Active SLED Opportunity · ARIZONA · CITY OF PRESCOTT

    Hornet Drive Drainage Improvements

    Issued by City of Prescott
    cityRFBCity of PrescottSol. 259111
    Open · 14d remaining
    DAYS TO CLOSE
    14
    due May 28, 2026
    PUBLISHED
    May 1, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    City of Prescott seeks bids for drainage improvements in Yavapai Hills Subdivision including storm drain installation, grading, utility relocations, and related construction. Mandatory pre-bid meeting on May 12, 2026. Bid due May 28, 2026. Project completion within 150 days from notice to proceed.

    Opportunity details

    Solicitation No.
    259111
    Type / RFx
    RFB
    Status
    open
    Level
    city
    Published Date
    May 1, 2026
    Due Date
    May 28, 2026
    NAICS Code
    237110AI guide
    Jurisdiction
    City of Prescott
    State
    Arizona
    Agency
    City of Prescott

    Description

    The City of Prescott is looking to improve existing drainage within the Yavapai Hills Subdivision. The project generally consists of drainage improvements, grading of an existing drainage channel to increase flow capacity to new drop inlet headwall structures, installation of new 36-inch and 42-inch storm drain pipe, related utility relocations, including a new water service connection and a temporary fly line, fire hydrant relocation, removal and replacement of existing landscaping. Removal and replacement of curb and gutter, spandrel, and asphalt, construction of new catch basins, and installation of 9-inch and 18-inch Rip Rap.

    Background

    The project is located primarily along Hornet Drive and the intersection of Bonanza Trail, and Rough Diamond Drive. The City of Prescott had received complaints from Yavapai Hills regarding drainage flows originating from Hornet Drive. In May of 2025, a drainage analysis was concluded to evaluate capacity of the existing drainage system and associated drainage structures along Hornet Drive. The analysis determined that improvements to the existing infrastructure are necessary to adequately convey the storm water to the historic channel.

    Project Details

    • Reference ID: 2026-NIBCONST-262
    • Department: Public Works
    • Department Head: Gwen Rowitsch (Public Works Director)

    Important Dates

    • Questions Due: 2026-05-20T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-12T17:30:00.000Z — City of Prescott Public Works Department, 433 N. Virginia Street, Prescott, AZ 86301 or via optional Microsoft Teams Meeting. Microsoft Teams Meeting https://teams.microsoft.com/meet/2561145658596?p=fztnxgNUVHZ1Q84EO2 ID: 256 114 565 859 6 Passcode: P8Ft7qS3

    Meetings & Milestones

    EventDateLocation
    Bid Opening2026-05-28T21:05:00.000ZMicrosoft Teams Meeting https://teams.microsoft.com/meet/256630495059458?p=8voRku13mCkvh7UXMt ID: 256 630 495 059 458 Passcode: Bq6AU9Cm

    Evaluation Criteria

    • Mandatory Pre-Bid Conference

      The pre-bid conference is mandatory for potential bidders. Bids will only be accepted from firms in attendance as established on the sign-in sheet. Anything discussed, or not discussed, in the meeting shall not change the requirements of the Notice of Inviting Bids or its documents. Any changes to the Notice Inviting Bid or its documents shall be in writing issued via addendum through the City's OpenGov Procurement portal. The minutes of this pre-bid conference will be distributed to all attendees. The minutes shall not be considered part of any addendum and shall not be considered part of the contract documents for the project.

      The mandatory pre-bid conference will be held on Tuesday, May 12, 2026 at 10:30 am and at the following location:

      City of Prescott Public Works Department, 433 N. Virginia Street, Prescott, AZ 86301 or via optional Microsoft Teams Meeting. Microsoft Teams Meeting https://teams.microsoft.com/meet/2561145658596?p=fztnxgNUVHZ1Q84EO2 ID: 256 114 565 859 6 Passcode: P8Ft7qS3

    • Overview

      Approval of the City Council will be required for the award of a contract for performance of the services described herein.

      The City reserves the right to cancel this Request, reject in whole or in part any and all submittals, waive or decline to waive irregularities in any submittals, or determine not to enter into contract as specified if determined by the City to be in the City’s best interests.

    • Award of Contract

      The selected company/firm will be required to execute and meet the terms of the City’s contract/agreement, including insurance requirements, in a form acceptable to the City Attorney. Approval of the City Council may be required for award of a contract for performance of the services described herein and as may additionally be developed during negotiations. Any contract award submitted to the City Council for consideration is not binding on the City until after approval by the City Council and full execution of the contract documents by both parties.

    • Scope of Work

      The intent of the Plans and Specifications is to prescribe a complete work for the described project which the Contractor shall perform in a manner acceptable to the City Public Works Director and in full compliance with the terms of the Contract.

      Unless otherwise specified in the Special Provisions, the Contractor shall furnish all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature, and incidentals, but not limited to, dust and traffic control measures, and to perform all work involved in executing the Contract in a satisfactory and workmanlike manner within the specified time.

      All standard specifications and details referenced, unless otherwise noted, shall conform to all the City of Prescott Standard Specifications and Detail Drawings, most current revisions, and to the most current editions of the Uniform Standard Specifications and Details for Public Works Construction by the Maricopa Association of Governments (MAG Specifications and Details), including revisions thereto.

    • Non-Mandatory Pre-Bid Conference

      The pre-bid conference is not mandatory for potential bidders. Anything discussed, or not discussed, in the meeting shall not change the requirements of the NIB or its documents. Any changes to the NIB or its documents shall be in writing issued via addendum through the City's OpenGov Procurement portal. The minutes of this pre-bid conference will be distributed to all attendees. The minutes shall not be considered part of any addendum and shall not be considered part of the contract documents for the project.

      The non-mandatory pre-bid conference will be held on Tuesday, May 12, 2026 at 10:30 am and at the following location:

      City of Prescott Public Works Department, 433 N. Virginia Street, Prescott, AZ 86301 or via optional Microsoft Teams Meeting. Microsoft Teams Meeting https://teams.microsoft.com/meet/2561145658596?p=fztnxgNUVHZ1Q84EO2 ID: 256 114 565 859 6 Passcode: P8Ft7qS3

    • Description of Work

      The project is located within the Yavapai Hills Subdivision, primarily along Hornet Drive and the intersection of Bonanza Trail, and Rough Dimond Drive. The City of Prescott had received complaints from Yavapai Hills regarding drainage flows originating from Hornet Drive, In May of 2025, a drainage analysis was concluded to evaluate capacity if the existing drainage system and associated drainage structures along Hornet Drive. The analysis determined that improvements to the existing infrastructure are necessary to adequately convey the storm water to the historic channel. The project generally consists of drainage improvements, grading of an existing drainage channel to increase flow capacity to new drop inlet headwall structures, installation of new 36-inch and 42-inch storm drain pipe, related utility relocations, including a new water service connection and a temporary fly line, fire hydrant relocation, removal and replacement of existing landscaping. Removal and replacement of curb and gutter, spandrel, and asphalt, construction of new catch basins, and installation of 9-inch and 18-inch Rip Rap.

    • Construction Insurance Requirements

      Vendor/Contractor and/or subcontractors shall procure and maintain until all of their obligations have been discharged, including any warranty periods under this Contract are satisfied, insurance against claims for injury to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Vendor/Contractor, his agents, representatives, employees, or subcontractors.

      The insurance requirements herein are minimum requirements for this Contract and in no way limit the indemnity covenants contained in this Contract.

      The City in no way warrants that the minimum limits contained herein are sufficient to protect the Contractor from liabilities that might arise out of the performance of the work under this Contract by the Vendor/Contractor, his agents, representatives, employees, or subcontractors. Vendor/Contractor is free to purchase such additional insurance as may be determined necessary.

      The policies shall include, or be endorsed to include the following provisions:

      1. On insurance policies where the City of Prescott is named as an additional insured, the City of Prescott shall be an additional insured to the full limits of liability purchased by the Contractor even if those limits of liability are in excess of those required by this Contract.

        Additional Insured:
        City of Prescott
        201 N. Montezuma Street
        Prescott, AZ 86301

      2. The Contractor's insurance coverage shall be primary insurance and non-contributory with respect to all other available sources.

      All certificates required by this Contract shall be emailed directly to coi@prescott-az.gov. The City contract number and project name/description shall be noted on the certificate of insurance. The City reserves the right to require complete, certified copies of all insurance policies required by this Contract at any time. Any Renewal of insurance certificates with endorsements will need to be emailed to the above emails at least two weeks prior to expiration.

      Notice of Cancellation: With the exception of a ten (10) day notice of cancellation for non-payment of premium, and changes to material to compliance with this contract in the insurance policies above shall require thirty (30) days written notice.

      Acceptability of Insurers: Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A-VII, unless otherwise approved by the City of Prescott. General liability, automobile liability, and worker’s compensation insurance is to be placed with an insurer admitted in the state in which operations are taking place.

      Verification of Coverage: Contractor shall furnish the City with certificates of insurance (ACORD form or equivalent approved by the City) as required by this Contract. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.

      All certificates and any required endorsements are to be received and approved by the City before work commences. Each insurance policy required by this Contract must be in effect at or prior to commencement of work under this Contract and remain in effect for the duration of the project and warranty period as set forth in warranty letter. Failure to maintain the insurance policies as required by this Contract or to provide evidence of renewal is a material breach of contract.

      MAG Specifications, Sections 103.1 through 103.8, including: Unless otherwise specifically required by the Special Conditions, the minimum limits of public liability and property damage liability shall be as follows:

      1. Contractor shall provide coverage with limits of liability not less than those stated below.  An excess liability policy or umbrella liability policy may be used to meet the minimum liability requirements provided that the coverage is written on a following form basis.

      Commercial General Liability – Occurrence Form:

      Policy shall include bodily injury, property damage, broad form, contractual liability and XCU coverage.

      • General Aggregate$3,000,000
      • Products - Completed Operations Aggregate$3,000,000
      • Personal and Advertising Injury$1,000,000
      • Each Occurrence$1,000,000
      • Fire Legal Liability (Damage to Rented Premises)$100,000 (if applicable)

       

      The policy shall be endorsed to include the following additional insured language:
      “The Contractor agrees to endorse the City of Prescott as an Additional Insured on the Commercial General Liability with the following Additional Insured endorsement, or similar endorsement providing equal or broader Additional Insured coverage, the CG 2010 10 01 Additional Insured - Owners, Lessees, or Contractors, or  CG2010 07 04 Additional Insured – Owners, Lessees, or Contractors – Scheduled Person or Organization endorsement in combination with the additional endorsement of GC2037 10 01 Additional Insured – Owners, Lessees, or Contractors – Completed Operations shall be required to provide back coverage for the contractor’s “your work” as defined in the policy and liability arising out of the products-completed operations hazard.”

      Business Automobile Liability: Bodily Injury and Property Damage for any owned, hired, and/or non-owned vehicles used in the performance of this Contract.

      •  Combined Single Limit (CSL)$1,000,000

       

      The policy shall be endorsed to include the following additional insured language:
      “The City of Prescott shall be named as additional insured with respect to liability arising out of the activities performed by or on behalf of the Contractor, involving automobiles, owned, leased, hired, or borrowed by the Contractor.”

      Worker’s Compensation and Employer’s Liability:

      Workers' CompensationStatutory
      Employer's Liability 
      • Each Accident - $1,000,000
      • Disease - Each Employee -$1,000,000
      • Disease - Policy Limit - $1,000,000


      Policy shall contain a waiver of subrogation against the City of Prescott for losses arising from work performed by or on behalf of the Vendor / Contractor.

      Professional Liability (Errors and Omissions Liability) – if applicable

      • Each Claim$1,000,000
      • Annual Aggregate$2,000,000

       

      1. In the event that the professional liability insurance required by this Contract is written on a claims-made basis, Contractor warrants that any retroactive date under the policy shall precede the effective date of this Contract and that either continuous coverage will be maintained, or an extended discovery period will be exercised for a period of two (2) years at the time work under this contract is completed.
      2. The policy shall cover professional misconduct or lack of ordinary skill for those positions defined in the Scope of Work of this contract.

      Notice of Cancellation:  With the exception of a ten (10) day notice of cancellation for non-payment of premium, any changes to material to compliance with this contract in the insurance policies above shall require thirty (30) day written notice.

      Such policy shall not exclude coverage for the following:

      1. Injury to or destruction of any property arising out of the collapse of/or structural injury to any building or structure due to grading of land, excavation, borrowing, filling, backfilling, tunneling, pile driving, cofferdam work or caisson work.
      2. Injury to or destruction of wires, conduits, pipes, mains, sewers, or other similar property or any apparatus in connection therewith, below the surface of the ground, if such injury or destruction is caused by and occurs during the use of mechanical equipment for the purpose of grading of land, paving, excavating, drilling; or injury to or destruction of any property at any time resulting there from.
      3. Injury to or destruction of any property arising out of blasting or explosion.
      4. Motor vehicle public liability and property damage insurance to cover each automobile, truck, and other vehicle used in the performance of the Contract in an amount of not less than $1,000,000.00 for one person, and $1,000,000.00 for more than one person, and property damage in the sum of $1,000,000.00 resulting from any one accident which may arise from the operations of the Contractor in performing the work provided for herein.

      The Contractor shall carry and maintain fire and extended coverage with an endorsement for vandalism and malicious mischief in Contractor's name and also in the name of the City in an amount of at least ONE HUNDRED PERCENT (100%) of the Contract amount (if applicable).

      The Contractor shall secure "all risk" type builder's risk insurance for work to be performed.  Unless specifically authorized by the City, the amount of such insurance shall not be less than ONE HUNDRED PERCENT (100%) of the contract price.  Such policy shall include coverage for earthquake, landslide, flood, collapse, or loss due to the results of faulty workmanship, during the contract time and until final acceptance of work by the City (if applicable).

      All insurance required pursuant to this Agreement must be written by an insurance company authorized to do business in the State of Arizona, to be evidenced by a Certificate of Authority as defined in A.R.S. § 20-217, a copy of which certificate is to be attached to each applicable bond or binder.

    • Requests for Information

      Firms who desire clarification of the procurement terms, selection criteria or submittal requirements shall restrict their inquiries to written communications only. All communications shall be submitted through the "Question and Answer" section of the Notice Inviting Bids on the City's OpenGov Procurement portal.

      All inquiries, requests for information, or requests for clarifications must be received by the City before 5:00 pm on Tuesday, May 19, 2026. Responses, or addenda as required, will be issued no later than a time and date noted in this Notice Inviting Bid's Timeline (see Proposed Project Schedule). Receipt of addenda must be acknowledged. All interested parties "following" the project on the City's OpenGov Procurement portal will automatically be notified upon the City issuing an Addendum to this Notice Inviting Bids. It is the submitter’s sole responsibility to check the City’s OpenGov Procurement portal for periodic updates or addenda.

    • Contact Information

       

      Procurement Contact:
      Jaimie Sventek
      Contracts Coordinator
      City of Prescott - Purchasing
      contracts@prescott-az.gov

    • Proposed Project Schedule

      The Contractor shall fully complete all work under this Contract within one hundred fifty (150) calendar days beginning with the calendar day as noted in the Notice to Proceed. The Contractor shall at all times during the continuance of the Contract prosecute the work with such work force and equipment as is sufficient to complete the project within the time specified.

      The following milestones are estimates of the earliest dates possible for planning purposes only and shall not represent any contractual commitment whatsoever on the part of the City. The City reserves the right to amend the project schedule as necessary.

      Project milestones are estimated to be as follows:

      Notice Inviting Bids Release Date:May 1, 2026
      Notice Inviting Bids Advertised: Prescott Daily Courier:May 3, 2026
      Pre-Bid Conference Meeting (Mandatory):May 12, 2026, 10:30am

      City of Prescott Public Works Department, 433 N. Virginia Street, Prescott, AZ 86301 or via optional Microsoft Teams Meeting.
      Microsoft Teams Meeting
      https://teams.microsoft.com/meet/2561145658596?p=fztnxgNUVHZ1Q84EO2
      ID: 256 114 565 859 6
      Passcode: P8Ft7qS3

      Question Submission Deadline:May 19, 2026, 5:00pm
      Notice Inviting Bids Due Date and Time:May 28, 2026, 2:00pm
      Bid Opening (Non-Mandatory):May 28, 2026, 2:05pm

      Microsoft Teams Meeting
      https://teams.microsoft.com/meet/256630495059458?p=8voRku13mCkvh7UXMt
      ID: 256 630 495 059 458
      Passcode: Bq6AU9Cm

      Award of Contract:June 23, 2026
      Pre-Construction Meeting:Week of July 6, 2026
      Anticipated Notice to Proceed:Week of July 13, 2026
      Anticipated Expected Completion Date:150 days from Notice To Proceed

       

    Submission Requirements

    • Price Sheet (required)

      Upload a breakdown of your cost/fee scheduled here.

      The Proposer shall certify that its proposal will be valid for ninety (90) days after submission. Proposers may be asked to extend this certification.

    • Proposal (required)

      The Undersigned hereby declares that he has visited the site and has carefully examined the Contract Documents relating to the work covered by the bid.

      The Proposal Guarantee (Certified Check, Cashier's Check, or Bid Bond) attached, payable to the City of Prescott in the sum of not less than ten percent (10%) of the total bid price submitted for the complete project, to ensure that the Undersigned, if his/her bid is accepted, shall enter into contract and give the bonds and certificates of insurance required. If the bidder uses a Certified Check or Cashiers Check for the Proposal Guarantee, said check/s shall be physically delivered to the Finance Department prior to the closing date and time of the bid. The Finance Department is located at 201 N. Montezuma Street, Second Floor, Suite 224, Prescott, AZ 86301. Failure to deliver said Cashier or Certified Check/s in a timely manner may subject the bid to disqualification. In the event that the contract and bonds and certificates of insurance required are not furnished to the City within the time required, then and in that event the City may retain from the proposal guarantee an amount, not to exceed the amount of the proposal guarantee, representing the difference between the amount specified in the proposal or bid, and such larger amount that the City in good faith contracts with another party to perform the work covered by the proposal or bid.

      The project shall be completed within one hundred fifty (150) calendar days after the starting date set forth in the NOTICE TO PROCEED.

      The Undersigned hereby declares, as bidder, that the only persons or parties interested in this PROPOSAL as principals are those named herein; that no elected official or employee of the City is in any manner interested directly or indirectly in this PROPOSAL or in the profits to be derived from the contract proposed to be taken, other than as permitted by law; that this bid is made without any connection with any other person or persons making a separate bid for the same purpose; that the bid is in all respects fair and without collusion or fraud; that he has read the NOTICE INVITING BIDS, CONTRACT DOCUMENTS AND PROJECT SPECIFICATIONS, and agrees to furnish the items and perform the work called for in accordance with the provisions of said form of Contract and the Specifications and to deliver the same within the time stipulated herein, and that he will accept in full payment therefore the total bid price named in this Proposal.

      The bidder shall be an A-General Engineering contractor properly licensed in the State of Arizona at the time of bidding to perform construction in connection with fixed works, including streets, roads, power and utilities plants, dams, hydroelectric plants, sewage and waste disposal plants, bridges, tunnels, and overpasses and shall also be licensed to perform work within residential and commercial property lines, or shall be properly licensed to sub-contract residential or commercial work, as may be required in the Scope of Work.

      Any bid submitted without the proper contracting license to perform the required work shall be considered non-responsive and rejected.

      The bidder further agrees that, upon receipt of written notice of the acceptance of this PROPOSAL, he will execute the Contract in accordance with the PROPOSAL as accepted and furnish the required bonds TEN (10) days from the date of mailing of said Notice of Award to him at his address as given, or within such additional time as may be allowed by the City; and that upon his failure or refusal to do so within said time, then the certified or cashier's check or bid bond accompanying this bid shall be cashed or enforced and the money payable pursuant thereto shall be forfeited to and become the property of the City as liquidated damages for such failure or refusal; provided that if said bidder shall execute the Contract and furnish the required bonds within the aforesaid time, his certified or cashier's check, if furnished, shall be returned to him within three (3) days thereafter, and the bid bond, if furnished, shall become void.

      Bidder understands and agrees that the City reserves the right to reject any or all bids and to waive any informality in the bidding.

      The bidder agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) calendar days after the scheduled closing time for receiving bids.

    • Subcontractors List (required)

      Please download the below document, complete, and upload here as part of your proposal.

    • Proposed Staging Locations (required)

      Please download the below document, complete, and upload here as part of your proposal.

    • Disclosure (required)

      Identify any public or private disciplinary actions against your firm or individuals within your firm that occurred within the past five (5) years and would be relevant to this contract. This includes action by professional organizations or oversight committees.

      Report any significant material litigation information that would be relevant to this contract.

      Disclose any investigation (involving your firm or individuals) conducted in the past five (5) years of any federal or state regulatory agency that might have an impact on this contract.

      Please upload a PDF document here.

    • Proprietary Information (required)

      All materials submitted in response to the solicitation, including samples, shall become the property of the City and are therefore subject to public release, upon request, after the Contract award. Firms shall clearly mark any proprietary information contained in its submittal with the words “Proprietary Information”. Firms shall not mark any Solicitation Form as proprietary. Marking all or nearly all of a submittal as proprietary may result in rejection of the submittal.

      Firms should be aware that the City is required by law to make its records available for public inspection. All firms, by submission of materials marked proprietary, acknowledge, and agree that the City will have no obligation to advocate for non-disclosure in any form nor will the City assume any liability to the firms in the event that the City must legally disclose these materials.

      Please upload a PDF document here.

    • Additional Information (if needed)

      For any additional information requested or required by any of your previously provided answers or as stated within this Notice Inviting Bids please upload the additional documentation here.

    • Bidder's Certificate (required)

      Proposer, being first duly sworn, deposes and says: That he/she who submits herewith to the City of Prescott, Arizona, a Proposal:

      That all statements of fact in such Proposal are true.

      That said Proposal was not made in the interest of or on behalf of any disclosed person, partnership, company, association, organization, or corporation.

      That said bidder has not, directly, or indirectly by agreement, communication, or conference with anyone attempted to induce action prejudicial to the interest of the City of Prescott, Arizona, or of any bidder or anyone else interested in the proposed contract; and further,

      That prior to the public opening and reading of proposal, said bidder:

      1. Did not directly or indirectly, induce or solicit anyone else to submit a false or sham proposal;.  
      2. Did not directly or indirectly collude, conspire, connive or agree with anyone else that said bidder or anyone else would submit a false or sham proposal, or that anyone should refrain from bidding or withdraw his proposals;
      3. Did not in any manner, directly or indirectly, seek by agreement, communication or conference with anyone to raise or fix the proposal price of said bidder or of anyone else, or to raise or fix any overhead, profit or cost element of his proposal price, or of that of anyone else;
      4. Did not, directly or indirectly, submit his proposed price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association organization, bid depository or to any member or agent thereof, or to any individual or group of individuals, except the City of Prescott, Arizona, or to any person or persons who have a partnership or other financial interests with said bidder in his business.
    • Bid Bond (required)

      Please upload a copy of your signed (principal and surety) Bid Bond here. Failure to provide a completely signed Bid Bond will disqualify the bid.

    • Bonding Capacity (required)

      I hereby certify that the firm is bondable to the projected amount of the project from an AM Best, Inc. rating of “A” or better surety company if the firm is awarded the contract.

    • Certificate of Insurability (required)

      I hereby certify that I am fully aware of Insurance Requirements contained in the contract documents for the solicitation and by the submission of this Offer, I hereby assure the City that the firm is able to produce the insurance coverage required if awarded the contract.
      If the firm is awarded the contract and then becomes unable to produce the insurance coverage specified within ten (10) working days, I am fully aware and understand that this will make my submission nonresponsive and I/the firm will be disqualified for this project.

    • Proposal Certification (required)

      The undersigned Proposer hereby certifies as follows:

      That he/she has read The City of Prescott’s solicitation documents, its appendices and attachments, and the following Addenda, and to the best of his/her knowledge, has complied with the mandatory requirements stated therein.

      That he/she has had opportunity to ask questions regarding the solicitation, and that such questions having been asked, have been answered by the City.

      That the Proposer’s proposal consists of all forms required by this Notice Inviting Bids.

      That the Proposer’s bid is valid for 90 days.

    • Advertisement Date 1 (required)

      What is the first date to advertise the legal notice?

      Example:
      December 7, 2026

    • Advertisement Date 2 (required)

      What is the first date to advertise the legal notice?

      Example:
      December 14, 2026

    • Pre-Bid Conference? (required)

      Will there be a pre-bid conference for this NIB? If so, will it be Mandatory or Non-Mandatory?

      NOTE: You will have to manually adjust this in the Timeline section of this NIB. Your answer here will NOT automatically adjust the Timeline.

    • Capital Improvement Plan Project (required)

      Is there a Capital Improvement Plan number for the project?

    • Capital Improvement Plan Number (required)

      Is there a Capital Improvement Plan (CIP) or Capital Project number for this project?

      Example:
      2408-001 OR 90215 OR N/A

    • Contract Start Date (required)

      What is the intended start date of the initial term of this contract?

      NOTE: Please be sure to prove the full Month, Day and Year.

      EXAMPLE
      July 1, 2025

    • Initial Contract Term (required)

      How long will the initial term of this contract last?

      NOTE: Please be sure to format with written number and numeric value.

      EXAMPLE:
      one (1) year

    • Contract Extensions? (required)

      Will extensions be allowed for this contract once its initial term has expired?

    • Contract Extension Term (required)

      What is the minimum duration for which this contract can be extended?

      NOTE: Please be sure to format with written number and numeric value. Do NOT use the plural of unit of duration (months, years, etc.). You are providing the text that will fill in the highlighted area below.

      EXAMPLE:
      two (2) year

      The contract may be extended for an additional _____ period up to a total of _______ additional years,

    • Total Contract Extension (required)

      What is the maximum duration in years for which this contract can be extended? This does not include the initial term of the contract, just the total time of all possible extensions.

      NOTE: Please be sure to format with written number and numeric value. Do NOT write in the word "years", it will automatically be added. You are providing the text that will fill in the highlighted area below.

      EXAMPLE:
      two (2)

      The contract may be extended for an additional _____ period up to a total of _______ additional years,

    • Calendar Days to Completion (required)

      How many calendar days to complete the project?

      Example:
      one hundred twenty (120) OR N/A

    • Cooperative Use of Contract? (required)

      Do you wish for this contract to be part of the Strategic Alliance for Volume Expenditures (S.A.V.E.)? The awarded vendor would also have to approve of the contract being used by another agency. The "Yes" or "No" here keeps or removes the section from this NIB.

    • Electronic Pricing Table (required)

      Do you wish to utilize the electronic pricing table available within OpenGov Procurement to obtain pricing/fees/costs for proposals?

      If you answer with a "Yes", no proposal pricing upload sheet will be used and all pricing will default to being obtained within the electronic pricing table. You may choose to update the Vendor Questionnaire (Proposal) section of this NIB to obtain a breakdown of pricing or some sort of supplemental pricing document if you wish in addition to answering "Yes" here though.

    • Cost Uploaded As A File (required)

      Do you want to receive costs/fees as a file? This may be in addition to or instead of using the electronic pricing table.

    • Sealed Cost? (required)

      Do you want Proposers to upload a separate document for their Price Proposal? You may want to do this if you open proposals initially WITHOUT showing price (and are not using the pricing table), and then come back in after a technical evaluation to unseal pricing later.

    Key dates

    1. May 1, 2026Published
    2. May 28, 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.