Active SLED Opportunity · CALIFORNIA · SANTA CRUZ

    Metal Storage Building at Fire Station #3

    Issued by Santa Cruz
    cityIFBSanta CruzSol. 256137
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due May 19, 2026
    PUBLISHED
    May 4, 2026
    Posting date
    JURISDICTION
    Santa Cruz
    city
    NAICS CODE
    238110
    AI-classified industry

    AI Summary

    Invitation for Bids for installation of a concrete pad and utilities for a metal storage building at Fire Station #3 in Santa Cruz, CA. Scope includes demolition, utility trenching, concrete work, and stormwater management. Bids due by May 19, 2026, with a pre-proposal meeting on May 11, 2026.

    Opportunity details

    Solicitation No.
    256137
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    May 4, 2026
    Due Date
    May 19, 2026
    NAICS Code
    238110AI guide
    Jurisdiction
    Santa Cruz
    Agency
    Santa Cruz

    Description

    Install a concrete pad and utilities for a metal storage building. The concrete must meet all specifications on the plans and will be able to hold the weight of fire apparatus of approximately 55,000 lbs each. Bidders shall be aware that electrical, above-ground fire sprinkler & building installer vendors have been selected.

    The following is the scope of work needed:

    • Demolition (saw cut and removal of existing AC material)
    • Utilities (trenching for electrical and fire sprinklers, electrical pipe installation)
    • Concrete Pad Installation (includes subgrade preparation, form work, rebar installation, concrete pour and finish work, AC conforms, building anchorage installation)
    • Remove existing storm drain inlet connection and install/connect new Bio-Retention Area.

     

    Bidders shall review and adhere to the following:

    • Green Building Checklist
      • Site management & bmps per plans
      • Construction waste reduction, disposal and recycling
      • Product gwp compliance
      • Finish material pollutant control
    • Coordinate and work with other contractors as required to execute all work listed on plans.
    • Schedule, attend, and complete all required inspections for listed scope of work with the applicable City of Santa Cruz inspectors and special inspector Pacific Crest Engineering per the building permit plans.
    • All refuse and recycling activities during construction must comply with Chapter 6.12 of the Santa Cruz Municipal Code and be accounted for on the Construction Waste Management Plan.
    • All work must comply with the building permit plans, as well as state and local codes.
     

    Background

    The City of Santa Cruz was incorporated in 1866 and formed its current charter in 1948. It is governed under a Council/Manager form of government. A Mayor and six Council members set policy for the City and a City Manager serves as chief administrator of those policies. The City is located on the coast, 75 miles south of San Francisco on the northern edge of the Monterey Bay. It encompasses 15.8 square miles with cultural and ethnic diversity among its population of 65,000. Santa Cruz is part of the National Marine Sanctuary and is a popular tourist destination owing to its beaches, surf culture, and historical landmarks.

    The City provides a full range of municipal services and facilities including a recreational wharf, public golf course, over thirteen hundred acres of open space, full beach services, refuse management, law enforcement, fire protection, and water and wastewater utilities. The City is also host to University of California Santa Cruz, the Santa Cruz Harbor, and the Santa Cruz Beach Boardwalk amusement park.

    Project Details

    • Reference ID: IFB No. Fire-0301
    • Department: Fire
    • Department Head: Robert Oatey (Fire Chief)

    Important Dates

    • Pre-Proposal Meeting: 2026-05-11T17:30:00.000Z — 335 Younglove Avenue, Santa Cruz, CA 95060

    Evaluation Criteria

    • Project Objectives

      The project involves the installation of a concrete pad and utilities for a metal storage building. The concrete must meet all specifications on the plans and will be able to hold the weight of fire apparatus of approximately 55,000 lbs each. Its primary goal is to establish a functional storage facility for fire department apparatus and equipment.

    • Questions and Requests for Clarification and Addenda

      Questions or concerns regarding any aspect of this IFB shall be sent via City’s e-Procurement Portal’s Question & Answer feature and received by the date identified in Timeline in INTRODUCTION Section. Any questions or objections not submitted within the time and manner stated above or to anyone other than the above-stated contact will be deemed waived. The City is not bound by the oral representation of any City employee or official. Answers to questions received will be sent out via an addendum.

      The City may determine it is necessary to revise any part of this IFB. Revisions will be made by written addenda and it is the Bidder's sole responsibility to comply with any addenda to this IFB and acknoeledge addenda via City's e-Procurement Portal. Addenda will be posted on the City’s e-Procurement Portal, https://procurement.opengov.com/portal/santacruzca/projects/256137, under Bidding Information. 

    • Summary Scope of Work

      All applicants must provide thorough and comprehensive responses that clearly demonstrate their team’s approach to and consistency with the below-mentioned standards. 

      The City invites qualified firms to respond to this Invitation for Bids (IFB) for the project (“Project”) titled below:

      Metal Storage Building at Fire Station #3

      IFB No. IFB No. Fire-0301

      The City anticipates awarding a contract to a vendor for a six-month term with the option of two six (6) month term extensions if City so elects.  The Bidder will provide the services outlined in Section PRELIMINARY SCOPE OF WORK

      The successful Bidder shall furnish all tools, equipment, materials, tax, apparatus, facilities, labor, transportation, supervision, and management, not specifically provided by the City, to complete the work described in this IFB. The successful Bidder will provide a brief statement of services, as detailed further in Section PRELIMINARY SCOPE OF WORK

       

       

       

    • City’s Standard Terms and Conditions

      The City of Santa Cruz standard Terms and Conditions shall govern this contract. Review the terms and conditions here; all terms including, but not limited to, insurance apply to the contract resulting from this solicitation. A current copy of these terms will be included in the resulting contract as Exhibit A Scope of Work. A hard copy of the Terms and Conditions is available by contacting the City’s Purchasing Division at (831) 420-5080.

    • Scope of Work

      The following is the scope of work needed:

      • Demolition (saw cut and removal of existing AC material)
      • Utilities (trenching for electrical and fire sprinklers, electrical pipe installation)
      • Concrete Pad Installation (includes subgrade preparation, form work, rebar installation, concrete pour and finish work, AC conforms, building anchorage installation)
      • Remove existing storm drain inlet connection and install/connect new Bio-Retention Area.

      Bidders shall review and adhere to the following:

      • Green Building Checklist
        • Site management & bmps per plans
        • Construction waste reduction, disposal and recycling
        • Product gwp compliance
        • Finish material pollutant control
      • Coordinate and work with other contractors as required to execute all work listed on plans.
      • Schedule, attend, and complete all required inspections for listed scope of work with the applicable City of Santa Cruz inspectors and special inspector Pacific Crest Engineering per the building permit plans.
      • All refuse and recycling activities during construction must comply with Chapter 6.12 of the Santa Cruz Municipal Code and be accounted for on the Construction Waste Management Plan.
      • All work must comply with the building permit plans, as well as state and local codes.

      Please review the attached issued building permit plans and specifications.

    • Bid Submittal

      Sealed bids are due no later than the Date and time specified in Timeline in INTRODUCTION Section. All bids will be submitted via City's e-Procurement Portal before the due date.

      Prior to any bid being accepted, the bidder must demonstrate compliance with all bid specifications for such product. The burden of proof of compliance with this specification is the responsibility of the bidder. No exceptions to or deviations from this specification shall be considered unless each exception or deviation is specifically stated as an exception and accompanied by a detailed description of the exception and/or deviation. If no exception or deviation is shown, the bidder shall be required to furnish the equipment exactly as specified herein.

      Failure to comply with all requirements, instructions, and conditions of the invitation for bids and this specification may result in rejection of bid. 

    • Insurance Requirements

      Proposer will provide Certificate of Insurance(s) for Professional Liability, Commercial General Liability, Auto Liability, and Workers’ Compensation as stated in the City’s standard Terms and Conditions. The City reserves the right to adjust the insurance terms provided based on the type and scope of project proposed by the Proposer. 

    • Minimum Qualifications
      • Licensing: Contractor must hold a valid and current general A or B contractor license as required by the State of California or provide justification for an alternative license for the scope of work for this project. 
      • Experience: Contractor shall demonstrate a minimum of three (3) years of relevant experience at the level of journeyman, foreman, or licensed contractor.
      • Insurance and Bonding: Contractor must maintain, at a minimum, general liability insurance, workers’ compensation insurance, and all required surety bonds in compliance with state and local regulations.
      • Certifications: While not mandatory, certifications from recognized industry organizations are strongly encouraged and may be used to demonstrate proficiency as a general contractor.
      • Business Requirements: Contractor must be properly registered and in good standing with the State of California, including appropriate business structure (e.g., corporation, limited liability company) and possession of a valid Tax Identification Number.
      • Local Business License: Contractor must possess a valid and current business license issued by the City of Santa Cruz prior to contract award and maintain it for the duration of the project.
      • DIR Registration: Contractor and all subcontractors shall be currently registered with the California Department of Industrial Relations (DIR) in accordance with California Labor Code Section 1725.5 prior to bid submission, contract award, and the performance of any public works work.
    • Prevailing Wages and Labor Compliance

      Prevailing Wages do not apply to this contract.

    • Non-Response to IFB

      If the Bidder does not wish to submit a bid, write “no bid at this time” and the Bidder name on the Bid Sheet and return by the bid due date. Failure to respond to this Invitation for Bids may result in removal of the Bidder from the bid list for the solicited item.

    • Prevailing Wages and Labor Compliance

      Prevailing wages must be paid to all employees working under this contract. This contract is subject to compliance monitoring and enforcement by the California Department of Industrial Relations (DIR).  Contractors and subcontractors must register with the DIR in order to submit a bid and be awarded a contract (http://www.dir.ca.gov/dlse/dlsePublicWorks.html). No bid will be accepted, nor any contract entered into without proof of the contractor’s and subcontractors’ current registration with the Department of Industrial Relations to perform public work. If awarded a Contract, the Contractor and its subcontractors, of any tier, shall maintain active registration with the Department of Industrial Relations for the duration of the Project.

    • Responsive Bids

      Bids are considered responsive when they:

      1. Comply with all requirements, instructions, and conditions of this solicitation.
      2. Comply with the bid specifications and do not have unacceptable exceptions.
      3. Include pricing for all items listed.
      4. Include all required submittals.
      5. Acknowledge all bid addenda.
      6. Have signatures on the Bid Sheet.
      7. Are received by the bid due date and time.

      Non-responsive bids may not be considered and may be rejected.

    • Contractor Responsibilities

       

      1. Standards of Conduct. The Contractor is responsible for maintaining standards of employee competence, conduct, courtesy, appearance, honesty, and integrity satisfactory to the City.
      2. Supervision. The Contractor shall always provide adequate and competent supervision during the Contract term. The Contractor shall be readily available to meet with the City. Contractor shall provide the telephone numbers where its representative(s) can be reached. 
      3. City Premises. Contractor’s employees and agents shall comply with all City rules and regulations while on City premises. 
      4. Removal of Employee. City may request the Contractor immediately remove from assignment to the City any employee found unfit to perform duties at the City. The Contractor shall comply with all such requests.
      5. Communication. Contractor shall ensure that onsite employees can communicate in English both verbally and in writing. 
    • Reservation of Rights

      The City may exercise at its sole discretion the following rights.  By responding to this IFB, Bidders acknowledge and consent to the following rights.

      The City reserves the right to:

      • Postpone, cancel, or issue a subsequent IFB.
      • Reject any or all bids.
      • Reject any bid that is conditional in any way or that contains erasures, items not called for, items not in conformity with applicable law, changes, additions, alternate bids, or any responsive or submitted by a Bidder that is not responsible.
      • Issue addenda to amend, modify, add or delete requirements of this IFB.
      • Remedy technical errors in the IFB process.
      • Disqualify Bidders who are deemed non-responsive to the requirements of this IFB.
      • Waive informality or immaterial irregularities or minor defects in a bid offer, accept and/or reject all or part of a bid offer.
      • Use judgment whether to respond to questions after the IFB question submittal due date.
      • Not award a Purchase Order/Contract.
      • Award a Purchase Order/Contract to a single Bidder for the entire procurement or to multiple Bidders by line item, in groups, or phases according to Section PRELIMINARY SCOPE OF WORK.
      • If only one bid is received in response to this bid invitation, require the sole Bidder to submit cost or pricing data to assist in determining if the price is reasonable.
    • Living Wage

      Proposers agree to comply with the requirements of the Living Wage Ordinance as provided in Santa Cruz Municipal Code Chapter 5.10.

    • Contact

      If you have any questions concerning this solicitation, please ask questions utilizing City’s e-Procurement Question & Answer feature. This IFB document may be downloaded from the City’s e-Procurement Portal at https://procurement.opengov.com/portal/santacruzca/projects/256137. For technical assistance, contact OpenGov using the real-time chat feature on the Portal (located in the lower right-hand corner of the screen), or via email at procurement-support@opengov.com for support. All questions must be received by the date and time stated in Timeline in the Introduction Section.

    • Safety Requirements

      All work performed under this contract shall be conducted in accordance with the standards customarily adhered to by an experienced and competent provider of the goods and/or services called for under this Contract using the degree of care and skill ordinarily exercised by reputable providers of such goods and/or services. All work will be performed in a safe manner and shall comply with all safety provisions and regulations. Contractor shall abide by all CAL/OSHA requirements, including the labeling of containers. Contractors who have ten (10) or more employees shall have an injury/illness program as required by OSHA. The City reserves the right to issue restraint or cease and desist orders to Contractor when unsafe or harmful.

    • Agreement (Appendix A)

      The successful Proposer will be required to enter into an Agreement in the form of the Agreement attached hereto as Appendix A. The City reserves the right to adjust the terms, including insurance terms provided, based on the type and scope of the project proposed by the Proposer. If a Proposer is unable to accept City’s proposed Agreement terms substantially in the form presented, the Proposer shall include a revised copy of the Agreement with its Proposal. The revised copy must clearly mark any section to which it objects, set forth the Proposer’s proposed alternative terms, and explain the basis for each proposed change. The City reserves all rights to reject any revisions to the Agreement.

      If a satisfactory contract cannot be negotiated in a reasonable time, the City in its sole discretion may terminate negotiations.  

    • Pre-Bid Meeting & Site Visit

      A non-mandatory pre-bid meeting is scheduled on the date and time and at the location stated in Timeline in INTRODUCTION Section. The purpose of this meeting is to give Bidders the opportunity to familiarize themselves with the City’s requirements. Clarification and a review of the IFB process will be discussed at the pre-bid meeting. To expedite the sign-in process, the city will accept a company business card containing the attendee’s name and contact information, as a valid sign-in. Attendance at the pre-bid meeting is not mandatory, however, it is strongly encouraged. 

      The City complies with the Americans with Disabilities Act. If you require reasonable accommodations in order to attend the pre-bid meeting, please call the contact listed in the INTRODUCTION section at least 48 hours prior to the meeting. 

    • Bid Sheet Pricing

      The Price Schedule can be found in Section BID FORM.

      The Bidder shall use Bid Form for the submittal of their Bid Pricing. The Bid price submitted on the Bid Form shall include the costs for services, systems, or goods listed in Bid Documents.  Bid prices shall remain firm and not subject to escalation throughout the term of the contract including extensions.

      Bidder's pricing shall be submitted as a firm-fixed fee (flat rate) for performance of all specifications on the Pricing Schedule of the Bid Form. The Price Schedule shall be completed in full and shall be incorporated herein. Any deviations from the Price Schedule may be considered nonresponsive.

      All information provided in the IFB documents is based on past experience and expected future need. Actual orders may vary during the contract term. The City reserves the right to obtain competitive quotes for contract items. If the Bidder is not consistently the low bidder for these items, the City may terminate this agreement.

    • References

      The bidder shall submit with bid a list of a minimum of three (3) client references that have procured similar projects or services installing a concrete pad for a storage building from the bidder, for a minimum of 1 year in the last five (5) years which demonstrate relevant experience with the Project. The bidder shall provide company or agency name, contact name, and phone number for each reference. It is the responsibility of the bidder to ensure the client reference contact person is available and willing to provide a reference within the timeframe stated in this section.

    • Contract Period

      The term of the contract will commence upon notification of award and continue for a period of 6 months plus any renewals agreed to by the parties and made in writing.

    • Pre-Bid Meeting & Site Visit

      A pre-bid meeting and/or a site visit will not be held for this IFB.

    • Optional Piggyback Provision

      Bidders are requested to indicate on the Bid Sheet if they shall extend the pricing, terms and conditions of this bid to other government agencies, if the bidder is the successful bidder. If the successful bidder agrees to this provision, participating agencies may enter into a contract with the successful bidder for the purchase of the same commodities based on the terms, conditions, and prices, offered by the successful bidder to the City of Santa Cruz for this bid. Minor changes in terms and conditions may be negotiated by participating agencies and the successful bidder. 

    • Bid Submittal Due Date and Public Bid Opening

      All bids will be submitted via the City’s e-Procurement Portal at: https://procurement.opengov.com/portal/santacruzca/projects/256137 before due date. Each bid received before 2:00 pm on Tuesday, May 19, 2026 will be publicly opened during a Zoom Meeting as stated in Timeline in  INTRODUCTION section. Bids received after the deadline will be deemed non-responsive.  If one or more members of the public are present, the name of each bidder and the total amount of each bid will be read aloud at the Bid Opening meeting. Those wishing to attend the meeting should log into Zoom to ensure that they can access the meeting ahead of time. Bidders take full responsibility for City’s receipt of its Bid. The City will not be liable for any expenses incurred by Bidders in responding to this solicitation. 

    • Equal Employment Opportunity and Non-Discrimination

      City’s policies promote a working environment free from abusive conduct, discrimination, harassment, and retaliation; and require equal opportunity in employment for all regardless of race, religious creed (including religious dress and grooming practices), color, national origin (including language use restrictions), ancestry, religion, disability (mental and physical), medical condition, sex, gender (including gender identity and gender expression), physical characteristics, marital status, age, sexual orientation, genetic information (including family health history and genetic test results), organizational affiliation, and military or and veteran status, or any other consideration made unlawful by local, State or Federal law. City requires Consultant to be in compliance with all applicable Federal and State and local equal employment opportunity acts, laws, and regulations and Consultant is responsible for ensuring that effective policies and procedures concerning the prevention of abusive conduct, discrimination, harassment, and retaliation exist in Consultant’s business organization. The City’s current Equal Employment Opportunity and Non-Discrimination policies to which this Section applies may be viewed at http://www.codepublishing.com/CA/SantaCruz/?SantaCruz09/SantaCruz0983.html and http://www.cityofsantacruz.com/home/showdocument?id=59192. Copies are available upon request from the City’s Purchasing Division.

    • Collusive or Sham Bids

      No person, supplier, or corporation shall make or file or be interested in more than one bid for the same work, except so far as alternate bid may be called for. Nor shall any person, supplier, or corporation submit a collusive or sham bid, per se, directly or indirectly, to induce any other supplier to submit such a bid, or to refrain from responding, or seek in any way to fix the price, or any portion of the proposed price, in order to secure an advantage against the owner or any person interested in a proposed contract. However, a person, supplier, or corporation submitting a sub-bid to a bidder or quoting prices on materials for a bidder, is not hereby disqualified from submitting sub-bids or quoting prices to other bidders.

      The Bidder shall acknowledge that it has not directly or indirectly been collusive with any other bidder in the preparation and submission of the bid by submitting the Non-Collusion Declaration.  If at any time it shall be found that the bidder to whom a contract has been awarded has, in presenting the bid, colluded with any other party or parties, said bidder shall be liable to the City for all loss or damage which the City has or may suffer as the result of the collusive activity, including, but not limited to, the cost of advertising and awarding a new contract.

    • Basis of Award

      Award shall be made to the lowest responsive and responsible bidder whose bid is most economical for the purpose intended according to criteria designated in this solicitation.

      All items included on the Bid Form will be part of the the Basis of Award for this solicitation, unless otherwise specified in this solicitation. Supplemental items if identified may also be awarded in the impending contract, however, will not be the basis of award. All bidders are required to complete complete all lines of the Bid Form. Failure to meet this requirement may be a sufficient reason to declare the bid non-responsive.

    • Indemnification

      To the fullest extent permitted by law, Proposer agrees to indemnify, defend, and hold harmless the City, its officials, officers, employees, agents, and volunteers (collectively, “Indemnitees”) from and against any and all liability, claim, action, loss, injury, damage, judgment, or expense, including attorneys’ fees and costs (“Losses”) caused by or resulting from the negligence, recklessness, or willful misconduct of Proposer, Proposer’s officers, employees, agents, or subcontractors in any way related to this solicitation, including but not limited to Proposer’s Proposal. Proposer’s duty to indemnify and hold harmless Indemnitees shall not apply to the extent such Losses are caused by the sole or active negligence or willful misconduct of Indemnitees, as determined by an adjudicatory body or court of competent jurisdiction, if applicable. The obligation to defend shall arise regardless of any claim or assertion that Indemnitees caused or contributed to the Losses.

      In the event this Agreement involves the performance of design professional services by Proposer, Proposer’s officers, employees, agents, or subcontractors, Proposer’s costs to defend Indemnitees shall not exceed the Proposer’s proportionate percentage of fault per Civil Code §2782.8. This section shall survive the termination or expiration of the Agreement.

    • Responsibilities of City

      A designated City contact will be available during the course of the project. Access to the facilities/reports/systems/records/etc. needed to complete the work will be provided through the designated City contact . Information regarding past work performed on this project can be requested through the City contact and will be provided if the information is reasonably accessible and available.

    • Public Record

      Bids received will become the property of the City. All bids and any subsequent contracts will be subject to public disclosure per the “California Public Records Act,” California Government Code, sections 7920.000 - 7931.000, once the City has awarded the contract resulting from this solicitation.

      If a Bidder’s proprietary information is contained in documents or information submitted to City, and Bidder claims that such information falls within one or more CPRA exemptions, Bidder must clearly mark such information “Confidential and Proprietary,” and identify the specific lines containing the information. In the event of a public request for such information, City will make best efforts to provide notice to Bidder prior to such disclosure. If a Bidder contends that any documents are exempt from the CPRA and wishes to prevent disclosure, it is required to obtain a protective order, injunctive relief, or other appropriate remedy from a court of law in Santa Cruz County before the City is required to respond to the CPRA request. If Bidder fails to obtain such remedy within the time the City is required to respond to the CPRA request, City may disclose the requested information without any liability to Bidder. Bidder further agrees that it shall defend, indemnify and hold City harmless against any claim, action or litigation (including but not limited to all judgments, costs, and attorney’s fees) that may result from denial by City of a CPRA request for information arising from any representation, or any action (or inaction), by the Bidder.

    • Liquidated Damages

      The parties agree that in litigation or arbitration resulting from either party’s breach, the amount of loss would be extremely difficult or impracticable to prove. Accordingly, the parties wish to make a commercially reasonable estimate of the damages they would incur in the event of a breach by the other party and to establish that estimate as liquidated damages. In the event of a breach by the seller, the buyer shall recover as liquidated damages and as the buyer’s exclusive remedy for the seller’s breach, the amount of $ per day for failure to deliver or perform within the specified time limit. 

    • Performance Bond/Payment Bond

      Bonding requirements for federally funded contracts are subject to the following federal directives:
      Bidder’s security of ten percent of the bid price for all public works contracts at the time of Bid submittal (Public Contract Code Section 20483(a)).

      1. Performance bond equal to 100-percent of the contract price for all public works contracts.
      2. Payment bond for all public works contracts of at least:
      3. 50-percent of the contract price if the contract price does not exceed $1 million.
        1. 40 percent of the contract price if the contract price exceeds $1 million but is not more than $5 million; or
        2. $2.5 million if the contract price exceeds $5 million.

      Within ten (10) business days, not including legal holidays, of contract award, the successful Proposer must submit a performance bond and payment bond, executed by the Contractor and the Surety. All bonds must be issued by California admitted Sureties. 

      Should any surety or sureties be deemed unsatisfactory by the City, a notice will be given to the Contractor. The Contractor shall promptly substitute a new surety or sureties satisfactory to the City. No further payment shall be deemed due or will be made under the contract until the new sureties are accepted by the City.

      At its sole discretion, the City may allow the Contractor to provide bonds from multiple sureties to meet the bond requirements.

    • Award Protests

      The City desires to foster cooperative relationships with Proposers and to reach a fair agreement in a timely manner. 

      The City encourages Proposers to resolve issues regarding the RFP requirements or the procurement process through written correspondence and discussions at least 5 business days prior to the proposal due date. This will allow the City time to research the validity of any stated issues and either issue an addendum to the RFP, cancel the RFP, or determine the protest to be unfounded and proceed with the solicitation. In the event, the protest of specifications is denied, and the protester wishes to continue in the protest process, the protesting Proposers must still submit a proposal in accordance with the proposal submittal procedures provided in this solicitation. Questions or concerns prior to the intent to award notice will be directed to:

      Mike Venezio, Management Professional and Technical Assistant, mvenezio@santacruzca.gov

      Any Proposer who unsuccessfully bids on a City contract or any trade association representing workers who would have potentially been employed by such contract may formally protest a contract award. Protest letters regarding a formal contract award will be directed to:

      City of Santa Cruz
      City Clerk Administrator
      809 Center Street, Room 9
      Santa Cruz, California 95060

      Protests will be filed with the City Clerk’s office no later than 5 business days after the written Notice of Intent to Award is sent by the City. Protest letters will include:

      • The name, address, and telephone number of the protester;
      • The Project title, RFP Number, and RFP due date;
      • Name of City employee and Department designated as the contact in the original RFP;
      • A detailed statement of the legal and/or factual grounds for the protest; and 
      • The form of relief requested.

      The City Council will hear the protest prior to award of the contract. The protesting party may protest the City’s or successful Proposer’s failure to comply with the requirements of the Purchasing Ordinance or the solicitation documents. The protest must clearly set forth the basis for the protest; grounds not set forth in the written protest will not be considered by the City Council at the protest hearing. The City Council will sustain a protest if the protesting party demonstrates by clear and convincing evidence that, as specified above, the City would act improperly in awarding the contract. The decision of the City Council is final.

    • Definitions

      In this IFB document: 

      1. “Bidder” means contractor, firm, supplier, vendor, or consultant submitting a bid to this IFB.
      2. “Bid” means the complete submittal of bidder to the City in response to this IFB, including any written documentation submitted with the submittal. 
      3. “Subcontractor” means those performing any portion of the services as subcontractors, vendors, suppliers, and other business entities and individuals that is not the bidder. 
      4. “Key Staff”, if required, means the employees of the Contractor or subcontractor(s) that will provide project leadership or expertise in lead technical services and are considered essential to the success of the word.  
      5. “Contract” also means Purchase Order or Agreement.
    • Contract Implementation

      Upon award notification and prior to final contract approval, the successful proposer will be required to submit:

      • Proof of insurance as specified in this solicitation document. 
      • Proof of insurance and prevailing wage compliance documentation as specified in this solicitation document. 
      • Living wage ordinance compliance documentation; 
      • Documentation of all credentials necessary to legally perform the services specified;
      • A completed W9 form and, if applicable, non-resident withholding exemption form, if not already on file with the City; and
      • Proof of a current City of Santa Cruz business tax certificate if the Contractor is located in, or performs services within, the city limits for more than 6 days annually.

      The finalized contract will include the IFB, the Bidder’s Bid Form, the City’s standard Terms and Conditions.

    • Contract Implementation

      Upon award notification and prior to final contract approval, the successful proposer will be required to submit:

      • Proof of insurance as specified in this solicitation document. 
      • Proof of insurance and prevailing wage compliance documentation as specified in this solicitation document. 
      • Living wage ordinance compliance documentation; 
      • Documentation of all credentials necessary to legally perform the services specified;
      • A completed W9 form and, if applicable, non-resident withholding exemption form, if not already on file with the City; and
      • Proof of a current City of Santa Cruz business tax certificate if the Contractor is located in, or performs services within, the city limits for more than 6 days annually.

      The finalized contract will be in the form included as Appendix A Sample Agreement herein, and include the IFB documents, the Bidder’s Bid Form.    

    • Environmental Conservation and Sustainable Living

      The City of Santa Cruz has long been an advocate for environmental conservation and sustainable living. This includes, but is not limited to, the Green Business Program, the Living Wage Ordinance, the Clean Ocean Business Program, the Green Building Program and Climate Action Plan 2030 goals which define greenhouse gas reduction objectives to reduce community-wide greenhouse gas emissions 40 percent by 2030 and 100 percent by 2035 (compared to 1990 levels). In your Bid Form, please provide information about your company regarding any existing environmental conservation goals or guidelines, environmental or greenhouse gas emissions disclosures, Green Business certifications, existing alternative fuel service vehicles, superior employee benefit policies, or other applicable policies.

    • Financial Responsibility

      The City accepts no financial responsibility for any costs incurred by a bidder in responding to this IFB and bidders acknowledge and agree that their Bids will become the property of the City and may be used by the City in any way deemed appropriate.

    • Vendor’s Employee Conduct

      Vendor will agree to remove any employee whose conduct is improper, inappropriate, or offensive as determined by the City. A removed employee(s) is not to work on City premises without the written consent of the City. The Vendor will remove any employee from working in, or delivering to, City facilities who is convicted of a felony during his/her employment.

    • Emergency Response

      Vendor will provide the name and contact information of a representative who will be available 24 hours a day, 7 days a week, in the event of an emergency. During the emergency, Vendor will provide the City of Santa Cruz with all available supplies, materials, equipment and/or services on a priority basis.

      Time is of the essence for delivery. Delivery location(s) and estimated arrival will be mutuality agreed upon, by the City and Vendor, at time of order and will be determined based on need and existing conditions. It is understood that current conditions, such as power outages, road closures, and damages to the Vendor’s facility and/or equipment, will be taken into consideration. The City expects emergency deliveries to occur within 4 hours of order placement and may be required during evenings, weekends, and holidays.

    Submission Requirements

    • Bid Form (required)

      By confirming, the proposer is affirming to the following: 

      The undersigned, upon acceptance, agrees to furnish the following in accordance with the specifications and terms and conditions per City of Santa Cruz “Invitation for Bids for Metal Storage Building at Fire Station #3" at the prices indicated herein. 

      The bidder, under penalty of perjury, declares not to be a party with any other business to an agreement to propose a fixed or uniform price in connection with this bid.

      The bidder declares under penalty of perjury that she/he is authorized to sign this document and bind the business or organization to the terms of this bid.

      The bidder recognizes the right of the City of Santa Cruz to reject any or all bids received and to waive any informality or minor defects in bids received. 

      The bidder declares under penalty of perjury that the information contained in this Bid and all accompanying documents are true and correct.

    • Non-Collusion Declaration (required)

      By confirming, the proposer, the party making the foregoing proposal declares that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the Consultant has not directly or indirectly induced or solicited any other Consultant or Sub-Consultant to put in a false or sham proposal; and has not directly or indirectly colluded, conspired, connived, or agreed with any Consultant, Sub-Consultant or anyone else to put in a sham proposal, or that anyone shall refrain from proposing; that the Consultant has not in any manner directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the Consultant or any other Consultant or Sub-Consultant, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other Consultant or Sub-Consultant, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and, further, that the Consultant has not, directly or indirectly, submitted his or her proposal price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, proposal depository, or to any member or agent thereof to effectuate a collusive or sham proposal.  

      I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

    • Compliance

      Failure to comply with the City’s Terms and Conditions and Insurance Requirements may disqualify your bid.

    • By confirming, the bidder's company accept the City's Standard Terms and Conditions. (required)
    • By confirming, the bidder's company accept the City's Insurance Requirements. (required)
    • Contractor and all subcontractors currently registered with the California Department of Industrial Relations (DIR) as required by Labor Code Section 1725.5
    • General Information
    • Year Business Established (required)
    • Number of Employees (required)
    • Annual Sales (required)
    • Federal Tax ID (required)
    • Delivery

      The City can expect that regular deliveries to occur:

    • References (required)

      List a minimum of three references that have procured similar items or services from your business. Provide company or agency name, contact name, phone number, and email address for each reference.

    • Emergency Contact Information (required)

      Please include the following information for the Emergency Contact

      • Emergency Contact
      • Email
      • Cell Phone
      • Night Phone
    • List all subcontractors to be used. If you will subcontract portions of the work, list all subcontractors below. Include business name, address and phone number. (required)
    • Environmental Conservation and Sustainable Living

      The City of Santa Cruz has long been an advocate for environmental conservation and sustainable living. This includes, but is not limited to, the Green Business Program, the Living Wage Ordinance, the Clean Ocean Business Program, and General Plan goals which define greenhouse gas reduction objectives. Provide information regarding environmental conservation practices, Green Business certifications, alternative fuel service vehicles, superior employee benefit policies, or other applicable policies.

    • Optional “Piggyback” Contracting (required)

      Indicate whether your business will extend the pricing, terms and conditions of this bid to other government agencies, if you are the successful bidder. Your business would be required to make this contract available to interested agencies. Interested government agencies may enter into their own contract with the successful Contractor. They may negotiate minor changes in terms and conditions.

      Will your business extend the same prices, terms and conditions to other public agencies?

    • City of Santa Cruz Business Tax Certificate

      Contractor will maintain a current City of Santa Cruz business tax certificate if:

      1. Contractor is located in the City of Santa Cruz; or
      2. Contractor performs physical work in the City of Santa Cruz for 6 or more days annually; or
      3. Contractor uses company vehicles to deliver within the City of Santa Cruz for 6 or more days annually. 

      For additional information and licensing requirements, call the Revenue division at 831/420-5070.

    • Contractor's Sale and/or service contract (Optional)

      A copy of any sales and/or service contract that the Contractor will require during the execution of any contract resulting from this solicitation. Any terms that contradict the City’s terms and conditions or contain provisions that are determined not to be in the best interest of the City will disqualify the Contractor.

    • Does your company have a City of Santa Cruz Business Tax Certificate? (required)
    • City of Santa Cruz Business Tax Certificate Number (required)
    • Expiration Date (required)
    • LOCAL PREFERENCE CERTIFICATION

      Local Businesses and Locally Owned Businesses must submit this certification with each bid or proposal in order to receive the 2% and additional 4% preference applied during the evaluation of any competitive process for goods, supplies, equipment, materials, services, or professional services.

      Local Businesses

      To qualify for the 2% local business preference, a business must meet the following criteria:

    • Does the business have an office with at least one employee located in the City of Santa Cruz? (required)
    • Business Address: (required)
    • Is the business current in the payment of all taxes, charges, assessments, or fees owed to the City of Santa Cruz? (required)
    • Does the business hold a valid City of Santa Cruz business license? (required)
    • DBA/license number: (required)
    • Locally Owned Businesses

      To qualify for an additional 4% locally owned business preference, a business must meet the above requirements for a local business and at least 50% of the business’ owners must live in the County of Santa Cruz. 

      To qualify for the locally owned business preference, list all of the business’ owners and their county of residence. 

      • Owner Name, County
    • By submitting information for Local Preference, I represent that I qualify as a (check all that apply): (required)
    • I understand that by submitting false information or failing to disclose material information in order to qualify for the preference my business will be 1) required to pay the city any difference between the contract amount and what the city’s cost would have been if the contract had been properly awarded, and 2) prohibited from bidding on any city contract or receiving any city contract for a period of three years of the discovery of facts supporting the same. (required)
    • EMERGENCY RESOURCE AGREEMENT

      In previous disasters, many organizations have responded enthusiastically to the City’s requests for supplies and services needed to protect the health, safety, and property of the Santa Cruz public. The information on this list allows us to quickly locate desperately needed resources. Because many businesses give us their nighttime phone numbers, we are able to obtain crucial supplies and services after normal business hours.

      If you are interested in being a part of this list, please take a few minutes to fill out the form below, review the categories, and check any that apply. 

      We urge you to provide the manager’s or owner’s home address and phone number. Having information on how to contact a firm after hours greatly improves our emergency response. This information is kept confidential and used only in the event of serious life-threatening emergencies.

    • Please provide manager's or owner's name, home address, email address and phone number
    • By confirming this agreement, the vendor agrees to charge the City of Santa Cruz a rate that is fair market value. The vendor also agrees to provide the City of Santa Cruz with all available supplies, materials, equipment and/or services on a priority basis.
    • Emergency Resource List

      Please download the below documents, complete, and upload.

    • Acknowledgment of Addenda and Questions and Answers (required)

      In order to submit a bid, the vendor acknowledges that they have read all addenda, and questions and answers posted for this solicitation. 

    • California Levine Act Statement

      California Government Code Section 84308, commonly referred to as the "Levine Act," prohibits any member of the City Council of the City of Santa Cruz from participating in any action related to a contract if they receive any political contributions totaling more than $250 within twelve (12) months before or after the date a final decision concerning the contract has been made, from the person or company awarded the contract. The Levine Act also requires disclosure of such contribution by a party to be awarded a specific contract.

       

      Answering YES to either of the two questions above does not preclude the City of Santa Cruz from awarding a contract to your firm or taking any subsequent action related to the contract. It does, however, preclude the identified City Council Member(s) from participating in any actions related to this contract.

    • Have you or your company, or any agent on behalf of you or your company, made any political contributions of more than $250 to an Officer of the City of Santa Cruz in the twelve (12) months preceding, the date of the submission of your proposals or the anticipated date of any council action related to this contract? (required)
    • If yes, please identify the Council Member(s): (required)
    • Do you or your company, or any agency on behalf of you or your company, anticipate or plan to make any political contribution of more than $250 to any Member of the City Council in the twelve (12) months following any City Council action related to this contract? (required)
    • If yes, please identify the Council Member(s): (required)
    • Will this solicitation result in a contract or only PO? (required)
    • Is there a Pre-Bid Meeting and Site Visit? (required)

      You do not have to have a pre-bid meeting or site visit. It is a decision you will make based off of the complexity of the contract and scope of work.

      Please make sure to reflect the option choose below in your Introduction Section Timeline by clicking on "Edit Timeline" 

    • Initial Term of the Contract (required)
    • Are "Prevailing Wages and Labor Compliance" applicable for this project? (required)
    • Will Local Preference apply to this project? (required)

      Local Preference does not apply to: 

      • Purchases under the informal threshold ($10K)
      • Construction projects.
      • Urgent purchases necessary to protect public health, welfare or safety. 
      • Purchases funded by outside agencies (Federal) that prohibit the use of preferences.
      • Professional services requests for proposals where price is not considered in the selection (RFQu)
    • Is "Emergency Resource Agreement" applicable to this project? (required)
    • Is "Living Wage" applicable to this project? (required)

      Every contract for services to the City for $10,000 or more is subject to the City’s Living Wage Ordinance number 2000-25.

    • Are "Liquidated Damages" applicable to this project (required)

      Liquidated Damages are applicable for PW- non Construction, &  Construction Projects 

    • Amount of Liquidated Damages per day (required)

      You will need to use a standard calculation to determine this number, based on a reasonable estimate of damages you will incur daily if the Project is delayed.

    • Evaluation Process
    • Is the work plan for on-call services? (required)
    • Basis of Award (required)

      Supplemental Line Items are items/services that we request pricing from the vendors but are not counted as part of the low bid. They should be set up in a different 

    • Are Performance Bond/Payment Bond applicable to this project? (required)

      Performance Bond/ Payment Bond are usually applicable for federally funded and public works over $25,000 projects. 

    Key dates

    1. May 4, 2026Published
    2. May 19, 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.