Active SLED Opportunity · CALIFORNIA · GOLDEN STATE CONNECT AUTHORITY

    Request for Proposals for Locate Services

    Issued by Golden State Connect Authority
    stateRFPGolden State Connect AuthoritySol. 211707
    Open · 22d remaining
    DAYS TO CLOSE
    22
    due May 16, 2026
    PUBLISHED
    Apr 7, 2026
    Posting date
    JURISDICTION
    Golden State
    state
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Golden State Connect Authority seeks proposals for locate services to support broadband infrastructure across California counties. Services include standard and emergency utility locating, GIS mapping, and coordination with UTOPIA Fiber. Proposals due May 15, 2026, with evaluation based on cost and qualifications.

    Opportunity details

    Solicitation No.
    211707
    Type / RFx
    RFP
    Status
    open
    Level
    state
    Published Date
    April 7, 2026
    Due Date
    May 16, 2026
    NAICS Code
    237310AI guide
    Agency
    Golden State Connect Authority

    Description

    Golden State Connect Authority (GSCA) invites you to respond to this Request for Proposals for Locate Services. Proposals must be submitted through the Procurement Portal no later than 5:00 pm on Friday, May 15, 2026.

    Project Details

    • Reference ID: 2025-GSCA-RFP-010
    • Department: GSCA Operations
    • Department Head: Barbara Hayes (Chief Economic Development Officer)

    Important Dates

    • Questions Due: 2026-04-25T00:00:00.000Z
    • Answers Posted By: 2026-05-02T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-14T21:00:14.929Z — Microsoft Teams meeting Join: https://teams.microsoft.com/meet/2159306727319?p=RFCuB63apZRS6rFa5C Meeting ID: 215 930 672 731 9 Passcode: ou6TT7MH ________________________________________ Need help? | System reference Dial in by phone +1 323-451-1087,,389306942# United States, Los Angeles Find a local number Phone conference ID: 389 306 942#

    Evaluation Criteria

    • Selection Criteria and Scoring

      GSCA intends to award respondents with the best score between their RFP and costs. GSCA may choose to award multiple respondents or to no respondents.

      Proposals will be scored according to how each Respondent will meet the above requirements, as follows:

      Cost Scoring

      The scoring for costs will be based on the most cost-effective respondent receiving the maximum score of 50 points. Each remaining respondent will receive a weighted score based on the percentage of cost compared to the most cost-effective respondent. Note the following example.

      • Respondent A provides most cost-effective proposal – 50 points
      • Respondent B provides a cost 10% higher – 45.5 points
      • Respondent C provides a cost 15% higher – 43.5 points

      Respondents who provide a guarantee of locator exclusivity for GSCA will receive additional points in the cost scoring category.

      The formula for this score is: 50 Points x (Cost of most cost-effective proposal / cost of respondent's proposal)

      Respondents who provide a flat-rate cost will receive additional points in the cost scoring category.

      Respondents who provide a guarantee of locator exclusivity for GSCA will receive additional points in the cost scoring category.

    • Overview

      GSCA requires electronic submission proposals. GSCA has established a Procurement Portal which includes this complete packet and allows for electronic submission of proposals. All questions must be submitted through the Procurement Portal and all question responses and addenda will be hosted exclusively in the Procurement Portal.

      The Procurement Portal may be accessed at the following location:

      https://procurement.opengov.com/portal/goldenstateconnect

      Sealed proposals must be submitted via the Procurement Portal.

      The proposal submission deadline is Friday, May 15, 2026 at 5:00 pm. The Procurement Portal clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. GSCA strongly recommends bidders complete their response well ahead of the deadline.

      All proposals received before this deadline will be publicly opened, examined and declared on the same day by GSCA, as described in “Proposal Opening.”

    • Administrative Requirements

      Bidders must submit each of the included Proposal Forms, including all information required on each form.

      All submissions must address each of the requirements in the Scope of Work and include all requested information. Narrative descriptions must be clear and apply directly to the solicitation requirements. Any documentation necessary to support narrative descriptions must be included in the submission. Any conflicting information may result in the proposal being deemed non-responsive and may result in the Bidder being disqualified.

      GSCA may reject any or all proposals and may waive any immaterial deviation or defect in a proposal. GSCA’s waiver of any immaterial deviation or defect shall in no way modify the solicitation documents or excuse the bidder from full compliance with the solicitation specifications if awarded the contract.

    • The Entity

      Golden State Connect Authority (“GSCA”) is a joint powers authority and public agency organized and existing under Chapter 5 (Section 6500 et seq.) of Division 7 of Title 1 of the California Government Code. GSCA’s objective is to increase access to reliable, affordable high-speed internet for the residents and businesses of our member counties. GSCA’s membership represents 40 of California’s 58 counties, 14.7% of the California population, and 61% of the California land mass.

      GSCA’s member California counties are: Alpine, Amador, Butte, Calaveras, Colusa, Del Norte, El Dorado, Glenn, Humboldt, Imperial, Inyo, Kings, Lake, Lassen, Madera, Mariposa, Mendocino, Merced, Modoc, Mono, Monterey, Napa, Nevada, Placer, Plumas, Santa Barbara, San Benito, San Luis Obispo, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Tulare, Tuolumne, Yolo, and Yuba.

    • Guidance

      The requirements and recommendations included in this RFP are created to provide interested parties and those who submit proposals (“bidders” or "respondents") with enough information to readily understand the nature of the project and the information required in a complete proposal. This Request for Proposals (“RFP”) is not intended to limit bid content or to exclude any potential bidder from submitting a proposal. Bidders who do not meet certain requirements may still submit proposals so long as they include supporting documentation and/or information on why and how the bidder may work to fulfill those requirements.

      Bidders are reminded that they have the following responsibilities:

      • Carefully read the entire RFP.
      • Carefully review all RFP requirements prior to submitting a proposal.
      • Submit questions in a timely manner.
      • Abide by all procedures and requirements of the RFP.
      • Not include conditional statements, assumptions, or exception language with a proposal.
    • Legal Requirements

      Bidders must provide proof that they meet the following requirements:

      • They are registered to do business in the State of California and authorized with a valid and current business license.
      • They carry workers’ compensation, employer’s liability, comprehensive general liability, and comprehensive automobile liability insurance at the terms and coverage amounts stated in the terms of the Form of Agreement.
      • They have a non-discrimination clause in their hiring practices.

      Additionally, bidders must provide the following lists:

      • All ongoing or anticipated litigation.
      • All potential political issues they are involved in.
      • Any lawsuits settled within the past three (3) years pertaining to the operation of their business.

      In submitting a proposal, bidders attest and confirm their participation and agreement to the following:

      • They are following all federal, state, and local regulations.
      • They understand they are subject to the PRA when communicating with GSCA and will comply with PRA requests.
      • They will cooperate with all legal subpoenas received and are responsible for their own legal fees incurred in doing so.
    • Technical Considerations

      To open the PDF construction drawings (Plans), due to their size, it is recommended that bidders use BlueBeam or FoxIT PDF applications. Some files may render improperly using other software such as Adobe Acrobat. Bidders should contact GSCA prior to the bid submission deadline to resolve any issues regarding PDF files.

    • Verified Work History and Client Resources

      Respondents must submit a verified work history in the State of California indicating the name of each project they worked on, who they were contracted with or employed by on each project, and contact information to verify each project. Respondents must include in this work history a minimum of three (3) client references. Respondents are scored on their provided work history and references.

    • Confidentiality

      All proposals, including all supporting documentation, become public after contracts are awarded. GSCA reserves the right to delay release of these records to other bidders or the public until the contract award date.

      GSCA is subject to the California Public Records Act (Government Code section 7920.000 et seq.), which provides public access to all records in GSCA’s possession – including submissions for this RFP. Everything submitted to GSCA is presumptively a public record. Such disclosure may be made regardless of whether the proposal (or portions thereof) is marked “confidential,”  "trade secret," “proprietary,” or otherwise, and regardless of any statement in the proposal (a) purporting to limit the GSCA’s right to disclose information in the proposal, or (b) requiring GSCA to inform or obtain the consent of the Proposer prior to the disclosure of the proposal (or portions thereof).

      Exceptions to disclosure are those parts or portions of a proposal that are justifiably defined as business or trade secrets, as determined by GSCA its sole discretion, and are plainly marked by the Proposer as “confidential,” "trade secret," or “proprietary.”

      GSCA will not, in any way, be liable or responsible for the disclosure of any such record or any parts thereof, if disclosure is required or permitted under the California Public Records Act or otherwise by law, as determined by GSCA in its sole discretion. A blanket statement of confidentiality or the marking of each page of the proposal as confidential will not be deemed sufficient notice of exception. The Proposers must specifically label only those provisions of their respective proposal which are “confidential,” "trade secret," or “proprietary” in nature.

      In the event GSCA is required to defend an action on a Public Records Act request for any of the aforementioned documents, information, books, records, and/or contents of a proposal marked “confidential,” "trade secret," or “proprietary,” Proposer agrees to defend and indemnify GSCA from all costs and expenses, including reasonable attorneys' fees, incurred in connection with any action, proceedings, or liability arising in connection with the Public Records Act request. 

      Bidders should be aware that marking a document “confidential,” “proprietary,” or “trade secret” in a Final Proposal may exclude it from consideration for award and will not keep that document from being released after notice of award as part of the public record unless a court has ordered GSCA not to release the document. The content of all working papers and discussions relating to any proposal shall be held in confidence indefinitely, unless the public interest is best served by an item’s disclosure because of its direct pertinence to a decision, agreement, or the evaluation of the proposal.

      Any disclosure of confidential information by a bidder is a basis for rejecting the bidder’s proposal and ruling the bidder ineligible to further participate.

    • Minimum Point Threshold

      There shall be no minimum point threshold for this RFP.

    • Legal Requirements and Attestations

      Bidders must provide proof that they meet the following requirements:

      • They are registered to do business in the State of California and authorized with a valid and current business license.
      • They carry workers’ compensation, employer’s liability, comprehensive general liability, and comprehensive automobile liability insurance at the terms and coverage amounts stated in the terms of the Form of Agreement.
      • They have a non-discrimination clause in their hiring practices.

      Additionally, bidders must provide the following lists:

      • All ongoing or anticipated litigation.
      • All potential political issues they are involved in.
      • Any lawsuits settled within the past three (3) years pertaining to the operation of their business.

      In submitting a proposal, bidders attest and confirm their participation and agreement to the following:

      • They are following all federal, state, and local regulations.
      • They understand they are subject to the PRA when communicating with GSCA and will comply with PRA requests.
      • They will cooperate with all legal subpoenas received and are responsible for their own legal fees incurred in doing so.
    • The Project

      This RFP is soliciting pricing proposals from qualified respondents to provide locate services to GSCA in one or more service areas.

      Detailed scope of work is included this proposal packet.

      The successful Bidder shall be responsible for furnishing all labor, material, tools, equipment, incidentals, and services necessary to complete all the work as specified and in accordance with the plans and specifications for the project. At the time of contract award, the successful Bidder must be legally entitled to perform contracts and have all appropriate licenses and certifications, including local business permits as appropriate. Any Bidder not so licensed shall be subject to all penalties imposed by law including, but not limited to, any appropriate disciplinary action by the Contractors' State License Board.

    • Coordination with Third Party

      GSCA has engaged Utah Telecommunication Open Infrastructure Agency (UTOPIA) to provide engineering management services related to the planning and construction of a broadband internet service network, and may assign UTOPIA responsibilities for overseeing the activities, task completion, budget management, and deadlines of any respondent subsequently awarded a contract to provide work on the project.

      GSCA anticipates that it will require coordination between UTOPIA and an engineer. Specifically, UTOPIA may perform the following tasks:

      • Ensuring the engineer meets quality, cost control, and schedule objectives.
      • Reviewing all plans, specifications, drawings, and other work product submitted by the engineer for compliance with contract scope and applicable technical and regulatory requirements.
      • Reviewing, processing, and recommending payment of invoices.
      • Facilitating low-level design and final engineering of the proposed network.
    • Proposal Preparation Costs

      GSCA is not liable for any cost incurred by the bidder associated with the preparation of their Proposal nor the negotiation of a contract prior to the issuing of the contract.

    • Insurance

      Respondents shall, at their own cost and expense, keep in full force and effect with sound and reputable insurers, insurance coverage in the following minimum amounts:

      • Commercial general liability insurance policy in the amount of not less than one million dollars ($1,000,000.00) per occurrence, and not less than two million ($2,000,000.00) in the aggregate, from a carrier with a Best rating of not less than A.
      • Comprehensive personal automobile liability coverage, in the amount of not less than five-hundred thousand dollars ($500,000) for bodily injury for each person and each accident, and one-hundred thousand dollars ($100,000) for property damage liability for each accident from a carrier with a Best rating of not less than A-.
      • Comprehensive business or commercial automobile liability coverage, including non- owned and hired automobile liability, in the amount of not less than one million dollars ($1,000,000.00) from a carrier with a Best rating of not less than A-.
      • If Respondent has employees, Worker’s Compensation Insurance as may be required by the California Labor Code for coverage A (statuary limits) and not less than one million dollars ($1,000,000.00) for coverage B (employer liability limits) from a carrier with a Best rating of at least a B+.

      Respondents will provide documentation at time of submittal and when requested by GSCA management throughout the term of the contract.

      All such policies shall remain in force during the term of this Agreement and shall be payable on a “per occurrence” basis unless otherwise accepted by GSCA, and shall be in form acceptable to GSCA and its insurance advisors. GSCA shall be named as an “additional insured” on any policy as may be requested by GSCA. Any such policies or endorsements shall provide for thirty (30) days prior notice to GSCA in the event of any termination or reduction in coverage of such insurance.

    • Locate Service Expectations

      The scope of locate services respondents are expected to provide are:

      • Standard 811 locating from tickets submitted by managing organizations, Monday through Saturday.
        • Imperial County is managed by DigAlert
        • All other locations are managed by USA North 811
      • Emergency locating from emergency tickets submitted by USA North 811 and DigAlert.
        • This includes weekends, Sundays, after hours, on call, and holiday hours.
      • Interfacing with locate software (Utilisphere) provided by UTOPIA Fiber.
      • Interfacing with and utilizing GIS maps provided by UTOPIA Fiber, including reporting inaccuracies in the map.
      • Following processes and required documentation established by GSCA.
      • Communicating with a centralized Network Operations Center operated by UTOPIA Fiber via Slack (provided by UTOPIA Fiber).
      • GSCA estimates the volume of tickets broken out by year below:
        • Year 1: 4,974
        • Year 2: 12,818
        • Year 3: 13,774
    • Pre-Bid Meeting

      A Non-Mandatory pre-bid meeting will be held virtually on Tuesday, April 14, 2026 at 2:00 pm using the following meeting information:

      Microsoft Teams meeting Join: https://teams.microsoft.com/meet/2159306727319?p=RFCuB63apZRS6rFa5C Meeting ID: 215 930 672 731 9 Passcode: ou6TT7MH ________________________________________ Need help? | System reference Dial in by phone +1 323-451-1087,,389306942# United States, Los Angeles Find a local number Phone conference ID: 389 306 942#

    • Scoring Announcement

      Scores for all proposals will be posted in the Procurement Portal. Respondents will receive electronic communication on award status.

       

    • Proposal Terms

      Submission of a proposal by the bidder shall constitute acceptance of all terms and conditions in this packet. Conditional proposals may be rejected.

      The issuance of this RFP does not constitute an assurance that GSCA will enter into a contract with any bidder. GSCA expressly reserves the right to:

      • Reject any and/or all proposals.
      • Adjust or change requirements within the RFP.
      • Reissue the RFP.
      • Adjust or extend any due dates in the RFP process without advance warning.

      GSCA reserves the unequivocal right to decline awarding the Request for Proposal to any of the participants at its sole discretion, without being bound to provide any justification or compensation for such decisions.

    • Prevailing Wages Required

      This is a Public Works Contract. In entering into a public works contract, or a subcontract, to supply goods, services, or materials pursuant to a public works contract, the successful contractor agrees to follow (and require all subcontractors to follow) the State Labor Standards on the awarded contract. State Labor Standards provisions, including prevailing wage requirements, will be enforced such that the general rate of per diem wages (prevailing wage) shall be paid for each craft, classification, or type of worker needed to execute the contract to all workers employed in the execution of the contract. All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor Commissioner (aka Division of Labor Standards Enforcement). The State General Prevailing Wage Determination is as established by the California Department of Industrial Relations (available at http://www.dir.ca.gov/DLSR/PWD/index.htm). The prevailing rate of per diem wages are on file at Golden State Connect Authority, 1215 K St., Suite 1650, Sacramento, CA 95814, and are available to any interested party on request.

      The Contractor’s duty to pay State prevailing wages can be found under Labor Code Section 1770. et. seq. and Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and employee apprentices including forfeitures and debarment.

    • Questions

      Respondents are required to register for an account via the Procurement Portal in order to submit and receive answers to questions. Once the respondent has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. It is the sole responsibility of each respondent to check the site for any question responses and addenda.

      Respondents requiring clarification on the intent, terms and conditions, content of this RFP, or on procedural matters regarding the competitive award process may request clarification by submitting questions in writing to GSCA via the Procurement Portal. Only questions submitted in writing in this manner shall be binding and official.

      If a respondent who desires clarification or further information on the content of the solicitation, but whose questions relate to the proprietary aspect of its proposal and disclosure exposes its proposal to other respondents, the question may be submitted using the same criteria above with the notation “CONFIDENTIAL”. The respondent must explain why the question is sensitive in nature. If GSCA, in its sole discretion, concurs that the disclosure of the question or answer would expose the proprietary nature of the Proposal, the question will be answered, and both the question and answer will be confidentially maintained. If GSCA does not concur with the proprietary aspect of the question, the question and answer will not be confidentially maintained, and the respondent will be so notified.

      Respondents are solely and exclusively responsible for submitting such inquiries or clarification requests not less than five (5) calendar days prior to the scheduled closing date for the receipt of proposals. GSCA will only respond to respondent inquiries or clarification requests submitted timely and by this method. Responses, and any addenda to the RFP, shall be posted in the Procurement Portal and made available to all potential respondents. Responses may be provided on a flow basis, but will be posted no later than Friday, May 1, 2026.

    • Indemnification

      Respondent must agree that all losses or liabilities incurred by a party shall not be shared pro rata. Instead, the respondent must agree to hold harmless, defend, and indemnify GSCA, its agents, officers, and employees, against all claims, suits, actions, costs, expenses (including but not limited to reasonable attorney's fees, expert fees, litigation costs, and investigation costs), damages, judgments or decrees by reason of any person’s or persons’ bodily injury, including death, or property (including respondent’s property) being damaged by the negligent acts, willful acts, or errors or omissions of respondent, or any person employed by or under respondent in any capacity, during the provision of services, except when the injury or loss is caused by the sole negligence or intentional wrongdoing of GSCA.

    • Locate Service Areas

      GSCA understands that this network covers a large geographic area. As such, GSCA is accepting proposals from respondents for one or more of the service areas outlined in this RFP. Respondents do not need to submit multiple RFPs for multiple service areas: instead, they should provide—in a single proposal—evidence of how they intend to support locating services across each service area. Respondents should clearly identify in their proposal which service area(s) they intend to support.

    • Contract Award

      Contracts shall be awarded by the GSCA Executive Director, consistent with scoring determined by a team of evaluators, at the anticipated date as listed in the BID SCHEDULE , but is subject to change at GSCA’s sole discretion. A successful Respondent shall execute a contract for these services on a form prescribed by GSCA, a sample of which is included in the ATTACHMENTS. Should a Respondent opt not to accept the award at that time, GSCA may choose to award the contract to the next highest scored proposal, and so on; reject all remaining Proposals; or reissue the RFP.

    • Certified Payroll Records Required

      Pursuant to the provisions of Labor Code Section 1776, Contractor shall keep and shall cause each subcontractor performing any portion of the work under this Contract to keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by Contractor or subcontractor in connection with the work. Such payroll records for Contractor and all subcontractors shall be certified and shall be available for inspection at all reasonable hours at the principal office of Contractor pursuant to the provisions of Section 1776 of the Labor Code. Contractor's failure to furnish such records to GSCA or GSCA’s authorized Labor Compliance representative in the manner provided herein for notices shall entitle GSCA to withhold the penalty prescribed by law from progress payments due to Contractor.

      Applicable prevailing wage rates that apply to this project are the State Department of Industrial Relations (DIR), 2025-1 for the county and region where work occurs, and Statewide for the Journeymen and Apprentices. Please be advised that residential rates will not be applicable to this project.

      Each contractor and every subcontractor and supplier shall be required to submit certified payrolls and labor compliance documentation electronically at the discretion and manner specified by GSCA.

    • Locate Process Requirements

      GSCA has provided specific best practice procedures and processes below to assist respondents in clarifying requirements and scope.

       

      Process Requirements

      For a ticket to be considered completed, it must have the following:

      • Pictures attached to the ticket of the area located and the locate paint, from multiple angles.
      • Notes included in the ticket.
      • Marked code (i.e. written documentation of what was marked in locator shorthand).
      • All fields of the ticket filled out.

       

      Tickets must be completed before the ticket deadline to avoid a late ticket. No conflict tickets where the locator has identified that GSCA plant is unaffected by the ticket do not need pictures attached.

       

      Issues with Tickets

      Below are outlines of issues which can occur with tickets.

      Late Tickets

      If a ticket passes the deadline and is not submitted according to GSCA procedures before it becomes legal, that ticket is considered late and is considered a liquidated damage, unless the locator provides all the following information prior to the ticket going legal (the deadline passing).

      • Locator must have attempted to call the ticket contact by phone to make alternative arrangements.
      • Regardless of whether the locator was able to speak to the ticket contact over the phone, the locator must send an email to the ticket contact and attach a copy of the email to the ticket prior to it going legal.

      No Access Tickets

      No access tickets must provide pictures of the access issue (locked gate, animals/dogs, etc.) to provide evidence the locator attempted to complete the ticket prior to the ticket deadline.

      Bad Address and Bad Weather Tickets

      Bad Address and Bad Weather must provide the following information prior to the ticket going legal in order to avoid being listed as a liquidated damage. This is to prove the locator attempted to make alternative arrangements prior to the deadline passing.

      • Locator must have attempted to call the ticket contact by phone to make alternative arrangements.
      • Regardless of whether the locator was able to speak to the ticket contact over the phone, the locator must send an email to the ticket contact and attach a copy of the email to the ticket prior to it going legal.

      Bad GIS Data

      Any inaccuracy from GIS data provided by GSCA and UTOPIA Fiber which directly results in a damage shall be considered an internal damage, and is not the fault of the locate contractor.

      However, any inaccuracy in the GIS data identified by the locate contractor must be reported immediately to the UTOPIA Fiber GIS team. If a map inaccuracy was previously identified by the locate contractor, but was not submitted to the UTOPIA Fiber GIS team to update the map prior to the damage, that damage is not considered to be bad GIS data and would be an at-fault damage for the locator.

       

      Damages

      Damages that occur to GSCA plant despite a correctly marked ticket with proper process and photographs (or a locator following proper procedures for problem tickets such as no access or bad address tickets) shall be considered not at-fault damages, and will have no adverse impact on the locator or locating contractor. Damages where the locator has not followed the proper GSCA procedures, or is unable to provide proof of following proper procedures, shall be considered at-fault.

      At-Fault Damages

      If a locator has more than two at-fault damages within a 6-month period, they will be banned from locating GSCA plant for a period of 1 year and the locate contractor must provide a new locator at no additional cost to GSCA.

      Liquidated Damages

      Any ticket which does not follow proper GSCA procedures outlined in this section, such as late tickets, shall be considered a liquidated damage regardless of whether the physical plant was affected. Any liquidated damage which the locate contractor is unable to provide proof of following GSCA processes shall be levied a fine. Liquidated damages shall carry a fine of $2,500 to be subtracted from the next monthly invoice from the locate contractor.

    • Form of Submission

      It is each respondent’s responsibility to ensure its proposal is submitted in a manner that enables GSCA to easily locate all requirements stated in this RFP Packet. A respondent is responsible for ensuring all submission material is submitted by the deadline.

      Final submissions must be signed by an individual authorized to bind the respondent’s organization contractually, if applicable. An unsigned final proposal may be rejected. A proposal must include a Company Profile that includes, at a minimum, the Business Name, Address, Contact Information, Type, State of Organization, and Names and Titles of all officers. Additionally, if applicable, a proposal must include Respondent’s Contractors License Information, Department of Industrial Relations registration information, and SAM.gov Unique Entity Identifier.

    • Appeals

      An unsuccessful respondent shall have the right to appeal any scoring decision or contract award decision to GSCA’s Executive Director. The Executive Director, at their sole discretion, may award a contract notwithstanding the scoring process. In exercising this discretion, the Executive Director may request to confer with a respondent and/or request additional information or documentation. Should a respondent fail to confer or provide such information or documentation, the Executive Director may decline to consider the appeal. The Executive Director shall have an unlimited amount of time to make any such decisions.

    • Business Hours

      GSCA normal business hours are from 7:00AM to 5:00PM PST. Respondents will be responsible to coordinate with GSCA OSP Construction Team and contractors during these times.

    • License Required

      The Contractor submitting a proposal shall possess all appropriate licenses and certifications, including local business permits as appropriate at the time of submission. Subcontractors listed in the proposal shall also possess the required contractor’s license for each specialty work specified and/or possess a Class A Contractor’s license at the time of submission. Attention is also directed to the provisions of Public Contract Code section 10164. The Contractor and subcontractors shall be properly licensed and in good standing at the time the contract is awarded.

      Reference Standards for this project can be obtained from American Society for Testing and Materials (ASTM) and the California Building Codes.

    • Protests

      This procurement process does not include any additional provision beyond the aforementioned appeal to protest either the process or resulting contract award(s). However, respondents are advised of their right to file a petition for a writ of mandate in accordance with Section 1085 of the Code of Civil Procedure. The venue for any such petition will be Sacramento, California.

       

    • Award Period

      GSCA intends to award a contract to one or more respondents for up to 3 years.

    • Emergency Hours

      Respondents may be required to provide on-call assistance for work that takes place outside of normal business hours. Contractor will provide pricing and availability for said work.

    • Financial Security and Stability

      Respondents to this RFP must provide financial statements to GSCA upon request.

    • Compliance Monitoring and Enforcement

      This Contract will be subject to compliance monitoring and enforcement by the California Department of Industrial Relations, pursuant to Labor Code section 1771.4. Under California Labor Code section 1771.1, as amended by S.B. 854, a contractor may not submit a proposal, nor be listed as a subcontractor, for any proposal submitted for a public work unless the contractor and its subcontractors are registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code. The Bidder and its Subcontractors must be registered and qualified to perform public work pursuant to section 1725.5 of the Labor Code, subject to limited legal exceptions under Labor Code section 1771.1.

      In accordance with the provisions of Section 1773.3 of the Labor Code, GSCA will provide notice to the Department of Industrial Relations (DIR) of the award of any public works contract subject to the requirements of Chapter 1 of the Labor Code, within five days of the award. The notice shall be transmitted electronically in a format specified by the DIR (see https://www.dir.ca.gov/pwc100ext/) and shall include the name of the contractor, any subcontractor listed on the successful proposal, the contract award dates, the contract amount, the estimated start and completion dates, job site location, and any additional information the DIR specifies that aids in the administration and enforcement of this chapter. Bidders must be registered with the State of California Department of Industrial Relations (DIR) and California Contractor License number. All required registrations must be valid and current throughout the life of the project.

    • Suspension and Debarment

      All bidders must submit a Debarment & Suspension Certification. A bidder that has been issued a Federal SAM - Unique Entity Identifier (UEI) must to include their valid Unique Entity Identifier (UEI), assigned by SAM.gov. in their proposal.

      A bidder that is currently Federally debarred is ineligible to submit a proposal for this project.

      If any of the following apply, a bidder may submit a proposal for this project but this information will be considered in determining bidder responsibility:

      • The bidder is currently or has been within the past three years under suspension, voluntary exclusion, or determination of ineligibility by any federal, state, or local agency.
      • The bidder was under federal debarment in the past three years.
      • The bidder has a proposed debarment pending.
      • The bidder has been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.
    • Withdrawal and Resubmission

      A Respondent may withdraw its proposal at any time prior to the submission deadline by using the withdrawal feature in the Procurement Portal. The Respondent may thereafter submit a new or modified proposal prior to the respective submission deadline. Modification offered in any other manner, oral or written, will not be considered. Other than as allowed by law, final Proposals cannot be changed or withdrawn after the submission deadline date and time.

    • Conflicts of Interest

      Proposed solutions to this RFP must be defined in such a way as to prevent and prohibit conflict of interest between the respondent, GSCA, UTOPIA Fiber, and all potential service providers that may offer services across the GSCA network. Specifically, respondents must avow that they have no intention of offering services across the GSCA network, either in the short term or at any point in the future, or they must acknowledge their intent. Furthermore, respondents must disclose any relationships, either formal or informal, with companies that may at any time offer competitive retail services across the network.

      If respondents intend to offer competitive retail services at any point across the GSCA network, you must provide a complete explanation of how your proposed solution to this RFP does not advantage you in any way over potential competitors. Failure to do so will result in your permanent disqualification from offering competitive retail services across the GSCA network.

    • Additional Information Requests

      Prior to the award of a contract, GSCA must be assured that a selected Bidder has the resources to successfully perform under the contract. This includes, but is not limited to, personnel in number and requisite skill; equipment of appropriate type and quantity; financial resources sufficient to complete performance under the contract; and experience in similar endeavors. If, during the evaluation process, GSCA is unable to assure itself of the Respondent’s ability to perform under the contract if awarded, GSCA has the option of requesting from the Respondent any information that GSCA deems necessary to determine the Respondent’s responsibility. If such information is required, the Respondent will be so notified and will be permitted five (5) business days to submit the information requested in writing.

    • Withheld Contract Funds / Substitution of Services

      The successful bidder shall be permitted to substitute securities for any moneys withheld by GSCA to ensure performance under the executed Contract. At the request and expense of the successful bidder, securities equivalent to the amount to be withheld shall be deposited with GSCA, or with a state or federally chartered bank in California as escrow agent, to ensure performance under the Contract. Upon satisfactory completion of the Contract, unused securities shall be returned to the Contractor.

      Alternately, on written request of the successful bidder, GSCA shall make payments of the retention earnings directly to an escrow agent at the expense of the successful bidder. The successful bidder, at their expense, may direct the investment of the payments into securities and the successful bidder shall receive the interest earned on the investments on the same terms provided for securities deposited by contract. Upon satisfactory completion of the Contract, the successful bidder shall receive from the escrow agent all unused securities, interest and payments received by the escrow agent from GSCA.

      Securities eligible for deposit shall include those listed in Section 16430 of the Government Code, bank or savings and loan certificates of deposit, interest bearing demand deposit accounts, standby letters of credit, or any other security mutually agreed to by the successful bidder and GSCA. The successful bidder shall be the beneficial owner of any securities substituted for moneys to be withheld, and shall receive any interest accrued upon the unused amount. If security is deposited with a state or federally chartered bank as Escrow Agent, it is agreed that the successful bidder and GSCA will enter into an escrow agreement with the Escrow Agency in form substantially similar to that which is on file with GSCA and available for review.

    • No Federal Funding

      This project is not federally funded.

    • Federal Funding

      (insert language for Federal Funding Procurement Requirements)

    • No Kickbacks

      Contractor agrees to comply with the requirements of the Secretary of Labor and the latest amendments to: Executive Orders 11246 and 11375, as supplemented in Department of Labor regulations (41 C.F.R. chapter 60); the Copeland “Anti-Kickback” Act (18 U.S.C. § 847) as supplemented in Department of Labor regulations (29 C.F.R. part 3); Title VI of the Civil Rights Act of 1964 (42 U.S.C. §§ 2000); Section 109 of Title I of the Housing and Community Development Act of 1974 (42 U.S.C. §§ 5301 et seq.); the Age Discrimination Act of 1975 (42 U.S.C. §§ 6101 et seq.); and Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 701 et seq.). Contractor agrees to comply with the requirements of all other applicable State, and local laws and regulations.

    • Bid Rigging

      The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General.

    Submission Requirements

    • Proposal (required)

      In submitting this proposal as herein described, Bidder declares that they have thoroughly examined all of the contract documents including those contained in the addenda; that they have carefully examined the locations of the proposed work, the plans and specifications for the Request for Proposals for Locate Services, GSCA CONTRACT NO. 2025-GSCA-RFP-010and hereby proposes to furnish all materials and do all work necessary and/or required to complete the work in accordance with the plans, special provisions, and specifications for the lump sum prices or bid prices set forth in the schedule below and forming a part of this proposal.

      Bidder declares that they have fully informed themself as to the conditions, requirements, and specifications of the work or materials specified and become familiar with and satisfied themselves as to the surface and sub-surface general, local, and site conditions that may affect cost, progress, and performance of the Work. Bidder declares that they have conducted a site visit. Bidder acknowledges that their failure to do so will be at their own risk and they cannot secure relief on the plea of error or mistake.

      Bidder has carefully studied all on-site conditions.

      Bidder is familiar with and has satisfied itself as to all State and local laws and regulations and permits that may affect cost, progress and performance of the work.

      The Bidder further proposes that if this proposal is accepted, they will execute a contract with GSCA, in the form of Agreement for Public Improvement to furnish all materials, to provide a superintendent and all labor, equipment and expenses of whatever nature necessary to construct the work in conformity with the plan, specifications, and other contract provisions herein contained, or reasonably implied as necessary to complete the work in a manner satisfactory to GSCA.

      Proposals must be for the entire work. The estimated quantities are given only for the purpose of comparing proposals. GSCA does not expressly or by implication agree that the actual amount of work will correspond with these quantities and reserves the right to increase or decrease the amount of any class or portion of the work or omit portions of the work, as it may deem necessary or desirable.

      For each bid item, the bidder shall set forth the item price. In the case of unit-priced items, the amount set forth under the total column shall be the extension of the unit-price bid for the estimated quantity for the item.

      GSCA reserves the right to reject any and all proposals and/or waive any irregularity in any proposal received.

    • Submission (required)

      Upload your entire proposal electronically using this link. Proposals may only be submitted through this portal and will not be accepted on paper. Electronic files must be submitted as follows: word processing documents and graphics/diagrams in Microsoft Word and/or Adobe Acrobat (.pdf); spreadsheets in Microsoft Excel.

      Your proposal must be organized and indexed in the following format and must contain all items listed below in the sequence indicated.

      1. Letter of Transmittal
      2. Table of Contents
      3. Section 1: Executive Summary
      4. Section 2: Qualifications and Experience
      5. Section 3: Financial Health
      6. Section 4: Client References
      7. Section 5: Supplemental Information
      8. Section 6: Cost / Pricing

      Letter of Transmittal

      A single letter of transmittal must accompany any proposal. The letter must accompany the proposals as a standalone page or file and must:

      1. Identify the submitting organization.
      2. Identify the name and title of the person authorized to contractually obligate the organization.
      3. Identify the name, title and telephone number of the person authorized to negotiate the contract.
      4. Identify the names, titles, and telephone numbers of persons to be contacted for clarification.
      5. Be signed by the person authorized to contractually obligate the organization.

      Table of Contents

      The table of contents must be placed immediately after any cover page and before the Executive Summary.

      Executive Summary

      Label this section “Section 1: Executive Summary” in your proposal. In two pages or less, highlight the significant aspects of your proposal including an outline of your organization, your management processes, financial strength and production capacities, qualifications and experience, client references, and anything else that is pertinent.

      Qualifications and Experience

      Label this section “Section 2: Qualifications and Experience” in your proposal. Provide information on relevant personnel from your company with whom GSCA would work, should you win a contract; this is essentially your proposed GSCA Team. Also include their general availability – whether they will be dedicated to GSCA and where will they be located.

      Financial Health

      Label this section “Section 3: Financial Health” in your proposal. Respondents must meet the following financial requirements listed below:

      • Respondents must provide third-party audited financial statements for the past year.
        • These include at minimum: Income Statement, Balance Sheet, and Statement of Cash flow. Tax returns or other similar tax documents will not be accepted. Respondents may optionally provide an Auditor’s Opinion or Notes, however GSCA understands some auditors may not provide those documents.
        • Financial statements meeting the above requirements provided by any external accounting firm are acceptable.
      • Respondents must prove a positive operational cash flow from providing end-user internet service for the past 6 months.
      • Respondents must prove a current cash balance large enough to cover operating expenses for at least 3 months.

      Respondents should also include in this section proof of insurance covering DOLLAR amount for locators.

      Client References

      Label this section “Section 4: References” in your proposal. Please provide a list of no more than five references of paying customers of your company. The list must provide a customer name, description of the products/services provided, and a brief description of the project history (timelines, challenges, etc.). For each customer reference, include contact names, phone numbers, and email addresses for staff related to procurement and project management.

      Supplemental Information

      If included, label this section “Section 5: Supplemental Information” in your proposal. Company brochures and other supplementary and marketing materials may be included in this section of the proposal, as well as any additional information which you feel may improve the quality of your response.

      Cost/Pricing

      Label this section “Section 6: Cost/Pricing” in your proposal.

    • Legal Requirements (required)

      Upload proof that Bidder meet the following requirements:

      • They are registered to do business in the State of California and authorized with a valid and current business license.
      • They carry workers’ compensation, employer’s liability, comprehensive general liability, and comprehensive automobile liability insurance at the terms and coverage amounts stated in the terms of the Form of Agreement.
      • They have a non-discrimination clause in their hiring practices.

      Additionally, bidders must provide the following lists:

      • All ongoing or anticipated litigation.
      • All potential political issues they are involved in.
      • Any lawsuits settled within the past three (3) years pertaining to the operation of their business.
    • Legal Attestations (required)

      By submitting this bid, Bidder attests and confirms their participation and agreement to the following:

      • They are following all federal, state, and local regulations.
      • They understand they are subject to the PRA when communicating with GSCA and will comply with PRA requests.
      • They will cooperate with all legal subpoenas received and are responsible for their own legal fees incurred in doing so.
    • Contractors License Number(s): (required)

      Provide information on all contractor licenses:

      Contractor's License Number:
      Contractor's License State:
      Classification:
      Expiration Date:

    • Department of Industrial Relations (required)

      Provide DIR Registration No and Expiration Date.

    • SAM - Unique Entity Identifier (UEI) No. and expiration date: (required)

      A bidder that has been issued a Federal SAM - Unique Entity Identifier (UEI) must to include their valid Unique Entity Identifier (UEI), assigned by SAM.gov. in their proposal. Bidders who have not been issued a UEI should state as much in this field.

    • References for Prime Contractor / Bidder (required)

      Bidder must include a minimum of three (3) business references to vouch for their financial stability, customer service, and/or character. This information will be considered in determining bidder responsibility.

      Provide the following for each reference:

      Company Name and Address:
      Contact Person and Phone Number:
      Type of Work:
      Contract Amount:

    • Designation of Subcontractors (required)

      Pursuant to the provisions of Sections 4100 through 4113 of the Government Code of the State of California, the Contractor shall not, without the consent of GSCA, either:

      (a) Substitute any person or subcontractors in place of the subcontractors designated in his or her original bid.

      (b) Permit any subcontract to be assigned or transferred, or allow it to be performed by anyone other than the original subcontractor listed in the bid.

      (c) Sublet or subcontract any portion of the work in excess of one-half (½) of the one percent (1%) of his bid as to which his original bid did not designate a subcontractor.

      Should the Contractor violate any of the provisions of said Government Code Sections, his or her so doing shall be deemed a violation of this Contract, and GSCA may cancel the Contract. In the event of such violation, the Contractor may be penalized to the extent of ten percent (10%) of the amount of the subcontract involved.

      Note: Not less than fifty percent (50%) of the contract work shall be done by the Prime Contractor, also typically referred to as the Bidder.

      The following information must be provided for EACH Subcontractor:

      • Name of Sub-Contractor
      • Address of Sub-Contractor
      • License No. & Exp. Date
      • Sub-Contractor DIR No.
      • Description of Work
      • $ Amount / % of Work

      If the Bidder fails to specify a subcontractor for any portion of the work, they agree to perform that portion themselves.

    • Worker's Compensation Certification (required)

      I certify, by my confirmation below, that I am aware of the provisions of Section 3700 of the California Labor Code. Section 3700 requires every employer be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of the Labor Code. I further certify that I will comply with such provisions before commencing the performance of the work of this contract.

    • Non-Collusion Declaration (required)

      In making this proposal and by my confirmation below, I certify and declare under penalty of perjury under the laws of the State of California that the following is true and correct:

      The proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The proposal is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham proposal. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham proposal , or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the proposal price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the proposal price, or of that of any other bidder. All statements contained in the proposal are true. The bidder 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham proposal , and has not paid, and will not pay, any person or entity for such purpose.

      Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

    • Debarment & Suspension Certification (required)

      The Bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager:

      • Is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal, state, or local agency;
      • Has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal, state, or local agency within the past 3 years;
      • Does not have a proposed debarment pending; and
      • Has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.

      If there are any exceptions to this certification, insert the exceptions in the provided response space.

      Exceptions will not necessarily result in denial of award but will be considered in determining bidder responsibility.

      Note: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification.

    • Exceptions to Debarment & Suspension Certification (required)

      In the space below, indicate:

      • Any exceptions to Bidder's Debarment & Suspension Certification
      • To whom each exception applies, the initiating agency, and the dates of action(s).

      Bidder certifies that this information is true and correct under penalty of perjury.

      If no exceptions, indicate N/A in the required response field.

    • Certificate of Non-Discrimination (required)

      In making this proposal, Bidder certifies that there will be no discrimination in employment with regard to race (including natural hair texture and hairstyles), national origin or ancestry, color, religious creed (including religions dress and grooming practices), sex (including pregnancy, childbirth, breastfeeding, or related medical conditions), national origin or ancestry, gender identity or expression, transgender or transitioning status, marital status, registered domestic partner status, age (persons age 40 and over), sexual orientation, military or veteran status, reproductive health decisions, disability (mental or physical), medical condition (including genetic characteristics or information, cancer or record or history of cancer, or AIDS/HIV status), off-duty cannabis use (that does not cause on-the-job impairment), or any combination of the above characteristics; that all Federal, State and local directives and executive orders regarding nondiscrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively.

    • Acknowledgement of Protest Procedure (required)

      By confirming below, Bidder acknowledges the following Protest Procedure:

      Any protest of the proposed award of Contract must be submitted in writing to Golden State Connect Authority, 1215 K St., Suite 1650, Sacramento, CA 95814, no later than 5 p.m. of the third (3rd) business day following the date of the Proposal Opening (“Protest Deadline”). Email is not an acceptable form for a protest submission. All protests shall comply with the following procedures:

        1. To be eligible to submit a protest, the party filing the protest must have actually submitted a proposal. A subcontractor or supplier of a party filing a proposal on this Project is not eligible to submit a protest. A Bidder may not rely on the protest submitted by another Bidder, but must pursue its own protest in a timely manner as set forth herein.
        2. The protest must be accompanied by a non-refundable protest filing fee in the amount of $2,000.00 in the form of a cashier’s check or certified check made out to “Golden State Connect Authority.” A protest that is submitted without this filing fee will be returned without further action or consideration.
        3. The protest must contain a complete statement of the basis for the protest, as well as all documentation supporting or justifying the protest. The protest must refer to the specific portions of the Contract Documents upon which the protest is based. The protest must be notarized and signed under penalty of perjury. Material submitted after the Protest Deadline will not be considered.
        4. The protest must state the facts and refer to the specific portion of the document(s) or specifications or the specific statute that form the basis for the protest. The protest must include the name, address, email address, and telephone number of the person representing the protesting party, and the address to which notices should be directed.
        5. A Bidder filing the protest must concurrently transmit a copy of the initial protest to the other Bidder who is the subject of the protest (Protested Bidder), if applicable.
        6. The Protested Bidder may submit a written response to the protest, provided the response is received by GSCA before 5:00 p.m. two working days after the Protest Deadline or after actual receipt of the protest, whichever is sooner.
        7. The procedure and time limits set forth in this Section are mandatory and are the Bidder’s sole and exclusive remedy in the event of a protest. The Bidder’s failure to fully comply with these procedures shall constitute a waiver of any right to further pursue the protest, including filing of a challenge of the award pursuant to the California Public Contract Code, filing of a claim pursuant to the California Government Code, or initiation of any other legal proceedings.
        8. GSCA shall review all timely protests prior to formal award of the Contract. At the time the GSCA Board of Directors considers the award of the Contract, subject to referral by the GSCA Executive Director, the GSCA Board of Directors may also consider the merits of any timely protests. The GSCA Board of Directors may either accept the protest and award the Contract to the next lowest responsive and responsible Bidder, or reject the protest and award to the lowest responsive and responsible Bidder.
        9. These protest procedures shall not limit the GSCA Board of Directors’ ability to reject all proposals.
    • Project Location (required)
    • License Requirements (required)

      Example: Class A General Engineering license or Class C-34 Pipeline Contractor’s license and C-10 High Voltage license

    • Do prevailing wages apply? (required)
    • Are there any technical considerations for viewing the bid package? (required)

      For example: "To open the PDF construction drawings (Plans), due to their size, it is recommended that bidders use BlueBeam or FoxIT PDF applications. Some files may render improperly using other software such as Adobe Acrobat. Bidders should contact GSCA prior to the bid submission deadline to resolve any issues regarding PDF files."

    • Is this project Federally Funded (required)
    • Does the Statement of Work include attachments? (required)

    Key dates

    1. April 7, 2026Published
    2. May 16, 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.