Active SLED Opportunity · CALIFORNIA · PLANNING & DEVELOPMENT SERVICES

    Safety Footwear Program

    Issued by Planning & Development Services
    cityRFQPlanning & Development ServicesSol. 257396
    Open · 18d remaining
    DAYS TO CLOSE
    18
    due May 11, 2026
    PUBLISHED
    Apr 17, 2026
    Posting date
    JURISDICTION
    Planning &
    city
    NAICS CODE
    448190
    AI-classified industry

    AI Summary

    City of Palo Alto seeks bids for a 3-year Safety Footwear Program providing safety boots, walking shoes, and related footwear to city employees. Vendors must offer mobile shoe truck services, online ordering, and competitive discounts off catalog prices. Quotes due May 11, 2026, via the City's OpenGov portal.

    Opportunity details

    Solicitation No.
    257396
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 17, 2026
    Due Date
    May 11, 2026
    NAICS Code
    448190AI guide
    Agency
    Planning & Development Services

    Description

    MOA requires safety footwear for certain classifications. All bidders that meet the requirements may be awarded a blanket purchase order for each year of the contract.

    The highest percentage discount off catalog prices may be awarded a 3-year contract. If two or more bids provide the same percentage discount and are the lowest responsive bid, the City of Palo Alto may award to more than one bidder.
    1. The City of Palo Alto Utilities Department is requesting vendors to provide safety footwear to the Utilities department; however, this request is not limited to only this department in the City of Palo Alto.


    2. Vendors to provide the following but not limited to:
    Safety boots

    Walking shoes


    3. Trucks on site: Contractor shall provide (if available) trucks to purchase boots onsite in the City of Palo Alto. Locations are not limited to; 1) the municipal service center 3201 East Bayshore Road 2) Regional Water Quality Control Plant 2501 Embarcadero Way.


    4. Online Services: Contractor shall have an online portal available for the City of Palo Alto department(s) to enter team member information and tracking purposes.


    5. Multiple Location Service Availability: Contractor will provide product discount(s) to City staff via truck service, in store, and online.

     

    Project Details

    • Reference ID: RFQ197154
    • Department: Utilities
    • Department Head: Alan Kurotori (Director of Utilities)

    Important Dates

    • Questions Due: 2026-04-27T20:00:00.000Z

    Evaluation Criteria

    • Safety Footwear Program

      Scope of Work 

      The City of Palo Alto (the City) is soliciting bids for the purchase of safety shoes. The Blanket Purchase Order (BPO) will be for a 3-year period, with the option for a 2-year extension. The bidder(s) that provide the highest percentage discount off catalog prices may be awarded a 3-year contract. If two or more bids provide the same percentage discount and are lowest responsive bid, the City of Palo Alto may award to more than one bidder. 

       

      Introduction and General Information.  The City of Palo Alto Utilities Department, along with Public Works Department, and Community Services Department are requesting bidder(s) to provide safety footwear to the City personnel. Each fiscal year, the City will provide a safety footwear allowance for each qualifying employee to use for mobile shoe truck events, store front purchases, or online purchases. The City will issue safety footwear allowance vouchers for up to $600 for authorized employees.  

       

      Safety Footwear Allowance: The City shall pay “Only” for authorized footwear purchased by eligible employees. Any quantity or amount exceeding the authorized allowance amount, or type of footwear, will be the employee’s responsibility. The additional cost shall not be invoiced to the City. The allowance voucher may only be used for the purchase of safety footwear; it cannot be applied to accessories such as socks, laces, or other items. 

       

        

      RequirementsAll safety footwear provided under this contract must meet the minimum requirement listed below. 

       

      Category 

      Description 

      Safety Boots 

      At the minimum meet ASTM F2413-18 requirements and meet the following specifications:  

       

      • Safety toe protection  

      • Fully covered, defined heel  

      • Slip-resistant sole  

      • Minimum height of six (6) inches  

      • Oil and gas resistance 

       

      Walking Shoes 

      A durable work shoe/boot (non steel-toed) meeting the following specifications 

       

      • Ankle supporting 

      • Oil, gas and slip resistant 

      • Waterproof or water resistant 

      • Lightweight and durable  

      • Provides hard surface cushioning 

       

      Fire Boots 

      Wildland fire boots for Park Rangers 

      Climbing Boots 

      Climbing boots for Lineperson 

       

       

      Mobile Shoe Trucks.  Bidder(s) shall provide mobile shoe trucks onsite or twice a year for City employees to purchase safety footwear. Location to be determined.  

       

      Reporting and Invoicing Requirements. The bidder(s) will provide a monthly invoice. The invoice shall include but not limited to the following information.  

      • Employee’s name 

      • Employee ID  

      • Department/Division 

      • Date of purchase  

      • Model/Part Number Per Item  

      • Detailed Description of Item 

      • Quantity Purchased 

      • Size per item  

      • Price per item 

      • Discount per item 

      • Allowance amount 

      • Employee out-of-pocket amount 

      • Total amount of Sale 

       

      All invoicing shall reference Purchase Order Number listed on the voucher coupon presented. No more than one PO shall be referenced per invoice. A sample of the invoice shall be submitted with the proposal 

       

      Return of Items: The successful bidder(s) shall be responsible for properly fitting the City employees. If the City employees find the footwear does not fit properly, the supplier must exchange the footwear for another item within thirty (30) days of purchase. The bidder(s) also agrees that safety footwear ordered from a catalog or website, without being tried on, may be returned by the employee without charge if they do fit properly. 

       

       

      BID PRICING FORM 

      PURCHASE OF SAFETY SHOES 

        

      Bidders shall propose a percent discount off a referenced manufacturer’s price list for each year and shall include cost of shipping (if applicable). A copy of the referenced price list and the applicable catalogs or descriptive literature shall be enclosed with the proposal. Failure to include either the manufacturer’s price list or the applicable catalogs or descriptive literature may be deemed non-responsive. Offerors are to provide the following information with their proposal:  

       

      • Price list – For each product Brand Name being proposed  

      • Model/Part Number per item proposing  

      • Item Description • Price per item  

      • Discount % off manufacturer’s list price 

       

      Provide all labor, equipment, material, transportation and applicable taxes, profit, insurance, bonds and other overhead to perform the Services in accordance with the Scope of Work, herein.


      Bidder must provide a percentage discount off catalog prices.


      Percentage discount given off catalog price for all purchases: _______%

      The Bidder that provides the highest discount off catalog pricing may be awarded
      a contract for a 3-year term.

      Bidder must include a detailed price sheet that shows brand names, style
      numbers, and current catalog pricing. The prices listed on the price sheet must
      remain for a minimum of one year. After one year, any subsequent changes to
      the unit prices must be approved in writing by City of Palo Alto.

       

       

       

       

       

       

       

    • Quote Submittal Information

      Bids shall be submitted electronically through the City’s OpenGov portal at: https://procurement.opengov.com/portal/palo-alto-ca

      RFQ Date:April 17, 2026
      Question Submission Deadline:April 27, 2026, 1:00pm
      Quote Submission Deadline:May 11, 2026, 3:00pm
    • Submittal

      Quotes shall be submitted through the City’s electronic procurement system. A Quote which is attempted to be delivered or which is received after the stated time shall be deemed non-responsive and rejected. The Bidder shall have the sole and exclusive responsibility for ensuring that a quote is received by the time stated herein. Any Quote that is incomplete, unclear, or that fails to fully comply with the applicable requirements set forth herein, including, but not limited to, use of the forms provided by the City, may be rejected as nonresponsive.

    • Addenda/Clarifications/Questions

      Should discrepancies be found in this RFQ or should there be a need to clarify this RFQ, Questions/Clarifications must be received by no later than 1:00 pm on Monday, April 27, 2026.

      Correspondence shall be communicated through the City’s OpenGov portal within the Q&A tab. Responses from the City will be communicated through the City’s OpenGov portal to all recipients of this RFQ via addendum. Inquiries received after the date and time stated may not be accepted. All addenda shall become part of this RFQ and acknowledged through the City’s OpenGov portal. The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives.

    • Responsibility of Bidder

      A Quote shall be submitted at the sole cost and expense of the Bidder and, in submitting such quote to the City, the Bidder waives any claim or demand against the City which the Bidder may have for any direct or indirect cost or expense of preparing and submitting such Quote.

    • Bid Submittals

      Bid Form and Bidder’s Documents: Bids must be submitted though the City’s OpenGov portal. Bidder must complete all required items in full and provide signed versions of any documents required in this RFQ (collectively, the “Bidder’s Documents”). The Bidder will ensure that the information the Bidder inputs into the electronic procurement system matches the information on the Bidder’s Documents it uploads to the electronic procurement system. Any conflict or discrepancy will be resolved as provided in below in "Requirements and Order of Precedence", below, of this Section ("Bid Submittals").


      Bidder’s Questionnaire: Each Bid must be accompanied by a completed Bidder’s Questionnaire as provided in this RFQ. Submission of a Bidder’s Questionnaire containing false or incomplete information may be grounds for rejection of the Bid as non-responsive and/or disqualification of the Bidder as not responsible.


      Requirements and Order of Precedence: In the event of any conflict or discrepancy between any requirements provided in this RFQ (including but not limited to bid submittal requirements) and any requirements that may be stated in the City’s electronic procurement system, the requirements of this RFQ will control. In the event of any conflict or discrepancy between information included on (or omitted from) the Bid Form or Bidder’s Documents uploaded to the City’s electronic procurement system and any information inputted into the City’s electronic procurement system, the information included on (or omitted from) the uploaded information or Bidder’s Documents will control. For clarity, the Bidder’s Documents uploaded into the electronic procurement system constitute a Bidder’s Bid, whereas the information a Bidder inputs into the electronic procurement system is for administrative convenience and will not control over the uploaded Bidder’s Documents in event of a conflict or discrepancy. 

    • Addenda/Clarifications/Questions

      Should discrepancies be found in this RFQ or should there be a need to clarify this RFQ, Questions/Clarifications must be received by no later than 1:00 pm on Monday, April 27, 2026.

      Correspondence shall be communicated through the City’s OpenGov portal within the Q&A tab. Responses from the City will be communicated through the City’s OpenGov portal to all recipients of this RFQ via addendum. Inquiries received after the date and time stated may not be accepted. All addenda shall become part of this RFQ and acknowledged through the City’s OpenGov portal. The City shall not be responsible for nor be bound by any oral instructions, interpretations or explanations issued by the City or its representatives.

      “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.”

      Please note: If the City is unable to confirm that the bidder/contractor’s DIR registration is current, the City may disqualify the bidder in accordance with applicable law including but not limited to Labor Code section 1725.5.

    • Suspension and Debarment Status

      As applicable, the City will verify whether a contractor and its subcontractors, if any, are suspended or debarred from doing business with the federal government by searching the Excluded Parties List System (www.sam.gov). This verification process applies to contracts funded by federal grants and which are for $25,000 or more (including as well any subcontract that is for $25,000 or more). Unless an exception applies, no such federal funds may go to a person or entity that is suspended or disbarred, thus any such person or entity found to be suspended or disbarred in the check of the www.sam.gov list system will be disqualified under the Request For Quotes. 

    • Bid Authorization

      Any person logging into the electronic procurement system to submit a Bid or any other electronic document required by the City must be authorized by the company or entity being represented, either in a personal or representative capacity, to access and submit such bid documents. If the person does business under his or her own name, that person shall login under his or her own login as authorized by the City’s OpenGov portal. If the person does business under a fictitious business name, that person shall login under his or her own login as authorized by the City's OpenGov portal. If the person logins for and on behalf of a partnership, the person shall do so with his or her authority to sign/login under his or her own login as authorized by the OpenGov.

    • Withdrawal of Bid

      Prior to the date and time set for the opening of Bids, a Bidder who has submitted a bid and accepted the terms and conditions in the City’s electronic procurement system, may withdraw its bid by selecting “Unsubmit Bid” at any time before the deadline for the receipt of Bids as specified in the RFQ Summary. No Bidder may withdraw its Bid for a period of ninety (90) days after the date set for the opening of, subject to applicable California Law and Palo Alto Municipal Code Section 2.30.460(c), whichever occurs first.

    • Verification of Contractor's License

      The City will verify the status of the contractor’s license by checking the Contractor’ State License Board (www.cslb.ca.gov). The contractor's license and business must match. This verification includes information on any outstanding Board disciplinary action pending against the contractor.

    • Request(s) for Clarification

      Any Bidder may submit a Question or Inquiry to the Question & Answer section of this RFQ for the clarification of any aspect of the Specifications or any other related information, or part thereof, which is a part of the RFQ. Such request shall be submitted electronically via the City’s electronic procurement system Q&A function. Such requests shall be submitted before 1:00 pm on Monday, April 27, 2026. All responses will be made available on the City's OpenGov portal at least three (3) Business Days prior to the opening of Quotes. The City reserves the right to issue an addendum or addenda per the "Addenda" Section of the Instructions to Bidders of the RFQ.

    • Pre-Bid Conference

      A Pre-Bid Conference is not scheduled.

    • Pre-Bid Conference

      A non-mandatory Pre-Bid Conference is scheduled. The Conference shall begin promptly at NO VALUE on NO VALUE and shall be held at NO VALUE. All prospective Bidders are strongly encouraged to attend.

    • Addenda

      The City reserves the right to issue a written Addendum or Addenda to the electronic solicitation prior to the bid closing date and time. During the Bid process there may be changes to the Contract Documents, which would require an issuance of an addendum or Addenda. City disclaims any and all liability for loss, or damage to any Bidder who does not receive any addendum issued by City in connection with this RFQ. Any Bidder by submitting a Bid waives any and all claims and demands Bidder may have against City on account of the failure of delivery of any such Addendum to Bidder. Any and all Addenda issued by City shall be deemed included in this RFQ, and the provisions and instructions therein contained shall be incorporated into any Bid submitted by Bidder.

    • Specifications

      The specifications or scope of work included have been prepared to describe the standard quality, and other characteristics needed to meet City requirements. The City will accept alternate quotation of a designed material, product, thing, service, “or equal”, and will determine if such alternate quotation(s) are satisfactory in meeting a mandatory requirement or specification and if the proposed alternate meets the intent of the original mandatory requirement. The City reserves the right in its sole discretion to reject any alternate proposals that do not meet the specifications. This current section is a subsection of "Instructions to Bidders" and is not the "Specifications" section. See "Specifications/Scope of Work" section of this RFQ.

    • Pre-Bid Conference

      A mandatory Pre-Bid Conference is scheduled. The Conference shall begin promptly at NO VALUE on NO VALUE and shall be held at NO VALUE. All prospective Bidders must attend.

      Attendance. QUOTES SUBMITTED BY BIDDERS WHO FAIL TO ATTEND A MANDATORY PRE-BID CONFERENCE MAY BE DEEMED NON-RESPONSIVE.

      Contract Documents. Contract Documents are available through the City of Palo Alto's Purchasing and Contract Administration bid portal: https://procurement.opengov.com/portal/palo-alto-ca

    • Contractor's License Type

      The prime contractor for this work shall possess a valid State of California Contractor’s License in the following category or categories:

      Class: ___/____

    • Specifications

      The specifications included have been prepared to describe the standard quality, and other characteristics needed to meet City requirements. The City has standardized its requirements for TBD and will not accept alternate quotation of a designed material, product, thing, service, “or equal other that specified in the "Specifications/Scope of Work" Section of this RFQ.

    • Prevailing Wages

      This Project is not subject to prevailing wages and related requirements.  Contractor is not required to pay prevailing wages and meet related requirements under the California Labor Code and California Code of Regulations in the performance and implementation of the Project if the contract:

        1. is not a public works contract;
        2. is for a public works construction project of $25,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j); or
        3. is for a public works alteration, demolition, repair, or maintenance project of $15,000 or less, per California Labor Code Sections 1782(d)(1), 1725.5(f) and 1773.3(j).
    • Prevailing Wages

      This Project is subject to prevailing wages and related requirements as a “public works” under California Labor Code Sections 1720 et seq. and related regulations. Contractor is required to pay general prevailing wages as defined in California Labor Code Section 1773.1 and Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq., as amended from time to time. Pursuant to Labor Code Section 1773, the City has obtained the general prevailing rate of per diem wages and the general rate for holiday and overtime work in this locality for each craft, classification, or type of worker needed to execute the contract for this Project from the State of California Department of Industrial Relations (“DIR”). Copies of these rates may be obtained at the City’s Purchasing Department office. The general prevailing wage rates are also available at the DIR, Division of Labor Statistics and Research, website (see e.g. http://www.dir.ca.gov/DLSR/PWD/index.htm) as amended from time to time. Contractor shall post a copy of the general prevailing wage rates at all Project job sites and shall pay the adopted prevailing wage rates as a minimum. Contractor shall comply with all applicable provisions of Division 2, Part 7, Chapter 1 of the California Labor Code (Labor Code Section 1720 et seq.), including, but not limited to, Sections 1720, 1725.5, 1771, 1771.1, 1771.4, 1773.2, 1774, 1775, 1776, 1777.5, 1782, 1810, 1813 and 1815, and all applicable implementing regulations, including but not limited to Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq. (8 CCR Section 16000 et seq.), as amended from time to time.

    • DIR Registration and Other Requirements

      General Notice to Contractor

      City requires Contractor and its Subcontractors to comply with all applicable requirements of the California Labor Code including but not limited to Labor Code Sections 1720 through 1861, and all applicable related regulations, including but not limited to Subchapter 3, Title 8 of the California Code of Regulations Section 16000 et seq., as amended from time to time. Additional information regarding public works and prevailing wage requirements is available on the DIR website (see e.g. http://www.dir.ca.gov) as amended from time to time.

       

      Labor Code Section 1771.1(a)

      City provides notice to Contractor of the requirements of California Labor Code section 1771.1(a), which reads:

      “A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or Section 10164 or 20103.5 of the Public Contract Code, provided the contactor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.”

       

      DIR Registration Required

      City will not accept a bid proposal from or enter into this Construction Contract with Contractor without proof that Contractor and its Subcontractors are registered with the California Department of Industrial Relations (“DIR”) to perform public work, subject to limited exceptions.

       

      Posting of Job Site Notices; Compliance Monitoring

      City gives notice to Contractor and its Subcontractors that Contractor is required to post all job site notices prescribed by law or regulation and Contractor is subject to compliance monitoring and enforcement by DIR.

    • Certified Payroll

      Contractor shall furnish certified payroll records directly to the Labor Commissioner (DIR) in accordance with Subchapter 3, Title 8 of the California Code of Regulations Section 16461 (8 CCR Section 16461).

      City requires Contractor and its Subcontractors to comply with the requirements of Labor Code section 1776, including but not limited to:

            1. Keep accurate payroll records, 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, respectively, Contractor and its Subcontractors, in connection with the Project.
            2. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of Contractor and its Subcontractors, respectively.
            3. At the request of City, acting by its Project Manager, Contractor and its Subcontractors shall make the certified payroll records available for inspection or furnished upon request to the City’s Project Manager within ten (10) days of receipt of City’s request.
            4. If the certified payroll records are not provided as required within the 10-day period, then Contractor and its Subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and City shall withhold the sum total of penalties from the progress payment(s) then due and payable to Contractor. This provision supplements the provisions of Section 15 hereof.
            5. Inform the City’s Project Manager of the location of Contractor’s and its Subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the City’s Project Manager within five (5) business days of any change of location of those payroll records.
    • Certified Payroll

      Contractor shall furnish certified payroll records directly to the Labor Commissioner (DIR) in accordance with Subchapter 3, Title 8 of the California Code of Regulations Section 16461 (8 CCR Section 16461).

      City requires Contractor and its Subcontractors to comply with the requirements of Labor Code section 1776, including but not limited to:

            1. Keep accurate payroll records, 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, respectively, Contractor and its Subcontractors, in connection with the Project.
            2. The payroll records shall be verified as true and correct and shall be certified and made available for inspection at all reasonable hours at the principal office of Contractor and its Subcontractors, respectively.
            3. City requests Contractor and its Subcontractors to submit the certified payroll records to the City’s Project Manager at the end of each week during the Project.
            4. If the certified payroll records are not provided as required, then Contractor and its Subcontractors shall be subject to a penalty of one hundred dollars ($100.00) per calendar day, or portion thereof, for each worker, and City shall withhold the sum total of penalties from the progress payment(s) then due and payable to Contractor. This provision supplements the provisions of Section 15 hereof.
            5. Inform the City’s Project Manager of the location of Contractor’s and its Subcontractors’ payroll records (street address, city and county) at the commencement of the Project, and also provide notice to the City’s Project Manager within five (5) business days of any change of location of those payroll records.
    • Employment of Apprentices

      Contractor shall comply with the statutory requirements regarding employment of apprentices including without limitation Labor Code Section 1777.5. The statutory provisions will be enforced for penalties for failure to pay prevailing wages and for failure to comply with wage and hour laws.

    • Opening of Bids

      Electronic Opening

      All Bidders and members of the public may view bid results in the electronic procurement system after bid closing. The City reserves the right to change the originally scheduled Bid date and time to a later date and time by issuing an electronic Addendum to that effect. Any and all Quotes received by the City on or before the deadline shall be accepted by the electronic procurement system on the date scheduled for the due date.

    • Contract Award

      Subject to the conditions of this RFQ, the City will award the contract, if an award is made, to the lowest responsive and responsible Bidder. In determining whether the Bidder is responsible, the City will use the criteria set forth in Palo Alto Municipal Code Section 2.30.440, as set forth below:

        1. To have demonstrated the attribute of trustworthiness, and to have the quality, fitness, capacity, experience, and skill to satisfactorily perform the work, or provide the goods and/or services called for in the request for quotes;
        2. To have the ability to perform the contract within the time specified;
        3. To have the equipment, facilities and resources of such capacity and location to enable the bidder to perform the contract;
        4. To have the ability to provide, as required, future maintenance, repair, parts and service for the use of goods purchased;
        5. To have a record of satisfactory or better performance under prior contracts with the city or others; and
        6. To have complied with applicable laws, regulations, policies (including city policies), guidelines and orders governing prior or existing contracts performed by the bidder.
    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule.  This total is being used for the purpose of determining the lowest bid.

      The lowest Bid shall be the lowest total of the Base Bid prices for year 1 (Table A) , year 2 (Table B) and year 3 (Table C). Year 2 and Year 3 specifically identify in this RFQ as being used for the purpose of determining the Bid price. For purposes of this section, the Bid for additional year two and three are used for determining the Bid price are Year 2 and Year 3, Bid Tables #      .

    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid.

      The lowest Bid hall be the lowest total of the Base Bid prices for year 1 (Table A) , year 2 (Table B) and year 3 (Table C). Year 2 and Year 3 specifically identify in this RFQ as being used for the purpose of determining the Bid price. For purposes of this section, the Bid for additional year two and three are used for determining the Bid price are Year 2 and Year 3, Bid Tables # _______ and with the delivery requirement of ______.

    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid.

      The lowest bid shall be the lowest Base Bid (Table A) without consideration of the prices on for years 2 and years 3.

      Provide all labor, equipment, material, transportation and applicable taxes, profit, insurance, bonds and other overhead to perform the Services in accordance with the Scope of Work, herein.

      Bidder must provide a percentage discount off catalog prices.

      Percentage discount given off catalog price for all purchases: _______%

      The Bidder that provides the highest discount off catalog pricing may be awarded
      a contract for a 3-year term.

      Bidder must include a detailed price sheet that shows brand names, style
      numbers, and current catalog pricing. The prices listed on the price sheet must
      remain for a minimum of one year. After one year, any subsequent changes to
      the unit prices must be approved in writing by City of Palo Alto.

    • Determination of Lowest Bid

      The lowest bid shall be the lowest total of the bid prices quoted on the Bid Schedule. This total is being used for the purpose of determining the lowest bid.

       

    • Waiver of Minor Irregularities

      The City may exercise its discretion to waive minor irregularities, defects or informalities in the Bids/Quotes, so long as the waiver would not affect the amount of the Bid or give the Bidder an advantage over others.

    • Bid Discrepancies

      In the case of a discrepancy between a written amount and the corresponding figures, the written amount shall govern. In the case of a discrepancy between an item price and the corresponding unit price multiplied by the corresponding estimated quantity, the unit price multiplied by the estimated quantity shall govern. In the case of discrepancy between the actual arithmetic total of all items and the total stated by the Bidder, the actual arithmetic total shall govern.

    • Award of Contract and Rejection of Bids

      Decision to Award
      A contract may be awarded to the lowest responsible bidder. The City reserves the right to award more than one Contract with respect to the RFQ.

      Decision to Reject
      The City reserves the unfettered right to reject all Quotations for any reason or for no reason, to re-advertise an RFQ, or to cancel an RFQ. The City reserves the right to reject as non-responsive any Quotation which is incomplete, modified, unsigned, or illegible or which is not otherwise submitted in accordance with the requirements of this RFQ.

    • Certification of Nondiscrimination

      By submitting a quotation, the Bidder certifies that: in the performance of the Contract, if awarded, it shall not discriminate in the employment of any person due to the race, skin color, gender, gender identity, age, religion, disability, national origin, ancestry, sexual orientation, pregnancy, genetic information or condition, housing status, marital status, familial status, weight or height of such person; and further certifies that it is in compliance with all Federal, State and local laws, regulations, rules, directives and executive orders regarding nondiscrimination in employment.

    • Exceptions

      To the specifications, scope of work, General Services Agreement or requirements issued must be itemized and justified in writing and included with proposals or quotations submitted.

    • Performance, Payment Surety Bonds

      Within ten (10) business days of issuance of the Notice of Award, the selected Bidder shall furnish City a Performance Surety Bond, and Payment Surety Bond. Both bonds shall be in the amount of 100% of the Contract Sum, and in accordance with requirements contained in the General Conditions of this RFQ.

    • Liquidated Damages

      Pursuant to Public Contract Code Section 7203, if Contractor fails to achieve Final Completion of the entire Work within the Contract Time, including any approved extensions thereto, City may assess liquidated damages on a daily basis for each day of Unexcused Delay in achieving Final Completion, based on the amount of five hundred dollars ($500) per day, or as otherwise specified in the Special Provisions. Liquidated damages may also be separately assessed for failure to meet milestones specified elsewhere in the Contract Documents, regardless of impact on the time for achieving Final Completion. The assessment of liquidated damages is not a penalty but considered to be a reasonable estimate of the amount of damages City will suffer by delay in completion of the Work. The City is entitled to setoff the amount of liquidated damages assessed against any payments otherwise due to Contractor, including, but not limited to, setoff against release of retention. If the total amount of liquidated damages assessed exceeds the amount of unreleased retention, City is entitled to recover the balance from Contractor or its sureties. Occupancy or use of the Project in whole or in part prior to Final Completion, shall not operate as a waiver of City’s right to assess liquidated damages.

    • Insurance Requirements

      The Bidder awarded the Contract must, for the term of the Contract obtain and maintain insurance with the coverage specified the attachment regarding Insurance Requirements , provided by companies with AM Best’s key rating of A-:VII, or higher, which are licensed or authorized to transact insurance business in the state of California.

    Submission Requirements

    • Company Type (required)

      Please indicate that which most closely reflects the type for your company.

    • Head Office Location (required)

      Please specify where your head office is located.

    • California Offices (required)

      Please specify, if there are any, where your California offices are located.

    • Years of Experience Under Current Business Name (required)

      How many years have you (or your company) done business under the name being used to submit?

    • Years of Similar Experience (required)

      How many years of experience similar to work or services covered in this RFQ?

    • References (required)

      Please provide relevant references of similar projects satisfactorily completed in the last three (3) years.

      For each reference, please provide the following:

      • Company Name
      • Company Address
      • Contact Individual Name
      • Contact Phone Number
      • Contact Email Address
      • Date of Completion of Project or Service
      • Contract Amount
    • Previous Work for City of Palo Alto (required)

      Have you (or your company) previously worked for the City of Palo Alto?

    • Previous Work for City of Palo Alto (continued) (required)

      You have indicated that you (or your company) have previously worked for the City of Palo Alto.

      Please provide the Position Title you held, the Department in which you worked, Start and End Dates and indicate if you were Full Time or Part Time or worked as a Consultant or indicate some other type of business relationship that applied.

    • Plants, Facilities, and Equipment (required)

      Please provide a list of the plant(s), and/or facilities, and equipment owned by the Bidder which are available for use in connection with the proposed work as may be required herein.

      For each item item on the list, please provide the following:

      • Quantity
      • Name, Type, Model, Capacity of Item, Facility or Equipment
      • Condition
      • Location
    • Management Staff (required)

      Please provide a list of the Bidder's management staff who will manage the proposed work or service.

      For each staff member, please be sure to provide the following:

      • Full Name
      • Field of Expertise
      • Capabilities
      • Relevant Experience
    • California Contractor's License (required)

      Please enter the California Contractor's License Number for your company.

    • DIR Registration (required)

      Enter your California Department of Industrial Relations (DIR) Contractor Registration Number.

      Please Note:
      If the City is unable to confirm that the bidder/contractor’s DIR registration is current, the City must disqualify the bidder, as required by Labor Code section 1725.5.

    • System for Award Management (SAM) Verification (required)

      Unless an exception applies, no federal funds may go to a person or entity that is suspended or disbarred. Verification of this is provided through www.sam.gov. As part of your submittal please upload verification provided by SAM.gov.

    • Quote Documents Upload (required)

      Please upload your documents here. This includes warranty information and any other documentation you are uploading as a part of your quote.

    • Separate Pricing Sheet (required)

      Confirm that your pricing information is not attached in your Bid and is attached separately here.

      Provide all labor, equipment, material, transportation and applicable taxes, profit, insurance, bonds and other overhead to perform the Services in accordance with the Scope of Work, herein.
      Bidder must provide a percentage discount off catalog prices.


      Percentage discount given off catalog price for all purchases: _______%
      The Bidder that provides the highest discount off catalog pricing may be awarded a contract for a 3-year term.

      Bidder must include a detailed price sheet that shows brand names, style numbers, and current catalog pricing. The prices listed on the price sheet must remain for a minimum of one year. After one year, any subsequent changes to the unit prices must be approved in writing by City of Palo Alto.

       

    • Additional Information

      This file upload is for any sections or questions or responses of yours that indicated to provide additional information. Please provide all information by uploading a file here with all required information or your bid may be deemed incomplete and as such non-responsive.

    • Bidder Acknowledgement (required)

      In response to this Request for Quotation (RFQ), the undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any other person, firm or corporation; that the Bidder has carefully examined the specifications herein referred to; and the Bidder proposes and agrees, if this Bid is accepted, that the Bidder will contract with the City of Palo Alto (City), to provide all necessary materials, and furnish the specified requirements in this RFQ, in the manner herein prescribed and at the prices stated in the Bid.

    • Confirmation of Information (required)

      The undersigned certifies under penalty of perjury under the laws of the State of California that all of the answers and responses to all questions and requested information within the Bidder's Questionnaire are true and correct.

      *The individual confirming represents and warrants that he or she has the legal capacity and authority to bind the bidder/party submitting the Bid.

    • Division (required)

      What Division of the Department owns this project?

      NOTE: Do NOT enter the word "Division" with your entry. If you intend for the procurement to state "Engineering Division" then simply type "Engineering".

    • Term of Agreement (required)

      When will the initial agreement or pricing expire? For many months do you wish for the initial agreement to last? 

      EXAMPLE (if two years):
      two (2) years

      EXAMPLE (if 1 year or 12 months):
      twelve (12) months

    • Alternate or Equal (required)

      Would you like to allow vendors to submit information for alternate quotation of a designed material, product, thing, service, “or equal”?

    • Brief Description of Desired Service(s) (required)

      Please provide a brief description of service(s) intended from this RFQ. Specifically fill in the blank.

      Example:
      The City has standardized its requirements for ____________ and will not accept alternate quotation of a designed material, product, thing, service, “or equal other that specified in the "Specifications/Scope of Work" Section of this RFQ.

    • Pre-Bid/Proposal?

      Will there be a pre-bid/proposal meeting or conference scheduled for this solicitation?

    • Pre-Bid/Proposal Attendance

      Since you have indicated there will be a pre-bid/proposal meeting or conference, will attendance be mandatory or non-mandatory?

      Please note that mandatory attendance requires all those submitting a bid or proposal to attend and those not in attendance will be unable to submit a responsive bid or proposal.

    • Federal Funding (required)

      Will funding used for this service include federal funding of $25,000 or more?

    • Determination of Lowest Bid (required)

      How do you wish to determine the lowest bid for this procurement?

    • Delivery Requirement to Determine Low Bid (required)

      Since you have indicated that there is a delivery requirement that will factor into determining the low bid, what is this delivery requirement? Please provide text to fill in the blank and only the blank.

      How it will appear:
      Basis for award will be... and with delivery requirement of <your text here>.

      NOTE: Do not enter a "period" at the end of your requirement. It will automatically be added later.

    • Contractors License (required)

      Will the work under this contract/agreement require the prime to hold a contractor's license?

    • Prevailing Wage (required)

      Will prevailing wage requirements apply to this project?

    • Certified Payroll Frequency (required)

      Would you like to check Certified Payroll Records weekly rather than within 10 days of a given request?

    • Payment and Performance Bonds (required)

      Will this agreement require payment and performance bonds?

    • Liquidated Damages (required)

      Will this agreement include liquidated damages?

    • Liquidated Damages Amount (required)

      State the liquidated damages for this project using the following format:

      "dollar amount written" dollars ($"dollar number")

      Example:
      five hundred dollars ($500)

    • Electronic Line Items (required)

      Would you like to have bidders respond to an electronic pricing table instead of uploading a separate sheet or series of pricing sheets?

    • Separate Pricing Sheet (required)

      Do you wish to have receive pricing separate from the rest of the quote documents? This does not include pricing obtained through the electronic pricing table, this is specific to bidders having to upload a separate cost/pricing document.

    • Multi-Year Contract (required)

      Is this request expected to result in a multi-year contract? If so, how many years? Or is this a one time contract? Or would you like to specify some other answer? If you select "Other", please specify in follow-up question.

    • Multi-Year Contract ("Other") (required)

      When asked if this was a multi-year contract, you selected "Other". Please specify here.

    Questions & Answers

    Q (Mobile Boot Truck): Is the availability of a mobile boot truck a requirement? If not available, will the bidder still be considered if all other requirements are met?

    A: Yes, the bidder must provide a mobile boot truck to be considered part of the award.


    Key dates

    1. April 17, 2026Published
    2. May 11, 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.