.

      (e) The party filing the protest must concurrently transmit a copy of the initial protest document and any attached documentation to all other parties with a direct financial interest which may be adversely affected by the outcome of the protest. Such parties shall include all other Bidders who appear to have a reasonable prospect of receiving an award depending upon the outcome of the protest.

      (f) The City will give the protested Bidder five (5) working days after the receipt of the protest to submit a written response. The responding Bidder shall transmit the response to the protesting Bidder concurrent with delivery to the City.

      (g) The procedure and time limits set forth in this paragraph are mandatory and are the Bidder’s sole and exclusive remedy in the event of Bid protest. The Bidder’s failure to comply with these procedures shall constitute a waiver of any right to further pursue the Bid protest, including filing a Government Code Claim or legal proceedings.

      (h) If the City determines that a protest is frivolous, the protesting Bidder may be determined to be non-responsible and that Bidder may be determined to be ineligible for future contract awards.

    • Statement of Offer

      Submission of a proposal is an offer to complete the Scope of Work. The offer, including the Cost Proposal rates and budget, must remain valid for at least ninety (90) business days after the Proposal due date. 

    • Project Management Documentation & Administration

      Virtual Project Manager (VPM)

      The City anticipates using an online cloud-based project management system to manage, assign, and coordinate specific tasks with the City's selected Contractor within the Scope of Work. By way of this section, the City reserves the right to utilize an online cloud-based project management system. By submitting a bid, bidder acknowledges and agrees that they are prepared to use the system, as may be required by the City. The City's specific system is Virtual Project Manager (VPM). VPM allows for paperless documentation and project administration. For more information on VPM, go to www.virtual-pm.com

      1. Submittal Procedures and Construction Progress Documentation for requirements for administering and using VPM.
        1. The Contractor shall submit the items associated with this section via Virtual Project Manager (VPM), an online cloud-based project management system, as specified below.
        2. Virtual Project Manager (VPM) allows for paperless documentation and project administration. All posted information is available to all personnel involved with the project at any time using the internet.
        3. The use of VPM by the Contractor is mandatory. Access to VPM will be provided at no cost to the contractor.
        4. In order to utilize VPM, the contractor needs a computer, internet access, a digital camera, and a scanner. For more information, go to www.virtual-pm.com. To Login, from the homepage, select LOGIN and enter the Username and Password that will be provided to you by the agency.
      2. The contractor shall use the following features:
        1. Daily Logs: Contractor’s daily reports shall be entered electronically via VPM.
        2. Change Order Manager: Contractor requests for change order shall be submitted electronically via VPM.
        3. Transmittals: Schedules, Pay applications, etc. shall be submitted electronically via VPM.
        4. Submittals: Submittals requiring approval shall be submitted electronically via VPM.
        5. RFIs: Requests for information (RFIs) shall be submitted electronically via VPM.
      3. Technical Submittals
        1. Submittal Procedure
          1. The Contractor shall utilize the agency’s online cloud-based project management system (Virtual Project Manager) for submittals.
    • COMPLETE PROJECT SCOPE

      DIVISION 01 – GENERAL REQUIREMENTS

      01 11 00 – SUMMARY OF WORK

      The Fire Station 43 Apparatus Bay Interior & Building Exterior Painting and Epoxy Flooring Project consists of furnishing all labor, materials, equipment, tools, supervision, and incidentals necessary to complete interior and exterior painting improvements and installation of a heavy-duty resinous flooring system at Fire Station 43.

      The Work includes, but is not limited to:

        • Interior apparatus bay surface preparation and painting

        • Installation of heavy-duty broadcast resinous flooring system

        • Exterior building painting and trim repair

        • CMU perimeter wall painting

        • Dry rot repair and trim replacement

        • Surface patching and minor substrate repair

        • Protection of adjacent surfaces and City property

        • Removal and reinstallation of signage as required

        • Cleanup and lawful disposal of all waste materials

      All work necessary to provide a complete and fully operational finished product, whether specifically described or reasonably inferable from the Contract Documents, shall be included in the Base Bid.


      01 14 00 – CONSTRUCTION PHASING & OPERATIONAL CONSTRAINTS

      Fire Station operations shall remain fully operational at all times.

      The City will separately contract movers for relocation of apparatus and equipment from both apparatus bays into back parking lot approximately two (2) days prior to commencement of interior work.

      Contractor shall coordinate schedule with the City Project Manager prior to mobilization.

      Contractor shall protect the rear parking lot staging area from debris, dust, and construction-related impacts.

      Phases

      1. Phase 1 – Interior Preparation (1 week)
        Wall, Ceiling and Floor surface preparation and shot blasting (CSP 4–5), crack repair, moisture testing, masking.
      2. Phase 2 – Interior Painting (1 week)
        Ceilings (black), walls, conduit, doors.
        Flooring work shall not begin until painting is complete and cured.
      3. Phase 3 – Epoxy Flooring Installation (2 weeks) 
        Install resinous flooring system in accordance with Section 09 67 23.
        Contractor shall provide written confirmation of cure time and return-to-service schedule.
      4. Phase 4 – Exterior Preparation and Painting (2 weeks)
        Dry rot repair and exterior painting may proceed concurrently if not interfering with interior work.

      Contractor shall provide forty-eight (48) hours advance notice prior to commencing interior work.

      All interior apparatus bay painting and epoxy flooring work shall be substantially completed within fourteen (21) calendar days from commencement of Phase 1, excluding manufacturer required cure time.

      Contractor shall coordinate work so that fire apparatus can be returned to the apparatus bays overnight during the interior painting phase, except during the floor coating phase, when apparatus will be relocated to the rear of the station.

       

      Substantial Completion Definition (Interior)

      Interior work shall be considered substantially complete when:

      • All painting is complete

      • Resinous flooring is installed

      • Manufacturer cure time has elapsed

      • Written confirmation of vehicular traffic readiness is provided


      Protection of Adjacent Surfaces and Vehicles

      Contractor shall implement dust control during shot blasting.

      Any damage to Fire apparatus or City property caused by Contractor operations shall be repaired at no cost to the City.


      Cleanup and Waste Disposal

      All paint, epoxy waste, debris, and materials shall be lawfully disposed of.
      Daily cleanup is required.


      DIVISION 09 – FINISHES


      09 90 00 – PAINTING AND COATING

      General Requirements

      Paint interior and exterior surfaces including:

      • Interior CMU walls

      • Ceilings (black finish)

      • Exposed conduit

      • Doors and frames

      • Exterior walls and trim

      • CMU perimeter wall

      • Window accent areas

      • “West Sacramento Fire Department Station NO. 43 1561” lettering

      • Man gate (black)

      • Flag pole base

      Lettering shall be masked or templated to provide clean, sharp edges. Overspray is not acceptable.

      Remove non-functional siren light and horn; patch and paint to match.

       

      Field Quality Control Hold Points

      City inspection required at:

      • Completion of surface preparation

      • Completion of priming

      • Completion of finish coats

      Coatings failing adhesion, DFT, or appearance standards shall be removed and reapplied at no cost to the City.

       

      Dry Rot Repair and Wood Replacement

      Contractor shall inspect and repair dry rot at exterior wood components, including but not limited to lower trim, window trim, lap siding, and other areas identified in the attached inspection report.

      A third-party dry rot inspection report and quote is attached for reference only and may use the referenced company to perform repairs or use his own forces. Contractor shall verify all existing conditions in the field.

      All deteriorated wood shall be removed to sound material and replaced to match existing dimensions and profile. Full-length replacement is required where feasible; patching is not acceptable unless approved by the City.

      Contractor shall prime, install, caulk, and seal all new materials to prevent moisture intrusion. All adjacent surfaces shall be repaired and prepared for finish painting.

      The extent of damage is based on a limited visual inspection. Additional concealed damage may be encountered. Contractor shall notify the City and obtain approval prior to proceeding with additional repairs.


      09 67 23 – RESINOUS FLOORING

      General

      Heavy-duty broadcast epoxy flooring system.
      Basis of Design: Sherwin-Williams Hybri-Flex EB.

      Thin-film or roll-on systems are not acceptable.

      Installer shall have minimum five (5) years experience.


      Pre-Installation Conference

      Required prior to flooring installation to review:

      • Moisture testing

      • Surface prep

      • Sequencing

      • Cure time

      • Floor sample review

      Surface Preparation

      Shot blast to CSP 4–5.
      Moisture testing per ASTM F1869 and F2170.
      Notify City when preparation is complete.

      Minor repairs are incidental.


      Moisture Mitigation Responsibility

      If moisture exceeds manufacturer limits, Contractor shall notify City.

      Additional mitigation not specified shall be addressed via change order unless caused by Contractor failure.


      Flooring System Build

      • Self-leveling base coat

      • Quartz broadcast

      • Broadcast coat

      • Grout coat

      • Pigmented urethane topcoat

      • Approx. 1/4” total thickness

      Slip-resistant and suitable for apparatus traffic.


      Warranty

      Provide five (5) year material and workmanship warranty covering:

      • Delamination

      • Peeling

      • Blistering

      • Premature wear

      Warranty begins at Final Acceptance.


      Acceptance Standards

      Finished surface shall:

      • Be uniform in color and texture

      • Be free of pinholes, fisheyes, blistering, or delamination

      • Provide consistent aggregate coverage

      Defective areas shall be removed and replaced at no cost.

    • Disadvantaged Business Enterprise (DBE) Goal

      [If there are special DBE requirements, use the following, if none, delete this entire section]

      The Authority has set an x% Disadvantaged Business Enterprise (DBE) participation goal for this project.

    • Environmental Requirements

      Disposing of Organic Waste

      Contractor shall maintain source separated organic waste and landscape debris from other waste generated during the course of the services provided to the City. Contractor shall haul all source separated organic waste to an Approved Organic Waste Recycling Facility that may include a compostable material handling operation or facility, a transfer/processing operation or facility, or a solid waste landfill that recycles organic waste.

      Contractor shall keep a record of the amount of organic waste delivered to each Approved Organic Waste Recycling Facility. Records shall be provided to and on a schedule to be determined by the City. The records may include:

      • Delivery receipts and/or weight tickets from the entity accepting the waste.
      • Amount of material (in cubic yards or tons) transported by the Contractor to each operation or facility.
      • If the material is transported to an operation or facility that does not have scales on-site or employs scales incapable of weighing the Contractor’s vehicle in a manner that allows it to determine the weight of waste received, the Contractor is not required to record the weight of material but shall keep a record of the entities that received the organic waste.

      Procurement of Compost and Mulch

      • Contractor shall act as a Direct Service Provider for the City when procuring Recovered Organic Waste Products such as compost and mulch as part of their landscape maintenance program. All compost and mulch procured for City landscape maintenance projects shall be SB1383 approved and meet or exceed physical contamination standards.
      • Contractor shall provide to the City, based on a pre-approved schedule, all invoices or similar records evidencing procurement of SB1383 Eligible Compost and Mulch. Invoices should include the name, physical location, and contact information of each operation or facility from whom the recovered organic waste products were procured.

      Definitions

      “Approved Organic Waste Recycling Facility” means:

      A compostable material handling operation or facility as defined in 14 CCR Section 17852(a)(12), that is permitted or authorized under 14 CCR Division 7;

      A transfer/processing facility or transfer/processing operation as defined in 14 CCR Sections 17402(a)(30) and (31), respectively, that is permitted or authorized under 14 CCR Division 7; or

      A solid waste landfill as defined in Public Resources Code Section 40195.1 that is permitted under 27 CCR Division 2.

      “Direct Service Provider” means a person, company, agency, district, or other entity that provides a service or services to Jurisdiction pursuant to a contract or other written agreement.

      “Organic Waste” means solid wastes containing material originated from living organisms and their metabolic waste products including, but not limited to, food, yard trimmings, organic textiles and carpets, lumber, wood, Paper Products, Printing and Writing Paper, manure, biosolids, digestate, and sludges.

      “Recovered Organic Waste Products”:means products made from California, landfill-diverted recovered Organic Waste processed at a permitted or otherwise authorized operation or facility.

      “SB1383”means Senate Bill 1383 of 2016 approved by the Governor on September 19, 2016, establishing methane emissions reduction targets in a statewide effort to reduce emissions of short-lived climate pollutants, as amended, supplemented, superseded, and replaced from time to time.

      “SB1383 Eligible Compost and Mulch” means compost or mulch produced at an Approved Organic Waste Recycling Facility.

      "Source Separated Organic Waste" means organic waste that is placed in a container that is specifically intended for the separate collection of organic waste by the generator.

    • Questions and/or Objections

      It is to the City and Proposer's benefit that questions and objections are brought to the City's attention so it may issue necessary amendments to the ITB and help prevent the opening of defective proposals upon which the City could not award a Contract. Proposer should carefully review this ITB and all attachments for comments, questions, defects, objections, or any other matter requiring clarification or correction (collectively, “Questions”).

      A Proposer may submit Questions related to this RFP to the City through the City’s e-Procurement Portal at or before:

      Friday, April 3, 2026 at 5:00 pm.

      Questions shall be considered waived and invalid if not brought to the attention of the City in conformity with this subsection. Questions not submitted through the City's e-Procurement Portal will not be accepted or responded to. Questions submitted after the deadline will not be accepted or responded to. Questions and answers will be posted on the City's e-Procurement Portal and visible to all.

    • Amendment and Cancellation

      The City reserves the right to amend, cancel, or reissue this bid at any time and at its sole discretion. Any amendment shall be in writing and posted to the City's e-Procurement portal. A potential Proposer is solely responsible for clicking "Follow" on the main page to receive notifications and shall be solely responsible for complying with such notifications.

    • Right of Rejection
      1. The City reserves the right, at its sole discretion, to reject any and all Proposals, no matter their level of responsiveness, or to cancel this ITB in its entirety.
      2. A Proposer must comply with all of the terms and instruction of this ITB, and all applicable state and local laws and regulations. Any Proposal that does not meet the requirements of this ITB may be considered to be nonresponsive and rejected.
      3. A Proposer may not restrict the rights of the City or otherwise qualify a Proposal. If a Proposer does so, the City may determine the Proposal is a nonresponsive counteroffer, and the Proposal may be rejected.
      4. The City reserves the right, at its sole discretion, to waive variances in a Proposal, provided such action is in the best interest of the City. Where the City waives variances in a Proposal, such waiver does not modify the ITB requirements or excuse the Proposer from full compliance with the ITB. Notwithstanding any variance, the City may hold any Proposer to strict compliance with the ITB.
    • Prohibition of Respondent Terms and Conditions

      A Proposer shall not submit their own contract terms and conditions in a Proposal. If a Proposal contains such terms and conditions, the City, at its sole discretion, may reject the Proposal. A Proposer may either submit Questions to gain clarification on a term of the City's standard contract or submit proposed revisions to the City's standard contract in redline as part of the Proposal Transmission Letter, both pursuant to the terms of this ITB.

    • Joint Ventures and Partnering

      A Proposal from joint ventures or entities partnering for a specific service must be designed to minimize any administrative burden on the City as a result of the participation of multiple entities. Joint proposals must adhere to the following:

      1. The Proposal shall respond to each section and subsection of this ITB.
      2. The Proposal shall clearly set forth the respective responsibilities and functions that each Principal of the joint venture or partnering entities would perform if awarded a Contract pursuant to this ITB.
      3. The Proposal must include a copy of the joint venture or partnering agreement(s) that identify the Principals involved, as well as their rights and responsibilities regarding the Contract pursuant to this ITB.
      4. The Proposal Transmittal Letter must be signed by each Principal of the joint venture and include all required information.
    • Proposal of Alternate Services

      A Proposal for alternate services (i.e., proposals that offer something different from that requested by the ITB) will be considered nonresponsive and rejected.

    • Proposal of Additional Services

      A Proposal may indicate and offer services in addition to those required by this ITB. These additional services may be added to the Contract, at the sole discretion of the City. The cost for any such additional services shall be mutually agreed upon by the Contractor and the City, and incorporated into the Contract before execution.

    • Severability

      If any provision of this ITB is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected, and the rights and obligations of the City and Proposers shall be construed and enforced as if the ITB did not contain the particular provision held to be invalid.

    • Licensure and Special Certification

      Before executing the Contract pursuant to this ITB, the Contractor must hold all necessary business and professional licenses and certifications to complete the Scope of Work. The City may require any or all Proposers to submit evidence of proper licensure and certifications.

    • Disclosure of Proposal Contents

      All Proposals and other materials submitted to the City related to this ITB shall become the property of the City. Selection or rejection of a Proposal does not affect this right. All proposal information, including detailed price and cost information, shall be held in confidence during the evaluation and selection process. Upon the completion of the evaluation and selection process, or by rejection of all Proposals, the Proposals and shall be open for review by the public to the extent required by the California Public Records Act, Government Code section 6254 et seq.. By submitting a Proposal, a Proposer acknowledges and accepts that the contents of the Proposal and associated documents shall become open to public inspection.

      Portions of a Proposal exempt from public disclosure by law may be protected from public disclosure by the City. A Proposer is required to clearly label such portion of a Proposal "CONFIDENTIAL" and list the grounds for non-disclosure. In doing so, the Proposer thereby agrees to indemnify and defend the City from any action arising from the non-disclosure of the information. The failure to so label any information shall constitute a complete waiver of all claims for damages caused by or related to any release of the information.

    • Conflict of Interest and Restrictions

      By submitting a Proposal, the Proposer certifies that no amount shall be paid directly or indirectly to an employee or official of the City as wages, compensation, or gifts in exchange for acting as an officer, agent, employee, subcontractor, or consultant to the Proposer in connection with the procurement under this ITB.

    • Proprietary Information

      A copy of each Proposal shall be retained for official files and will become public record after the award of a contract unless the Proposal, or specific parts of the Proposal, can be shown to be exempt by law. Each Proposer may clearly label any part of a Proposal as "CONFIDENTIAL." In doing so, the Proposer thereby agrees to indemnify and defend the City for withholding the information from public inspection. Failure to label information shall constitute a complete waiver of all claims for damages caused by or related to any release of the information.

      If a public records request for appropriately-labeled information is received by the City, the City will endeavor to notify the Proposer of the request and delay access to the material until seven (7) working days after the City’s notice. Within that time delay, it will be the duty of the Proposer to act in protection of its labeled information. Failure to so act shall constitute a complete waiver.

    Submission Requirements

    • Please upload a current W-9 (required)

      Please download the attached 2024 W9 form and upload a completed form.

    • Please enter Legal Company Name and related DBA (required)

      Please state your company name and any related DBA's based on your California Secretary of State Filing.

    • Proposal Transmittal Letter (required)

      The proposal must provide a written transmittal and offer of the responding firm in the form of a standard business letter. The Proposal Transmittal Letter shall reference and respond to the following subsections in sequence and attach corresponding documentation as required. Each proposal must meet the Proposal Transmittal Letter requirements and provide all required documentation. A Proposal Transmittal Letter is mandatory and failure to provide the information as required may result in the proposal being considered nonresponsive and rejected.

      Please upload your complete vendor response here including all required forms into one (1) PDF document.

    • Mandatory Responding Firm's Qualifications (required)

      Proposals shall provide responses and documentation, as required, establishing that the responding firm has met the Mandatory Responding Firm's Qualifications Requirements (see Section XXX of Main RFQ Document in Attachments ) Any proposal which does not meet the mandatory requirements and provide all required documentation may be considered nonresponsive, and the proposal may be rejected.

    • General Responding Firm's Qualifications and Experience (required)

      Proposals shall provide the information found in XXX (referencing the subsections in sequence) to evidence the responding firm’s experience in delivering services similar to those required by this RFQ

    • Technical Project Approach (required)

      Describe the operational or organizational approach to fulfilling the scope of work/ contract intent. (See section xxx of the Main RFQ Document found in #Attachments)

    • Response (required)

      Please upload your complete response here including all required forms into one (1) PDF document

    • Statement of Offer (required)

      Submission of a proposal is an offer to complete the Scope of Work. The offer, including the Cost Proposal rates and budget, must remain valid for at least ninety (90) business days after the Proposal due date. 

    • Cost Proposal using Electronic Pricing Table (required)

      The bidder acknowledges that a Cost Proposal must be completed using the electronic pricing table provided in the City’s e-Procurement Portal and that this information will be kept separate from the rest of the bid response. The bidder further acknowledges that all pricing and related costs will be based solely on the information entered in the electronic pricing table. The City will not be responsible for any errors, omissions, or discrepancies contained in any additional or supplemental pricing documents submitted by the bidder.

    • Response (without Cost Proposal) (required)

      Please Upload Your Response Here, excluding your Cost Proposal.

    • Bid Bond (required)

      Bid contents, including requisite declarations and forms to be signed and included in the Bid, are included in the Attachments - Bid Docs

    • California Contractors State License Board

      Please enter your contractor license number for verification.

    • Federal Grant Funds (required)

      Proposer understands this project will be funded in whole or part by federal funds, including American Rescue Plan Act (ARPA) funds, and that the Proposer agrees to abide by any and all federal requirements including requirements specific to the use of ARPA funds as included in the Final Rule issued by the United States Treasury.

    • Certification regarding Debarment

      The City performs a SAM.GOV verification check to confirm debarment status. Please download the attached document, complete the form, and upload.

       

      A unique entity identifier is requested for contracts greater than $25,000 or funded with Federal dollars. Your entity may register for a unique entity identifier on SAM.GOV at the following link https://sam.gov/content/entity-registration.

       

      For all other proposers, the completed form is sufficient.

    • System Award Management

      Vendors submitting responses on federally funded projects must register on SAM.gov and provide proof of registration.

       

      On April 4, 2022, the unique entity identifier used across the federal government changed from the DUNS Number to the Unique Entity ID (generated by SAM.gov). Please supply SAM.gov Unique Entity ID number.

       

      If you have applied for your SAM.gov registration, but have not yet been issued a SAM.gov Unique Entity ID number, please type "Applied." https://sam.gov/content/entity-registration

    • Federal Byrd Anti Lobbying Certification

      For proposers responding to federally funded projects exceeding $100k, please download the below documents, complete, and upload.

    • Federal Prevailing Wage Rates (Davis-Bacon Act) (required)

      Federal Prevailing Wage Rates (Davis-Bacon Act)

      This project is subject to the federal prevailing wage requirements of the Davis-Bacon Act and 23 USC 113. The applicable federal wage determination for this project is included in this solicitation and will be incorporated into the executed contract.

      Contractors and subcontractors must pay all laborers and mechanics employed on the site of the work no less than the prevailing wage rates, including fringe benefits, as listed in the included wage determination. Prevailing wages must be paid for all hours worked on site.

      Apprentices or trainees may be paid at approved apprentice rates only if they are enrolled in a bona fide program registered with the U.S. Department of Labor or a state apprenticeship agency recognized by the Department.

      Contractors and subcontractors are required to pay covered workers weekly, submit weekly certified payrolls, and post the wage determination and Davis-Bacon poster (WH-1321) at the job site in a location accessible to workers.

      The official source for federal wage determinations is the System for Award Management (SAM) website at: https://sam.gov/content/wage-determinations. Vendors may reference SAM.gov for additional information or future updates; however, the wage determination included in this solicitation governs this project unless modified by the City through written addendum.

    • City Contract (required)
      The Proposer acknowledges and is presumed to have accepted the Contract and be capable of completing the Scope of Work, as well as all reasonably associated managerial tasks, without reservation or qualification pursuant to the Contract.
    • Insurance Requirements (required)

      The Proposer acknowledges the City's insurance requirements and endorsements as outlined in the Insurance Checklist in Attachments. Any Proposal unable to meet the Insurance Checklist requirements shall be considered nonresponsive and ineligible for Contract award.

    • Authorized Contract Signer (required)

      Please provide the name, title and email address of the authorized contract signer. 

    • Estimated Project Value (required)

      Please provide the estimated value of this project. Please note that this should be the total value of the contract, including initial term, but not including any optional extensions.

    • Project Value Listed on Solicitation (required)

      Please confirm if you would like to state the estimated project value on the solicitation.

    • Public Bid Opening (required)

      Does this solicitation require a virtual public bid opening? 

      Formal Invitations to Bid (ITBs) for public works or other procurements governed by the Public Contract Code must include a public bid opening. Bids must be opened at the time and place stated in the solicitation, and the opening must be accessible to the public (in-person or via a virtual option such as Microsoft Teams). 

      If you’re unsure whether your solicitation qualifies as a formal ITB or falls under PCC requirements, please check with Purchasing before proceeding. 

      If yes, please note that you will need to generate the Teams public-access link and paste into the timeline. 

    • Has this project been budgeted? (required)

      Please indicate if this has already been included in the fiscal year budget.

    • Additional funding needed (required)

      If this project is expecting to come in over the Council approved budget, please provide a general estimate of additional funding that may be needed. 

    • Cost Center (required)

      Please provide the cost center (fund-activity-object code) intended to fund this project. Please note that this must be completed as we perform review of the solicitation and any legal costs related to review will also be billed to this cost center.

    • Invitation to Bid (required)

      Please confirm this is an Invitation to Bid and award will be based solely on lowest price. All RFP and RFQ's should use the appropriate template.

    • Will this project be in excess of $5 million? (required)

      Please indicate if the total project value is in excess of $5 million.

    • Project Type (required)

      Please indicate the work that will be provided under this project. 

    • Construction Contract Template (required)

      Please select the contract template that best suits your funding source.

    • Professional Services Contract (required)

      Please select the contract template that corresponds with your services and funding. 

    • Federal Funds or City Match to Federal Funds (required)

      Will this project use Federal Funds or provide a City Match to Federal Funds?

    • Please provide the name of any Grants intended to fund this project.

      Please provide the name of any Grant funding that will be applied to this project and attach to the solicitation in Scope of Work

      Please forward any Grant documentation to the Purchasing Manager.

    • Bid Advertisement (required)

      Federally funded projects require bid advertisement.

      Please confirm that the project must be advertised as required and ensure proof of publication is included as an the internal attachments in OpenGov to be saved to the procurement file. 

    • Is this a Federally Assisted Department of Transportation Project? (required)

      Please advise if this is a Federally assisted Department of Transportation project, and subject to Disadvantaged Business Enterprise requirements.

    • If project is over $200k, has an independent cost estimate been completed? (required)

      Please note that an independent cost estimate must be completed for any Federal projects over $200k. Please save a copy of the independent cost estimate to the attachments page as an internal attachment. 

    • Davis-Bacon Federal Prevailing Wage rates (required)

      Davis-Bacon Federal Prevailing wage rates are required on Federal projects and a copy of the wages must be attached to the solicitation at time of release. 10 days PRIOR to close date, you must check to see if the wages have been updated. If they have been updated, a new copy of the revised rates must be posted in an addendum and included in the contract before execution.

      The payment of federal prevailing wage rates on federal-aid contracts is derived from the Davis-Bacon Act of 1931 and is prescribed by 23 USC 113. Contractors and subcontractors must pay laborers and mechanics employed directly upon the site of the work at least the locally prevailing wages (including fringe benefits) for the work performed.  

      Please confirm you will upload the applicable federal prevailing wage documents for inclusion in the solicitation. 

      The federal prevailing wage rates are available directly from the System for Award Management (SAM) Home Page at https://sam.gov/content/wage-determinations and may be uploaded to the attachments section of the solicitation or released as an addendum.

      More information regarding Davis Bacon can be found below: https://www.dol.gov/agencies/whd/government-contracts/construction/faq

    • Federal Funds -Small Business Requirement (required)

      The non-Federal entity must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible. (2 C.F.R. § 200.321

      The following affirmative steps must be taken to include and solicit small and minority businesses, women’s business enterprises, and labor surplus area firms?

      Please indicate which steps will be taken and save all documentation. 

    • Separate Proposal and Pricing (required)

      Would you like one response document, or separate proposal and pricing documents? Please note that for sealed bids, cost proposals should be kept separate and can be opened at any time.

    • Electronic Pricing Table (required)

      Please indicate if you would like to use the system electronic pricing table for costs to be completed by vendor and compared automatically. The system has the ability to auto tabulate for easy comparison and ensure there are no errors in manual calculations or copy and paste.

      This is useful if you have items for comparison that can be organized by tasks, items, or any other comparable metric. Excel tables can also be uploaded using the system generated column formatting.

      If you do not use the electronic pricing table, Cost proposal documents may be uploaded separately by Vendor and reviewed outside of the system.

    • Contract template (required)

      Please confirm the type of Contract required for this project

    • Prevailing Wages (required)

      Is this a Public Works project or project subject to prevailing wages?

      CA prevailing wage applies to the “Construction, alteration, demolition, installation, or repair work done under contract and paid in whole or in part out of public funds”  or a “public work.”
      DIR web site: https://www.dir.ca.gov/public-works/publicworks.html

    • Bid Bond (required)

      Will the bidder be required to upload a Bid Bond?

    • Is this project being managed by the Capital Projects Department? (required)

      If so, additional language will populate related to use of Virtual Project Manager software.

    • Environmental Considerations (required)

      Will this project be for landscaping services, janitorial services, or food service products? If so, additional language must be included in both the solicitation and subsequent contract to abide by SB1383 requirements.

    • Proposal Page Limit (required)

      Please list your proposal page limit in the following format:

      twenty-five (25)

    Questions & Answers

    Q (Engineer's Estimate): Is there an Engineer's Estimate for this project and how much? Thank you

    A: An engineer’s estimate has not been prepared for this project. Please proceed with your proposal based on the contract documents and scope, and feel free to post any questions.


    Key dates

    1. March 20, 2026Published
    2. April 27, 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.