SLED Opportunity · CALIFORNIA · POLICE DEPARTMENT

    Heideman School Park (CIP No. 20089)

    Issued by Police Department
    localInvitation for BidsPolice DepartmentSol. 242284
    Closed
    STATUS
    Closed
    due Apr 7, 2026
    PUBLISHED
    Mar 9, 2026
    Posting date
    JURISDICTION
    Police Department
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The City of Tustin invites sealed bids for the construction of Heideman School Park, including a multi-purpose sports field, playground, fitness equipment, lighting, fencing, and utility work.

    Opportunity details

    Solicitation No.
    242284
    Type / RFx
    Invitation for Bids
    Status
    open
    Level
    local
    Published Date
    March 9, 2026
    Due Date
    April 7, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Police Department
    Agency
    Police Department

    Description

    NOTICE IS HEREBY GIVEN that the CITY OF TUSTIN, as AGENCY invites sealed bids for the Heideman School Park (CIP No. 20089) and will receive sealed bids for the construction, materials, supplies, equipment and/or services set forth herein, subject to all conditions outlined in the Bid Package.

    Scope of Work:  The project consists of constructing a natural turf, multi-purpose field with sports lighting, perimeter track, playground, picnic area, restroom/office building, outdoor fitness equipment, exercise loop, a tactile experience garden, perimeter fencing with gates, walkways/trails with passive lighting, security cameras, and basketball courts. The work includes site work, earth work, grading, storm drain utilities, domestic water utilities, sewer utilities.

    Background

    Project Schedule (contract days): 280 Days

    Engineer’s Estimate: $ 7,570,015

    Liquidated Damages: $ 4,000 per day

    Bid Valid (calendar days): 60 Days

    Contractor's License(s):Class A

    Project Details

    • Reference ID: CIP No. 20089
    • Department: Public Works
    • Department Head: Kenny Nguyen (Deputy Director of Public Works/City Engineer)

    Important Dates

    • Questions Due: 2026-03-27T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-23T17:00:00.000Z — Robert Heideman Elementary School 15571 Williams Street Tustin, CA 92780

    Addenda

    • Addendum #1 (released 2026-04-01T00:49:50.320Z)
    • Addendum #2 (released 2026-04-01T00:56:04.821Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #3 (released 2026-04-03T00:42:00.141Z)
    • Addendum #4 (released 2026-04-03T00:44:42.134Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Important Instructions for Electronic Submittal

      The City is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov by signing up at https://secure.procurenow.com/signup. Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.

    • Technical assistance for Electronic Submittal

      The City has made every effort to make all aspects of the vendor registration and bidding process as easy, secure and reliable as possible. In order to mitigate any last minute unforeseen technical issues with on-line/electronic bid submissions, we recommend that bidders submit their bid/proposal as early as possible. It is highly recommended to submit bids at least an hour before bid opening to allow OpenGov the time to address and resolve any issues preventing bid submission. It is the responsibility of the prospective bidder to successfully navigate all individual challenges using the on-line/electronic bidding software, unless there is a system-wide failure. All responses are due at or before the time shown on each project. Late responses will not be accepted. The City is not responsible for and accepts no liability in the event a response is late due to network, internet or any other technical problem or interruption.

       

      If you need technical assistance or have questions concerning the features available using OpenGov Procurement system, please contact Customer service for the OpenGov software through 1) the chat feature in the software or 2) phone at (855)-680-4747.

       

    Submission Requirements

    • Bid Requirements (required)

      Did you read through and confirm that you meet all of the bid requirements including the sections:

      1. Notice Inviting Sealed Bids
      2. Instructions to Bidders
      3. Contractor's Bid Proposal (questions in OpenGov)
      4. Sample Contract
      5. Special Provisions and Technical Specifications
      6. Project Plans
    • The work and project site was inspected by a represenative from our office on the following date? (required)
    • Contractors State License Board (CSLB) Number (required)

      Please enter State Contractor’s License No.

      This will be verified against the state database.

      (Business and Professions Code Section 7028.15)

      It is a misdemeanor for any person to submit a bid to a public agency in order to engage in the business or act in the capacity of a Contractor within this state without having a license therefor, except" as provided in the referenced section.

    • California Department of Industrial Relations Registration (required)

      Please enter your Public Works Contractor Registration Number. This will be verified against the state database.

    • The following are persons, firms, and corporations having a principal interest in this proposal: (required)
    • IMPORTANT NOTICE: If the bidder or other interested person is a corporation, state legal name of corporation and names of the president, secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm and names of all individual co-partners composing firm; if the bidder or other interested person is an individual, state first and last names in full.
    • Bid Protests (required)

      To be considered timely, a bid protest must be filed within the following time limits:

      1. Protests based upon alleged defects or improprieties in the bid documents shall be filed prior to the date of bid opening.
      2. All other protests must be filed within five calendar days after the protester knew or should have known the basis of the protest, but no later than five calendar days after the date of when the Bids were due to the AGENCY.
    • Bidder Proposal section

      Bidders must read and comply with SECTION B, Instructions to Bidders, and SECTION C, Proposal found in the main bid specification document in the Attachments tab.

    • Proposal terms and conditions (required)

      Bidder shall confirm that they have read the proposal in it's entireity and agree that their elecronic submission will be deemed as their offiical signature on the bid for the project.

       

    • Non-Collusion Affidavit (required)

      The bidder as represented in the electronic submission of the foregoing bid agrees that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, 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 bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.

    • Utility Agreement (required)

      The undersigned hereby promises and agrees that in the performance of the work specified in the project contract, known as the Heideman School Park (CIP No. 20089), CIP No. 20089, (I)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities or any gas or fuel lines. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows:

      Qualified Person: “A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved."

      The undersigned also promises and agrees that all such work shall be performed in accordance with all applicable utility company's requirements, Public Utility Commission orders, and State of California Cal-OSHA requirements.

      The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein.

    • Disqualification Questionnaire (required)

      Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation?

    • If the answer to question 8.4 was yes, explain the circumtances in the space provided.
    • Compensation Insurance Certificate (required)

      Pursuant to Section 1861 of the State Labor Code, each Contractor to whom a public works contract has been awarded shall sign the following certificate.

      I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract.

    • List of Subcontractors (required)

      Bidders shall list in the bid proposal the name and place of business of each subcontractor who will perform work or labor or render services for the Contractor in an amount in excess of one-half of one percent of the Contractor's total bid.

      Please download the below document, complete, and upload.

      Please note: Upon bid opening, subcontractor listing will be posted publicly.

    • List of Ready-mix Concrete Suppliers (required)

      Bidders shall list in the bid proposal the name and place of business of each Ready-mix concrete suppliers who will perform work or labor or render services for the Contractor.

      Please download the below documents, complete, and upload.

      Please note: Upon bid opening, subcontractor listing will be posted publicly.

    • References for Bidder (required)

      Please download the below documents, complete, and upload.

    • Bid Bond - Part 1 (Electronic: scanned and upload) (required)

      Cashier's check or certified check, payable to the order of the City of Tustin, of not less ten percent (10%) of the bid or a bond in said amount, payable to the City of Tustin and signed by the bidder as well as a corporate surety, shall accompany the bid

      Please scan and upload a copy of your bid bond/cashier's check.

      ***The Bid shall include the bid bond both uploaded into OpenGov (formerly ProcureNow) and hard copy original mailed or hand delivered to the City Clerk on or before the bid opening date and time, otherwise the bid will be deemed non-responsive.***

    • Bid Bond - Part 2 (Hard copy original: Mail or Hand Delivery) (required)

      Bidder mustalso MAIL or hand deliver bid guarantee with a postmarked date no later thanFriday, April 10, 2026 addressed to:

      City of Tustin, City Clerk
      300 Centennial Way
      Tustin,CA
      92780

      Please have the following listed clearly on the outside of the envelope:

      1. Bidder Name,
      2. "Sealed Bid" for Contract Title ("Heideman School Park (CIP No. 20089)")
      3. Contract Number ("CIP No. 20089")
      4. dateime of the bid opening
      5. "DO NOT OPEN WITH REGULAR MAIL"

      ***The Bid shall include the bid bond both 1) uploaded into OpenGov (formerly ProcureNow) AND 2) hard copy original mailed or hand delivered to the City Clerk on or before the bid opening date and time, otherwise the bid will be deemed non-responsive.***

    • Instructions for Apparent Low Bidder
    • DOCUMENTATION TO BE SUBMITTED BY APPARENT LOW BIDDER (required)

      Please confirm if chosen as the apparent low bidder, you must submit the following within 10 working daysafter the bidder has been notified:

      • Bonds
        • Payment Bond
        • Faithful Performance Bond
        • Guaranty Bond
      • Insurance Certificates

      Failure to enter into a contract shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee.

    • Contractor info:
    • Direct contact (person submitting bid) for any general questions. (required)

      Name, title, phone and email.

    • Contractor represenative responsible for bid and signing the contract:

      Name, title, phone and email.

    • Which type of Solicitation is this? (required)
    • Federally Funded Projects (required)

      If you answered yes to this being a Federally Funded Project, you are required to speak with Administration prior to proceeding. Please confirm below by answering yes.

    • Bid Bond (required)

      Will this solicitation require a bid bond?

    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Choose this if:

      1. This is a quote for a finite set of goods or commodities
      2. This is a Construction Bid with a Bid Schedule
      3. Seeking services for hourly rate schedules
    • Schedule (# of contract days)

      Number of contract days for the project.

    • Engineer's cost estimate

      $

    • Liquidated damages

      $

    • Bid valid (# of days)
    • Contractor's License

    Questions & Answers

    Q (No subject): Please confirm whether this project is subject to a PLA (Project Labor Agreement), a PSA (Project Stabilization Agreement), a CBA (Collective Bargaining Agreement), a CWA (Community Workforce Agreement), or any other union agreements of that nature?

    A: No, it is not.


    Q (No subject): Is this project subject to State Prevailing Wage Rates OR Federal Davis-Bacon Wage Rates (or both)?

    A: This project is subject to State Prevailing Wages Rates but is not subject to Federal Davis-Bacon Wage Rates.


    Q (Bid Documents Submission): Please confirm that the bid documents need to be uploaded to the OpenGov platform AND hand delivered to the City Clerk office PRIOR to bid opening date and time of April , 2026 at 2:00PM

    A: All bid documents shall be submitted electronically through the City’s e-Procurement Portal, OpenGov. The bid bond shall be both uploaded into OpenGov AND the hard copy original mailed or hand delivered to the City Clerk prior to the bid opening date and time.


    Q (Prequalification with TUSD): Please confirm if this solicitation requires the Prime Contractor to be prequalified with Tustin Unified School District prior to bid submission? If so please specify deadline for application approval.

    A: No, there is no requirement for the prime contractor to be prequalified with Tustin Unified School District prior to bid submission.


    Q (Bid Info): Who is the project manager?

    A: The City will play the role of project manager for this project.


    Q (Bid Info for bond purposes): Is there an allowance for unforeseen circumstances?

    A: There is no specific bid item that is associated with unforeseen circumstances.


    Q (Jobwalk): Please confirm if the jobwalk is mandatory or not

    A: The Pre-Bid Meeting is non-mandatory.


    Q (No subject): Page 4 of of the "Heideman_School_Park_(CIP_No._20089).pdf" states that the pre-bid meeting is mandatory. Please confirm that the QnA answer and website overview supersedes and the pre-bid meeting is non mandatory.

    A: The Pre-Bid Meeting is non-mandatory. OpenGov has the most up to date information indicating that the pre-bid meeting is non-mandatory.


    Q (Prequalification Requirement): Are there prequalification requirements/ documents that the general contractor must submit before or with the bid?

    A: The project will be awarded to the lowest responsive and responsible bidder. All requirements are stipulated in the project specifications and on this OpenGov platform.


    Q (Prequalification Requirement): Are there prequalification requirement for subcontractors such as MEP subcontractors?

    A: All requirements for subcontractors are stipulated in the project specifications.


    Q (No subject): How much will the bidder self-perform on this project?

    A: Self-performance requirements are per the requirements stipulated in the Greenbook.


    Q (Bid Document Link): Link for the List of subcontractors, bid bond etc. not working. please advise where we can obtain these documents

    A: If you need technical assistance or have questions concerning the features available using OpenGov Procurement system, please contact Customer service for the OpenGov software through 1) the chat feature in the software or 2) phone at (855)-680-4747.


    Q (Zedcor Vendor Site Security ): How has a sub contract for site security bid on the security portion of the bid?

    A: Contractors must have a Class A license to submit a bid for this project.


    Q (Playground surfacing): Please verify the color placement for graphics within the poured-in-place safety surfacing. Reference Sheet L101, Legend Item #9.

    A: See Addendum No. 1


    Q (Playground surfacing): Please confirm the three colors specified for the poured-in-place safety surfacing. Reference Sheet L101, Legend Item #9 is to be 100% Tan, 100% Blue and 100% Green? If no, please provide the required color blend information.

    A: See Addendum No. 1


    Q (Playground surfacing): Please confirm the binder type to be used within the top ½” thick colored wear course layer for the poured-in-place safety surfacing. Aromatic or Aliphatic?

    A: See Addendum No. 1


    Q (Playground surfacing): Please confirm the installation detail for the poured-in-place safety surfacing is to reference Sheet L102, Detail #4? With a total uniform depth of 4.5”.

    A: See Addendum No. 1


    Q (Playground surfacing): Please confirm if the following Specification Section 32 18 16 Playground Protective Surfacing Section 2.9 (TPV/EPDM) Inserts is required? If yes, please provide to scale drawing indicating placement, shape and dimension of each Insert using .5-1.5 mm granule size. Also, please confirm the binder type to be used within the inserts. Aromatic or Aliphatic?

    A: See Addendum No. 1


    Q (No subject): Per Specification Section 801-4.5, plant backfill shall consist of 50% soil amendment (Type 1 or 3) and 50% specified topsoil. However, Details 1 and 2 on Sheet L302 indicate that backfill should follow the soil report. Please clarify which requirement governs

    A: See Addendum No. 1


    Q (No subject): Specification Section 800-1.2.5 calls for mulch material to be Type 5 (fir bark chips). However, the planting notes on Sheet L302 and Planting Plan Note No. 9 specify forest floor wood mulch. Please clarify the correct mulch type.

    A: See Addendum No. 1


    Q (No subject): Appendix B defines bid item No. 36 as installation of stabilized decomposed granite at 4-inch thickness and detail 3/ L102 shows 4" depth, while the bid form indicate a 3-inch depth. Please clarify the correct thickness.

    A: See Addendum No. 1


    Q (No subject): The master valve model (3200NXT-250) listed in the legend on Sheet L202 corresponds to a 2.5-inch size, while the description indicates a 2-inch size. Please clarify the correct size.

    A: See Addendum No. 1


    Q (No subject): The quick coupler valve model (33LRC) listed in the legend on Sheet L202 does not appear to be available. Per the Rain Bird catalog, the applicable models are 33DRC or 33DLRC. Please confirm the correct model

    A: See Addendum No. 1


    Q (No subject): The trenching depth for the mainline pipe is specified as 24 inches in Specification Section 801-5.2. However, Detail 14 on Sheet L203 indicates a depth of 18 inches for pipes ranging from 1/2 inch to 2.5 inches in diameter, and 24 inches for pipes from 3 inches to 6 inches. Please clarify which requirement should be followed.

    A: See Addendum No. 1


    Q (No subject): Please revise and combine bid items 90, 91 and 92 into one single lump sum item. The current separated items for irrigation creates difficulty in cost tracking and potential changes due to the irrigation systems different components like valves, mainline, wires etc.

    A: See Addendum No. 1


    Q (No subject): Please advise on the order of precedence in the event of any conflicts.

    A: See Addendum No. 1


    Q (No subject): With reference to Appendix C, it indicates that the site furnishings belong to Phase 3; however, some of the symbols shown on the plan are located within the Phase 2 area.

    A: See Addendum No. 1


    Q (No subject): With reference to Appendix C, it states that the maintenance period will run from 08/07/2027 to 11/04/2027 (Close-Out Phase). Please confirm whether an interim maintenance period for planting in Phase 2 is required. If so, clarify which bid item should be used.

    A: See Addendum No. 1


    Q (Poured In Place Rubber Substitution): We have submitted our Poured In Place Rubber Specs to be considered for equal to Tanya Baggao and Hy Dang-Libunao in separate email since we can not attach specification through this portal. Please let us know if there is another submittal process. Thanks- Pro Services General Contractors

    A: See Addendum No. 1


    Q (Bike Racks): The Bike Racks are called out on Plan Page L101 Detail F as MODEL: POST & RING PAR-2-SF-P However on the Bike Rack Detail on Plan Page L103 Detail 4 the Model is called out as both MODEL: OPAL, NO. OPR-2-SF, And MODEL: OPAL, NO. OPR-2-SF, SURFACE MOUNT OR Please clarify

    A: See Addendum No. 1


    Q (Subcontractor Insurance Requirements): Can you please confirm that $1M Single/$2M Agg General Liability, $1M Auto, $8M Umbrella/Excess Coverage is sufficient for subcontractors?

    A: See Addendum No. 1


    Q (Badging): Are there any badging requirement fees such as live scan, background checks, etc required for this project?

    A: See Addendum No. 1


    Q (Exiting Restrioom): Please confirm that there is no work within the existing restroom shown on sheet G-053

    A: See Addendum No. 1


    Q (No subject): With reference to Sheets L100 and L101, the legend for the bike rack indicates model POST & RING PAR-2-SF-P, while Detail 4 on Sheet L103 specifies OPAL, Model No. OPR-2-SF. Please clarify which model is correct.

    A: See Addendum No. 1


    Q (No subject): The legend for the flow sensor on Sheet L202 indicates that the flow sensor cable shall be installed in a 1-inch conduit with a sweep ell. However, Planting Note No. 28 on Sheet L001 requires a 1-1/4-inch PVC Schedule 40 conduit. In addition, Specification Section 800-3.2.1 states that the conduit shall be galvanized steel. Please clarify which requirement governs.

    A: See Addendum No. 1


    Q (No subject): With reference to Sheet L202, the legend indicates that sleeves for pipes or wire bundles shall be twice the diameter of the service, with a minimum size of 2 inches. However, the sleeving size chart provided does not include a 2-inch minimum size. Please clarify.

    A: See Addendum No. 1


    Q (No subject): Please confirm whether the 6 inch thick Class A topsoil specified in Section 801-2.2.1 is required? If it is required, please indicate the corresponding bid items to be included.

    A: See Addendum No. 1


    Q (No subject): Please provide the application rate for soil preparation as mentioned in specs section 801-2.2.2 (soil amendment, fertilizer ...).

    A: See Addendum No. 1


    Q (No subject): Per Specification Section 801-4.5, plant backfill shall consist of 50% soil amendment (Type 1 or 3) and 50% specified topsoil. However, Details 1 and 2 on Sheet L302 indicate that backfill should follow the soil report. Please clarify which requirement governs. If backfill per the details (i.e., in accordance with the soil report) is to be followed, please provide the recommended application rate for bidding purposes, as the soil report has not been provided.

    A: See Addendum No. 1


    Q (Door Type A2): There is an A2 door shown in the door types on sheet A-600. Please provide an enhanced detail and or mnaufacturer/model for its construction.

    A: See Addendum No. 1


    Q (Grading- Soil Importing): This project involves significant grading, with approximately 11,000 tons of soil to be imported to the site. Please confirm whether the City requires a soil test report prior to import.

    A: See Addendum No. 1


    Q (Bid Bond): Please confirm the following: Whether the bid bond form included in the specifications and the separate attachment “C-_bidder_bond.pdf” are the same required form since the specification version appears to be more fully populated than the other including due date and project name. Please confirm which bid bond form bidders are to use for execution by the surety and submission with the bid.

    A: See Addendum No. 1


    Q (Sport Court Surfacing): Please confirm that SportMaster is the basis-of-design forBasketball Court Resurfacing, and that any approved-equal product must be pre-approved by the Architect/Owner no later than 7 days prior to bid. Please also confirm that installation must be performed by manufacturer-authorized installer and whether the City requires the authorized installer certificate as part of the bid submittal package.

    A: See Addendum No. 1


    Q (Overexcavation / undocumented fill / GEOR-directed removal): The plans say actual depth of removal will be determined during grading by the geotechnical engineer, and undocumented fill within the footprint must be removed/recompacted per geotech recommendation. Please confirm that any GEOR-directed overexcavation, removal of undocumented fill, additional off-haul, and replacement/import beyond the bid quantities will be treated as extra work and compensated accordingly.

    A: See Addendum No. 1


    Q (Phasing scope / deferred work to Phase 3): The phasing exhibit says phase improvements are general and may not include all features, and some tasks marked by asterisk may be deferred to Phase 3 due to delayed start. Please identify all tasks that may be deferred to Phase 3 and confirm whether any resequencing, remobilization, or added temporary work resulting from deferred phasing will be handled by change order. Contractor is unable to provide an estimate due to insufficient detail.

    A: See Addendum No. 1


    Q (Fence Pier Footings): What is the embedement depth for fence/gate posts as the associated detail to the Pier Footing Schedule on sheet S1.5 appears to be for light and the associated details in the landscape construction details refer to the structural plans. Please cl;arify embedment depth for the various height fencing in relatiion to footing schedule.

    A: See Addendum No. 1


    Q (Furnished Items): Are there any agency suppliued materials we are required to installl?

    A: See Addendum No. 1


    Q (Playground Substitution): We would like to formally request approval to substitute the specified playground equipment with equipment manufactured by Playcraft Systems. Substitution package will be emailed to Tanya Baggao

    A: See Addendum No. 1


    Q (Foundation Drawings): Please confirm that Foundation Drawings must be submitted at time of bid. See Section 265668, 2.4 (D)

    A: See Addendum No. 1


    Q (Concrete Base Section): Please confirm vehicularAND pedestrian concrete base requirements as detail G-052/10 refers to detail C701/1 which does not exist.

    A: See Addendum No. 1


    Q (Prefabricated Backstop): Please confirm Make and Model of Backstop and number of planks for the Junior Backstop, as there are conflicting details

    A: See Addendum No. 1


    Q (Bike Racks): The Bike Racks are called out on Plan Page L101 Detail F as MODEL: POST & RING PAR-2-SF-P However on the Bike Rack Detail on Plan Page L103 Detail 4 the Model is called out as both MODEL: OPAL, NO. OPR-2-SF, And MODEL: OPAL, NO. OPR-2-SF, SURFACE MOUNT OR Please clarify

    A: See Addendum No. 1


    Q (Finish Schedule): Please provide a finish schedule for the restroom building as one cannot be found in the plans as there are several references in the specs to gypsum board, carpet, resinous flooring, as well as paint but no specific call outs in the plans for which areas recieve these and what finishes are required of them.

    A: See Addendum No. 1


    Q (Attic Stock/Spare Parts): Please provide direction to which materials require attic stock/spare parts and how much of if.

    A: See Addendum No. 1


    Q (FFE): Are there any FFE items that are required of the Prime Contractor to provide and or installl?

    A: See Addendum No. 1


    Q (Millwork): Please confimr that there is no millwork required of the Prime Contractor as sheet A-210 show desks and chairs.

    A: See Addendum No. 1


    Q (Main/Meter Switchboard Nameplate Information): 1. Please provide any of the following information on the existing main/meter switchboard labeled “MSBC”: catalogue number, manufacturer, model number, serial number, electrical ratings (rated voltage, continuous amperage, frequency in Hz, short-circuit withstand rating), number of phases, number of conductors, and enclosure type (NEMA rating) from the nameplate. (This information is required to accurately price the breaker and new feeder connection, coordination, and any required modifications.)

    A: See Addendum No. 1


    Q (MSBC Re-Certification and Bus Compatibility): 2. Please clarify the "re-certification" requirement for the existing MSBC. If the existing busing is found to be incompatible with the new 400A breaker for DB1, will this work be added later, or is the subcontractor expected to include an allowance for bus-work modifications in the base bid? General notes indicate connecting to existing service and distribution. Is the contractor responsible for any required re-certification or testing of the existing equipment before new loads are added?

    A: See Addendum No. 1


    Q (Underground Conduit Material Contradiction): 3. There is a direct contradiction between the Site Plan General Notes and the Installation Details regarding underground conduit material: a. Sheet ES100 Note 5 states: " conduits to be sched 80 pvc, …" b. Sheet ES104 Note 14 reads: "all underground conduit shall be schedule 40 pvc unless noted otherwise. all elbows and risers shall be rigid steel conduit.” Please clarify if the district requires schedule 80 for all underground installations site-wide (as per ES101), or if schedule 40 is acceptable for the specific conditions shown on ES104. If Schedule 80 is required throughout, please confirm this applies to all low-voltage and communications raceways as well.

    A: See Addendum No. 1


    Q (Elbows and Risers Material): 4. Please confirm all elbows and risers shall be rigid steel risers per Note 14 Sheet ES104.

    A: See Addendum No. 1


    Q (Fire Alarm System Outage Responsibility): 5. General Note 15 (Fire Alarm) states the existing campus system must remain operational at all times. If a system outage is required for the cut-over to the new Distribution Board (DB1), is the contractor responsible for any costs e.g. temporary power or certified fire watch during the downtime?

    A: See Addendum No. 1


    Q (Camera Poles Description): Please provide a description/specification for the camera poles.

    A: See Addendum No. 1


    Q (400A Disconnect Material): 7. Please confirm the 400A. disconnect shall be stainless steel as stated in Note 13 on Sheet ES104.

    A: See Addendum No. 1


    Q (Panel “RR” Furnishing Responsibility): 8. Sheet ES104 Single line diagram contains a note under Panel “RR”: “New restroom branch circuit panel (by others, see WSP sheet E100). Please confirm whether panel “RR” is required to be furnished by contractor or by others.

    A: See Addendum No. 1


    Q (No subject): Please confirm if Builder’s Risk insurance is required. This is an additional policy premium to the Contractor.

    A: See Addendum No. 1


    Q (No subject): Please confirm that all required permits, fees, and inspections will be available at no cost to the Contractor. If not, please provide an estimate or allowance for these costs.

    A: See Addendum No. 1


    Q (No subject): Is a temporary field office for the Owner / CM / Inspector required for this project? If so, please confirm the size and specs.

    A: See Addendum No. 1


    Q (No subject): Plan sheet C503 calls for a new 2” domestic water meter per Tustin Std. No. 1002. Please confirm if the Water Department will furnish and install the water service line, hot tap & appurtenances, and new water meter with box. And please confirm if the Water Department will be responsible for all sawcutting, trenching, backfill, and hardscape demo/removals/restoration required to complete this work. Typically, water departments install the service line, hot tap, and water meter and the Contractor connects to the new meter.

    A: See Addendum No. 1


    Q (No subject): If the Water Department is installing the new water meter, please confirm the Contractor is not responsible for any fees or permits associated with this scope. If the Contractor is responsible for paying an installation or service fee, what is the fee cost from the Water Department?

    A: See Addendum No. 1


    Q (No subject): Irrigation Plan sheet L202 calls for a new 2” Domestic Irrigation Water Meter, but plan sheet L201 directs the Contractor to tie into the existing 3” PVC mainline shown adjacent to the south basketball court. Please confirm that the existing 3” mainline, supplied by an existing 4” water service, is to be used and no new water meter is required for the irrigation improvements.

    A: See Addendum No. 1


    Q (No subject): Please provide as-builts of the existing utilities.

    A: See Addendum No. 1


    Q (No subject): Please confirm the Contractor is responsible for obtaining and paying for construction surveying and the measurement and payment for this scope.

    A: See Addendum No. 1


    Q (No subject): Note #27 on plan sheet L100 shows Sportsfield striping “for reference only.” Please confirm field striping is NIC.

    A: See Addendum No. 1


    Q (No subject): Reference Detail 12 on plan sheet S1.5. The footing detail shows a base plate on a wall installed by others. Please confirm this detail only applies to the light poles and not the fence. Please confirm the footing dimensions and full length post size to be dug and set.

    A: See Addendum No. 1


    Q (No subject): Do subcontractors need to be MEP qualified with the school district?

    A: See Addendum No. 1


    Q (No subject): Please provide pictures of the existing playground to be removed and the existing basketball courts to be resurfaced. During the pre-bid meeting, students were playing at recess and clear pictures were not available to be taken.

    A: See Addendum No. 1


    Q (No subject): Please provide the elevations for the one new manhole to construct.

    A: See Addendum No. 1


    Q (No subject): Are rebar cages required for all fence footings regardless of fence type per Detail 12/S1.5.

    A: See Addendum No. 1


    Q (No subject): The 16’ high chain link Detail 4/L104 calls for 4 ½” Posts but Detail 12/S1.5 calls for 5.5”x.375” Posts. This is a major price difference, please confirm 4 ½” posts are acceptable to construct.

    A: See Addendum No. 1


    Q (No subject): Please confirm that all geotechnical and compaction testing needed during construction will be purchased by the City. If not, please provide an allowance amount for these services.

    A: See Addendum No. 1


    Q (No subject): Please confirm if there is an existing SWPPP, or does the Contractor need to provide a new SWPPP?

    A: See Addendum No. 1


    Q (No subject): Please confirm if construction access will be available at both the north and south sides of campus or just at the north side of campus. Space is limited on the north side and may not be wide enough for trucks and other vehicles to get through. Plus, the north side contains classrooms and admin buildings whereas the south side does not so disturbances to students/staff will be minimized allowing access to the south side.

    A: See Addendum No. 1


    Q (No subject): Are any project signs or construction signs required? If so, please confirm the quantity, size, and specs, and please show the locations where the sign(s) are to be installed.

    A: See Addendum No. 1


    Q (No subject): Are any temporary construction signs or portable message signs needed?

    A: See Addendum No. 1


    Q (No subject): How are we to separate the irrigation mainline, wiring, etc. for the turf system and shrub system bid items, #90 and #91 respectively? A common mainline will supply both turf and shrub areas.

    A: See Addendum No. 1


    Q (No subject): Are the irrigation POC components to be included in bid item #95?

    A: See Addendum No. 1


    Q (No subject): Detail 1/L103 shows a detail for removable bollards. Are these included in the project scope? They don’t appear to be called out on the Landscape Construction Plan and are not shown on the bid schedule.

    A: See Addendum No. 1


    Q (No subject): Construction note #23 on plan sheet L100 calls for an Aluminum Recreation Volleyball System. What is the measurement and payment for this scope? It is not shown on the bid schedule.

    A: See Addendum No. 1


    Q (No subject): Can a section of the south parking lot be closed off for construction access and Contractor parking? The entirety of the existing field is to be improved and parking will not be possible on site due to the proposed hardscape, landscape, and building improvements.

    A: See Addendum No. 1


    Q (No subject): Can a section of the south parking lot be closed off for Contractor staging and storage? The entirety of the existing field is to be improved and parking will not be possible on site due to the proposed hardscape, landscape, and building improvements.

    A: See Addendum No. 1


    Key dates

    1. March 9, 2026Published
    2. April 7, 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.