SLED Opportunity · CALIFORNIA · PUBLIC WORKS

    RFP 1014 Warehouse Construction

    Issued by Public Works
    localRFPPublic WorksSol. 231635
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Mar 12, 2026
    Posting date
    JURISDICTION
    Public Works
    local
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    RFP issued by Anaheim Public Utilities for grading, utility, and construction services to build a new warehouse at 1014 E. South St., Anaheim, CA.

    Opportunity details

    Solicitation No.
    231635
    Type / RFx
    RFP
    Status
    open
    Level
    local
    Published Date
    March 12, 2026
    Due Date
    April 23, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    Public Works
    Agency
    Public Works

    Description

    In partnership with the Public Works Department, this Request for Proposal (RFP) for the 1014 Warehouse Construction Project is being issued by Anaheim Public Utilities (APU) to the Most Responsive Bidder. The Work includes all grading, utility, and construction of a new warehouse located at 1014 E. South St., Anaheim, CA, 92805. The original building on this parcel has already been demolished.

    Background

    Objective

    1. The intent of the Project is to furnish a code compliant product, whether or explicitly outlined herein. The Contractor is required to provide a complete turn-key product. Inclusive of grading, pad certification, fire protection and alarm, utility connection, building code and permits, inspections, storage racking permits, and any other related scope.
    2. Contractor shall be responsible for finishing and obtaining all permits for the project. 

    Access Badge Reader

    1. In addition to the requirements outlined in the Plans, Contractor shall be required to furnish all hardware, wiring, cabling, conduit, applicable door locksets, labor, and any other expense arising out to delivering a fully operable badge reader system.
    2. Controller 
      1. Contractor shall furnish conduit and CAT 6 patch chord from IDF switch to Access Badge Controller. 
      2. Controller location shall be as directed by City. Location shall be approximately near South IDF Room.   
      3. Controller must be SIELOX 1700. 
    3. Access Badge Reader - Material 
      1. Access Badge Reader for vehicle entry shall be HID MaxiProx.
      2. RFID Vehicle Badge Reader: Tagmaster XT-1
      3. Access Badge Reader for pedestrian door shall be: ProxPro II
    4. Access Badge Reader - Location
      1. RFID Vehicle Badge Reader - Affixed to gate at a height that meets manufacturer requirements. 
      2. North Pedestrian Building Entry Door
      3. South Pedestrian Building Entry Door
      4. Exterior - West Elevation - South Coner - to control motorized vehicle gate exit. 

    Burglar Alarm System

    1. Burglar is not shown in the Plans; however, Contractor shall be required to fully furnish a connected system as follows:
      1. Contractor shall furnish all wiring, conduit, cabling, equipment, hardware, accessories, labor, and other expenses to fully furnish a burglar alarm system.
      2. Contractor is required to furnish two (2) controllers capable of turning the system on/off. Final location for each controller to be determined by City.  One controller shall be located near the front door and near the fire alarm control panel. The second controller shall be located near the South pedestrian door. 
      3. System shall be equipped with motion and door sensors.
      4. System shall be capable of connecting to Citywide monitoring. 
      5. System manufacture shall be Siemens.   

    Fire Control Panel

    1. City may approve equivalent substitute panel. Allowable system substitutes include Fire-Lite and Hochiki. 
    2. Substitutes shall be reviewed and approved during pre-construction phase. 

    Existing Conditions

    1. Contractor may re-use existing temporary chain link fence and screen.

    Alternate Add Item - Trench

    1. Review exhibit "YYY - ALT ITEM #02 - SKETCH - ADDITIONAL EARTHWORK AND IMPROVEMENTS."
    2. Part A - Fiber
      1. Trench approximately 100' from the North side of the adjacent warehouse located at 847 S. East Street to the IDF room in the South-West corner of the 1014 Warehouse
      2. Run approximately 330' of 2' EMT conduit from Dixco IDF room, through the North Dixco wall, and into the trench. Exterior conduit must be ridged. 
      3. Conduit bends must allow for fiber cable. Final route much be approved by City Network Engineer and not contain sharp bends.  
      4. Run three (3) 2'' conduit underground.  PVC-40 conduit.
    3. Part B - Future Electrical Features 
      1. Trench approximately 70' from the start of the fiber trench all the way until the East property line.
      2. Stub up for future motorized gate. connection and ground loops, and 2 badge readers on both sides of the gate. 
      3.  Trench approximately 100' parallel to the East property line and into the new 1014 Warehouse.
      4. Furnish at least 6 stub ups along the East property line for future EV chargers. Exact location field directed by City.  Cap stub-up at grade. 
      5. Run four (4) 2'' conduit in the trench. PVC-40 conduit. 
    4. Pull Boxes
      1. Pull boxes to be furnished by City. Contractor shall be required to set and place City provided boxes. 

    Coordination With Others

    1. Trenching
      1. Contractor shall coordinate with City In-House Labor and/or Others to furnish a trench from the adjacent warehouse located at 847 S. East Street to the South-West corner of the 1014 Warehouse. 
      2. Contractor shall coordinate with Others to furnish at least three 2'' stub-ups through the 1014 Warehouse building pad.
      3. Contractor is not required to perform trenching, back filling, furnishing conduit, setting pull boxes, nor pulling any wire for this portion only.
      4. Contractor shall be required to perform tie in which includes connecting exterior pipe through into the building and sealing the penetration.    
    2. Motorized Storage Racks
      1. Contractor shall coordinate with Others for the installation of a motorized storage racking system.  
      2. Contractor is not required to purchase storage rack material or facilitate installation labor. 
      3. Contractor shall be required to perform all work arising out of the applicable permits including storage rack and high pile.
      4. Contractor shall be required to perform any applicable power and low voltage to connect the system. 

    (New) Alternate Add Item - CMU Wall Replacement

    Review exhibit "ALT ITEM #03 - SKETCH - WEST WALL REPLACEMENT."

    1. Contractor Scope
      1. Remove and replace existing 300' x 8' CMU wall with in-kind replacement. 
      2. Include all debris disposal.
      3. Furnish temporary fence to keep property secure.
      4. L-footing along property line. 
      5. Price to include all applicable engineering, construction, permits, and other costs arising out of the delivery of this item. 
    2. City Scope
      1. Remove and relocate electrical pole and attached supports.

     

    Project Details

    • Reference ID: WO 394300
    • Department: Public Works
    • Department Head: Rudy Emami (Director)

    Important Dates

    • Questions Due: 2026-04-09T21:00:29.641Z
    • Pre-Proposal Meeting: 2026-03-26T20:00:00.000Z — 909 E. VERMONT AVE., ANAHEIM, CA, 92805 - ROOM# ASSEMBLY ROOM

    Addenda

    • Addendum #1 (released 2026-04-01T14:43:21.643Z) —

      Attached is the pre-bid sign in sheet. 

    • Addendum #2 (released 2026-04-14T21:33:04.572Z) —

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

      Alternate Bid #03 added to replace an existing 300' x 8' CMU wall along the West side of the Project. Review attachment, scope summary, and bid line item. Pricing inclusive of all engineering, construction, and any other costs arising out of wall construction. 

    Evaluation Criteria

    • OPERATING DEPARTMENT

      3.1.1 ANAHEIM PUBLIC UTILITIES 

      3.1.2 201 S. ANAHEIM BLVD, ANAHEIM, CA 92805

       

    • TIMELINE
      BID ADVERTISEMENT DATE:March 12, 2026
      PRE-BID MEETING (Mandatory):March 26, 2026, 1:00pm

      Agenda

      909 E. VERMONT AVE., ANAHEIM, CA, 92805 - ROOM# ASSEMBLY ROOM

      QUESTION SUBMISSION DUE DATE:April 9, 2026, 2:00pm
      BID DUE DATE:April 23, 2026, 2:00pm
      EXPECTED AWARD DATE:May 14, 2026
    • SUMMARY

      In partnership with the Public Works Department, this Request for Proposal (RFP) for the 1014 Warehouse Construction Project is being issued by Anaheim Public Utilities (APU) to the Most Responsive Bidder. The Work includes all grading, utility, and construction of a new warehouse located at 1014 E. South St., Anaheim, CA, 92805. The original building on this parcel has already been demolished.

    • CONTRACT ADMINISTRATION

      3.2.1 JONATHAN LEGGETT, CONSTRUCTION CONTRACT SPECIALIST

      3.2.2 (714) 412-5714/JLEGGETT@ANAHEIM.NET

    • PROJECT LOCATION

      1.2.1       See Site Map.

    Submission Requirements

    • Volume #01
    • I certify that I, the individual responding to this RFWOP (prospective primary participant), am an Authorized Official with the authority to certify and submit the following legally binding statements in this RFWOP Response on behalf of my company (Contractor). (required)
    • Full Name and Title of RESPONDENT’s Authorized Official (required)
    • In executing this proposal the bidder certifies being properly licensed and registered to do the work and under penalty of perjury under the laws of the State of California. (required)
    • Contractor State License Number (required)

      Ref: https://www2.cslb.ca.gov/onlineservices/checklicenseII/checklicense.aspx

    • Department of Industrial Relations (DIR) Number: (required)

      Ref: 

    • BID SECURITY/BID BOND (required)

      Please, execute fully, and upload here.

    • NDA - 1014 Warehouse Construction (required)

      Please download the below documents, complete, and upload.

    • PROPOSAL (required)

      For the construction of: RFP 1014 Warehouse Construction

      The bidder, declares that it has carefully examined the location of the proposed work above described, examined the Plans and Specifications and General Conditions therefore, read the Instructions to Bidders, and is familiar with all proposal requirements, and hereby proposes and agrees, if the proposal is accepted, to complete the said construction in accordance with the Contract Documents, as defined in the General Provisions, in the time stated herein, for the unit price or lump sum given in the BID ITEMS section of this proposal.

      Said amount is to include and cover all taxes, the furnishing of all materials, the performing of all the labor requisite or proper and the providing of all necessary machinery, tools, apparatus, and other means of construction; also the performance and completion of all the work in the manner set forth, described and shown in the Specifications or on the drawings for the work.

      The successful bidder shall commence work upon receipt of the "NOTICE TO PROCEED" and instructions by the Construction Contract Administrator, and to prosecute the work to completion before the expiration of 450-working days, excluding Saturdays, Sundays and Holidays, after the execution of the NOTICE TO PROCEED.

      All bids are to be computed on the basis of the given Estimated Quantities of Work, as indicated in this proposal, multiplied by the unit prices as submitted by the bidders.  In case of discrepancy between unit prices and the extension thereof, the unit price shall prevail and bids will be computed as indicated above and compared on the basis of corrected totals.  

      The estimated quantities of work indicated in this Proposal are approximate only, being given solely as a basis for comparison of bids and evaluation only. Bidders are required to perform their own take-offs of the work quantities, as well as the types of work required, from the drawings and specifications. If the plans and/or specifications require items of work be performed that are not listed in the City's estimated bid item list, the missing items and/or quantities believed to be in error shall be reported immediately to the City through the Request for Information (RFI) process, including the proposed cost impact. Contractors acknowledge that the bid item list alone may not include all of the types or quantities of work required by the plans and specifications. By submitting its bid, Contractor herewith certifies acceptance of all of the various work items required to complete the Work. It is understood by Bidder that the City has the right to reject this proposal or to award a contract to the undersigned at the prices stipulated.

    • BID ITEMS (required)

      Confirm that the Bidder has input all bid item pricing in the BID ITEMS section.

    • Volume #02
    • Non-Collusion Declaration

      I, the Authorized Official, represent the party (“Respondent”) making the foregoing bid (“Bid”) and declare as follows:

      • The Bid is not made in the interest of or on the behalf of any undisclosed person, partnership, company, association, organization, or corporation; 
      • The Bid is genuine and not collusive or a sham; 
      • The Respondent has not directly or indirectly induced or solicited any other respondent to put in a false or sham Bid and has not directly or indirectly colluded, conspired, connived, or agreed with any other respondent or anyone else to put in a sham Bid or withhold from submitting a Bid;
      • The Respondent has not in any manner directly or indirectly sought by agreement, communication, or conference with anyone to fix the Bid price of the Respondent or of any other respondent or to fix any overhead profit or cost element of the Bid price, or of that of any other respondent, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; and
      • All statements contained in the Bid are true, and further, that Respondent has not directly or indirectly submitted its Bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid and will not pay any fee in connection therewith, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual except to any person or persons as have a partnership or other financial interest with Respondent in the general business.
    • DESIGNATION OF SUB-CONTRACTORS

      Please download the below documents, complete, and upload.

    • Debarment/Suspension Certificate (required)

      INSTRUCTIONS ON CERTIFICATION REGARDING DEBARMENT AND SUSPENSION

        1. By signing and/or electronically certifying and submitting this proposal, the prospective primary participant is providing the certification set out below.
        2. The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction.
        3. The certification in this clause is any material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.
        4. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if at any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
        5. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations.
        6. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.
        7. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions.
        8. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List.
        9. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
        10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.
    • Certification (required)
        1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from a covered transaction by any Federal department or agency; (b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.
        2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall include an explanation with this proposal.
    • Equal Employment Opportunity Certificates of Compliance (required)

      As used in this Certificate, the word "Contract" shall mean either "Contract", or "Subcontract". The word "Contractor" shall mean either "Contractor" or "Subcontractor".

      The Contractor certifies the following to the City of Anaheim:

        1. COMPLIANCE REPORTS:
          That if the Contractor has participated in a previous Contract subject to the rules and regulations on Equal Opportunity set forth in 41 Code of Federal Regulations Part 60-1, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance of the United States Department of Labor, the appropriate Government Agencies or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements, or if he has not he agrees to do so promptly and before any Contract is awarded.
        2. NON-DISCRIMINATION:
          During the performance of any Contract placed with him by the City of Anaheim, the Contractor agrees as follows:
          1. The Contractor will not discriminate against any employee or applicant for employment because of, race, religion, sex, creed, color, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, creed, color, or national origins. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff of termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship.
          2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, religion, sex, creed, color or national origin.
          3. The Contractor will send to each labor union or representative of workers with which he has a Collective Bargaining Agreement or other Contract or understanding, a notice advising the labor union or worker's representative of the Contractors commitments under Section 202 of Executive Order Number 11246 of September 24, 1965, as amended, and shall post copies of the notices in conspicuous places available to employees and to applicants for employment.
          4. The Contractor will comply with all provisions of Executive Order Number 11246 of September 24, 1965, as amended, and with the rules, regulations, and relevant orders of the Secretary of Labor.
          5. The Contractor will furnish all information and reports required by Executive Order Number 11246 of September 24, 1965, as amended, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Contracting Agency and the Secretary of Labor for purposes of investigations to ascertain compliance with such rules, regulations, and orders.
          6. In the event of the Contractor's non-compliance with the nondiscrimination clauses of this Contract or with any of such rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further City Executive Order Number 11246 of September 24, 1965, as amended, and such other sanctions may be imposed and remedies invoked as provided in Executive Order Number 11246 of September 24, 1965, as amended, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
        3. AFFIRMATIVE ACTION PROGRAM:
          Contractor's attention is directed to Section 60-1.40 of title 41 of the Code of Federal Relations, related to Affirmative Action Compliance Programs, and applying to each Subcontractor with a Subcontract of $50,000 or more and 50 or more employees.
          Contractor certifies that he has developed and has on file at each of his establishments a written Affirmative Action Compliance Program, as is called for in section 60-1.40 of and pursuant to part 60-2 of Title 41 of the code of Federal Regulations, and that such Affirmative Action Compliance Program is current, or if it is not, within 120 days after receipt of any order, the undersigned firm agrees to develop and maintain a written Affirmative Action Compliance Program, for each of his facilities unless such firm is not required by law or regulation to develop such program.
        4. CERTIFICATION OF NON-SEGREGATED FACILITIES:
          The Contractor certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any locations, under its control, where segregated facilities are maintained. The bidder, offerer, applicant, or Subcontractor agrees that a breach of this Certification is a violation of the Equal Opportunity Clause of any Contract placed with it. As used in this Certification, the term "Segregated Facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees, which are segregated by explicit directive or in fact segregated on the basis of race, religion, sex, creed, color, or national origin because of habit, local custom or otherwise.
          Contractor further certifies that it will obtain identical certifications from proposed Subcontractors prior to the award of Subcontracts exceeding $10,000 covering the procurement if personal property and non-personal services (including construction).
    • Community Workforce Agreement (CWA) (required)

      Please download the below Letter of Assent, complete, and upload.

        1. The City has entered into a Community Workforce Agreement (CWA) with the Los Angeles/Orange Counties Building and Construction Trades Council and the Signatory Craft Councils and Local Unions. The CWA is a pre-hire collective bargaining agreement that establishes labor relations procedures. This project is anticipated to include covered “Project Work” as defined in the CWA and the Successful Proposer and its subcontractors of all tiers shall agree to execute and be bound by the terms of the CWA by signing a Letter of Assent (a form attached to the CWA as Attachment A). The CWA can be accessed on the City’s website at https://www.anaheim.net/DocumentCenter/View/40087/Amended-and-Restated-Community-Workforce-Agreement-Executed.

       

        1. The City may amend the CWA to incorporate minor modifications after the proposal submission. The minor modifications are anticipated to make certain CWA requirements more accommodating without substantially changing the CWA’s terms and conditions. Minor modifications, if any, are anticipated to be finalized and incorporated in the CWA before City Council award of the Project.

       

        1. Respondents shall include costs associated with fulfilling their obligations to comply with the policies and procedures prescribed in the CWA including working with the City’s designated CWA Administrator to ensure full compliance with the CWA in their Price Proposals.

       

        1. Assent by Contractor upon Award

       

          1. An authorized representative of the contractor shall sign the Letter of Assent evidencing the contractor’s agreement to be party to and bound by the terms and conditions of the CWA for the duration of the work contained in this RFWOP and submit it to APW not later than the 21st calendar day after receipt of Notice of Award.

       

        1. Assent by Subcontractors and All Others Covered by the CWA upon Award

       

          1. At the time the awarded contractor enters into a subcontract with any subcontractor of any tier providing for the performance of Project Work, the contractor shall provide a copy of the CWA to said Subcontractor and shall require the Subcontractor, as a part of accepting the award from the contractor, to agree in writing in the form of the Letter of Assent to be bound by each and every provision of the CWA prior to the commencement of Project Work. No contractor or subcontractor shall commence Project Work without executing a Letter of Assent and submitting copies in accordance with the procedures outlined in the CWA.

       

        1. Subcontractors and all others covered by the CWA shall submit signed Letters of Assent at the earliest of the following: 1) at the mandatory CWA Pre-Job Conference described in Sections 8.4 and 16.1 of the CWA, 2) within 48 hours after the award of the Work Order to the awarded contractor, or 3) no later than 48 hours prior to the time the subcontractor desires to gain site access and commence work at the site. Access to the site includes initial mobilization of equipment and materials.

       

        1. Prevailing Wage Rates

       

          1. Prevailing wage rates will apply to the construction aspects of this RFWOP, subject to Article 5 of the CWA and other applicable Public Works requirements.
    • Project Location (required)

      Please enter the project location below, or reference an attachment where this information will be located (example pre-entered: See Site Map.).

    • The Master Agreement for Facility Maintenance, Repair, Replacement, and Immediate Response Services was Approved by City Council on: (required)

      Modify as needed

    • Required Contractors License (required)

      Modify as needed

    • Work Days (required)

      Contractor shall prosecute the work to completion before the expiration of: (Modify as needed).

    Questions & Answers

    Q (General Questions): The website and documents are conflicting. Please confirm whether the Community Workforce Agreement Letter of Assent is required at bid time or only after award. (Also current letter of assent under the bid forms has a different project name)

    A: CWA letter of assent is required to be signed and uploaded as part of the bid packet. Please fill out pertinent project specific information.


    Q (General Questions): Since it mentions this was under a master agreement; is this a Task order Contract?

    A: Please disregard references to master agreement. This is not part of a task order contract. Unfortunately, this part of the bid template cannot be edited on our end. Thank you for your question.


    Q (General Questions): The RFWOP states that only firms that had previously executed the City’s Facility Maintenance, Repair, Replacement and Immediate Response Services Agreement prior to issuance of the RFWOP are prequalified to submit. Please confirm whether this project is limited only to firms already under that executed agreement, or whether a contractor may still become eligible by submitting the required qualification documents prior to proposal due date. if so where can I find the documents to get prequalified?

    A: Please disregard references to master agreement. This is not part of a task order contract. Unfortunately, this part of the bid template cannot be edited on our end. Thank you for your question.


    Q (General Questions): Please confirm if this is an open bid and any contractor holding the required licenses can attend the Mandatory meeting/jobwalk?

    A: Yes, open bid. Yes, mandatory job walk.


    Q (Engineer Estimate): Please confirm what the engineer estimate is for this project

    A: $4,000,000


    Q (General Questions): Is this project a single prime or multi-prime project?

    A: The City will be awarding one contract.


    Q (Pre-Qualification): Please confirm: does the District require contractors to be formally prequalified in advance to bid—i.e., a District-run prequalification via District forms or platforms like PQBids/QualityBidders, separate from the pre-bid conference/job walk and standard bid forms? If yes, what is the prequalification deadline?

    A: No pre-qualification required. We're sorry for the confusion, but that part is related to the non-editable template.


    Q (No subject): How much is engineer's estimate for this project?

    A: $4,000,000


    Q (No subject): What is the engineer's estimate?

    A: $4,000,000


    Q (General Questions): Please confirm whether a separate Statement of Prime Bidder’s Qualifications is required with the proposal for this RFWOP. If so what are the requirements and location of the documents?

    A: No separate qualification statement required.


    Q (LIQUIDATED DAMAGES): Please provide what the Liquidated Damages are per day. Thank you very much.

    A: $1,000 per day.


    Q (ANTICIPATED START DATE | DURATION | ANTICIPATED COMPLETION DATE): Please provide the Anticipated Start Date for the project. Please provide the Duration of the project. Please provide the Anticipated Completion Date for the project. Thank you very much.

    A: Start: Q3 this year. Completion: 450 working days.


    Q (No subject): Does anything need to be sent in physically?

    A: All electronic via OpenGov.


    Q (PLA Requirements): We would like to confirm whether execution of the City of Anaheim CWA is required for all Trade Partners prior to performing work on the project.

    A: The bidder is required to sign the letter of assent as part of the bid package. All subcontractors will be required to sign after the successful bidder is determined.


    Q (CANOPY @ ENTRANCE): Would an Aluminum Canopy System (AAABC System) be acceptable for this project? Thank you very much.

    A: Substitutes are not allowed during the bid phase.


    Q (Liquidated Damages): Please clarify liquidated damages amount

    A: $1,000 per day.


    Q (Job walk Attendance ): Will the sign in sheets from the job walk be posted?

    A: See addendum 1.


    Q (No subject): The Letter of Assent states the year 2021 instead of 2026. Is that correct? Please advise.

    A: You may fill in 2026


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

    A: Successful Bidder will be required to follow the Public Contract Code in terms of self-performance.


    Key dates

    1. March 12, 2026Published
    2. April 23, 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.