SLED Opportunity · WASHINGTON · CITY OF SEATTLE

    Security Services for the Seattle Parks and Recreation Department

    Issued by City of Seattle
    cityInvitation To BidCity of SeattleSol. 139403
    Closed
    STATUS
    Closed
    due Mar 27, 2026
    PUBLISHED
    Feb 20, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    561612
    AI-classified industry

    AI Summary

    The City of Seattle seeks multiple vendors to provide unarmed and optionally armed security services for parks and recreation facilities, including gate and bathroom locking, mobile patrols, event security, and emergency services.

    Opportunity details

    Solicitation No.
    139403
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    city
    Published Date
    February 20, 2026
    Due Date
    March 27, 2026
    NAICS Code
    561612AI guide
    Jurisdiction
    City of Seattle
    Agency
    City of Seattle

    Description

    The City of Seattle Parks and Recreation Department (SPR) operates and maintains public parks, community centers, and recreation facilities across the City of Seattle. SPR is seeking security services, including but not limited to: unlocking/locking gates at various City of Seattle parks and facilities, unlocking/locking comfort stations (restrooms), providing mobile security patrols, and on occasion, providing overnight security for special events/programs, ad hoc park security services at festivals, and supplemental emergency/disaster security services.

    This solicitation seeks qualified vendors for two bodies of work:

    • Scope #1: routine locking and unlocking of gates and comfort stations/restrooms for all City Parks.
    • Scope #2: armed and/or unarmed security services for special events and emergency situations. 

    Vendors may elect to bid on Scope #1 and/or Scope #2. Vendors electing to bid on Scope #2 may bid on unarmed and/or armed security services.

    Background

    The Seattle Parks and Recreation Department currently has contract #0000000004788 in place for these services. The SPR spent approximately $250,000 on services to date in 2025.

    Project Details

    • Reference ID: PR0-6531
    • Department: FAS - Purchasing
    • Department Head: Presley Palmer (Division Director)

    Important Dates

    • Questions Due: 2026-04-03T22:00:55.550Z
    • Pre-Proposal Meeting: 2026-03-03T21:00:06.099Z — Join the meeting on TEAMS https://teams.microsoft.com/meet/29523272118354?p=xRUAGfMOYYenp7DJfG Meeting ID: 295 232 721 183 54 Passcode: rw74Vc6P Dial in by phone +1 206-686-8357,,448476055# United States, Seattle Find a local number Phone conference ID: 448 476 055# Join on a video conferencing device Tenant key: seattle@m.webex.com Video ID: 116 785 631 5

    Addenda

    • Addendum #1 (released 2026-03-18T20:36:29.833Z) —
      The question‑submission period has been extended by two weeks to provide the City with additional time to finalize responses. The bid closing date has been extended accordingly.

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

    • Addendum #2 (released 2026-03-30T22:25:44.635Z) —

      The City has amended the solicitation to: 

      1.) Divide the scope into two bodies of work referred to as Scope #1 and Scope #2.

      • Scope #1 is the locking and unlocking of the gates and comfort stations/restrooms for all City Parks. The City intends to award one contract for this scope. 
      • Scope #2 is for security services for Special events and emergency services. The City intends to award a pool of contracts for these services. 

      2.  The City has removed the City Worker Retention requirement from this solicitation. Awarded vendors will not be required to retain existing security staff. 

      3. The Bid Table for Scope #1 has been amended to:

      • Allow vendors to No Bid Scope #1.
      • Remove the request for a yearly rate for each location from Bid Table #1. 

      4. This addendum has changed the answers to Questions 6, 9, and 13. Please see updated Answers in the Question and Answers tab. 

       

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

    Evaluation Criteria

    • Overview

      The Seattle Parks and Recreation Department (SPR) is responsible for operating and maintaining public parks, community centers, and recreation facilities throughout the City of Seattle. SPR is seeking qualified Vendors to provide comprehensive security services that include, but are not limited to:

      • Locking and unlocking gates at parks and facilities (unarmed security services - Scope #1)
      • Locking and unlocking comfort stations/restrooms (unarmed security services - Scope #1)
      • Mobile security patrols (unarmed security services - Scope #2)
      • Overnight security for events and programs (as needed, and may require armed security services on rare occasions - Scope #2)
      • Ad hoc security at festivals and community events (unarmed security services - Scope #2)
      • Emergency and disaster response security services (unarmed security services as needed, and may require armed security services on rare occasions - Scope #2)

      The SPR currently has contract #0000000004788 in place for these services. The SPR spent approximately $250,000 on these services in 2025.

       

    • Green Seal Products

      Vendor shall use Green Seal, Eco Logo or other certified cleaning products as approved by the City, for cleaning and janitorial work. All Cleaning products, floor care products and other appropriate products must carry a Green Seal certification. The Bidder shall identify products the Bidder intends to use at City facilities and list them on the Offer, with a note to confirm Green Seal certification. The City has contracts with vendors who can supply Green Seal products at City contract pricing. For the list of vendors, contact the City Buyer.

    • Seattle Business Licensing and Associated Taxes

      If you have a “physical nexus” in the city, you must obtain a Seattle Business license and pay all taxes due before the Contract can be signed. A “physical nexus” means you have physical presence, such as: a building/facility in Seattle, you make sales trips into Seattle, your own company drives into Seattle for product deliveries, and/or you conduct service work in Seattle (repair, installation, service, maintenance work, on-site consulting, etc.).

      We provide a Vendor Questionnaire Form that will ask you to specify if you have “physical nexus”. All costs for any licenses, permits and Seattle Business License taxes owed shall be borne by the Vendor and not charged separately to the City.

      The apparent successful Vendor must immediately obtain the license and ensure all City taxes are current, unless exempted by City Code due to reasons such as no physical nexus. Failure to do so will cause rejection of the bid/proposal. Self-Filing: You can pay your license and taxes on-line using a credit card: https://www.filelocal-wa.gov/Default_FileLocal.aspx.

      For questions and assistance, call the License and Tax Administration office which issues business licenses and enforces licensing requirements. The general e-mail is tax@seattle.gov. The main phone is 206-684-8484. The licensing website is http://www.seattle.gov/licenses.

      The City of Seattle website allows you to apply and pay on-line with a credit card if you choose.

      If a business has extraordinary balances due on their account that would cause undue hardship to the business, the business can contact our office to request additional assistance. A weblink providing further explanation, with the application and instructions for a Seattle Business License is provided below.

      Those holding a City of Seattle Business license may be required to report and pay revenue taxes to the City. Such costs should be carefully considered by the Vendor prior to submitting your offer. When allowed by City ordinance, the City will have the right to retain amounts due at the conclusion of a contract by withholding from final invoice payments.

      The application for a Seattle Business License can be found at https://www.seattle.gov/license-and-tax-administration/business-license-tax-certificates.

    • Responsiveness and Responsibility

      Purchasing shall review submittals to determine basic responsiveness (timely submittal, all required forms submitted, etc), responsibility (minimum qualifications, equal benefit determinations, etc), WMBE Inclusion Plan, and technical minimum requirements if any (delivery date, required specifications, etc). An initial review is made after opening, however additional and more detailed reviews may be made during evaluation and before award. The review may be made of all Vendors or only as needed to determine the lowest responsive and responsible Vendor.

    • Registration into City's Procurement Portal

      f you have not previously done so, register at: https://procurement.opengov.com/portal/seattle, then subscribe to the City’s Procurement Portal. The Procurement Portal is used by City staff to identify companies for future solicitation lists and check certifications. Women- and minority-owned firms are asked to self-identify their business as such in OpenGov. Registration in the City's Procurement Portal is required to submit a response to this solicitation.

    • No Gifts and Gratuities

      Vendors shall not directly or indirectly offer anything of value (such as retainers, loans, entertainment, favors, gifts, tickets, trips, bonuses, donations, special discounts, work, or meals) to any City employee, volunteer or official, if it is intended or may appear to a reasonable person to be intended to obtain or give special consideration to the Vendor. An example is giving sporting event tickets to a City employee on the evaluation team of a bid you plan to submit. The definition of what a “benefit” would be is broad and could include not only awarding a contract but also the administration of the contract or evaluating contract performance. The rule works both ways, as it also prohibits City employees from soliciting items of value from vendors. Promotional items worth less than $25 may be distributed by the vendor to City employees if the Vendor uses the items as routine and standard promotions for the business.

    • Rebate

      The City requires a 3% rebate from the successful vendor(s). The rebate shall be 3% of total money spent by the City with the vendor each year. If the vendor agrees to Interlocal Agreement Sales on the Offer Form, sales conducted within this contract authority to other jurisdictions shall also incur the 3% rebate which shall be calculated and paid to the City of Seattle, unless the City instructs the vendor otherwise through written notice. The total rebate due to the City shall be paid in check to the City of Seattle, Department of Finance and Administrative Services (FAS), Attn: Accounting – Purchasing Rebates, PO Box 94689, Seattle WA 98124-4689. Send a “copy” of the rebate check with any supporting documents to PO Box 94687, Seattle WA 98124-4687. For the first year, rebates will be made for total payments made to the Vendor under this Contract, starting from Contract award to June 30. For every year thereafter, the rebates will be made for total payments made to the Vendor for the period starting from July 1 of each year to June 30 of the following year.

      Vendor shall track payments made by other Agencies utilizing this Contract via Interlocal Agreement on the Rebate Report embedded below. The City will provide the Vendor with a report showing the City’s payments to the Vendor for the appropriate time period. Rebates will be due 30 days from Vendor’s receipt of the City’s report.

      All monies spent between the City and the vendor are part of the rebate calculation, unless the vendor can differentiate a spend category or separate contract not associated with the contract. If the Vendor’s records conflict with the City’s reports, Vendor shall contact the buyer and provide supporting documentation which comprise of a report showing the 1) City Ordering Department/ Other Public Agency using this contract, 2) Invoice Number, 3) Date of Invoice, 4) Dollar Amount “excluding” tax, 5) Any other relevant information.  This report should also show all credits and returns made by the City Departments.

      If the rebate is late, the City reserves the right to “hold” all future invoice payments until the rebate has been issued, or to withhold the rebate amount from the next invoice payment due to the vendor.

    • The successful Vendor shall provide a Bond

      Executed by a Company included in the U. S. Department of the Treasury’s Listing of Approved Sureties (Circular 570), and is included on the Washington State Insurance Commissioner’s Authorized Insurance Company List and has a rating of A-(VII) or better in the A. M. Best’s Key Rating Guide (These materials are also accessible at https://www.fiscal.treasury.gov/fsreports/ref/suretyBnd/c570.htm).  

    • Order Desk

      Vendors must maintain a branch office. This office must be reachable by phone, text, and email, with a qualified contact person available to respond Monday through Friday, 9:00 AM to 5:00 PM, excluding City holidays. Vendors must provide 24/7 emergency dispatch or an on-call supervisor for staffing, after-hours and emergency situations.

    • Prevailing Wage Compliance

      If this contract is subject to prevailing wages, as required by RCW 39.12 (Prevailing Wages on Public Works) and RCW 49.28 (Hours of Labor) as amended or supplemented, Contractor shall be responsible for compliance by the Contractor and all subcontractors with all provisions herein. See included Terms and Conditions for more information on these requirements.

      If required, prior to issuing award the City will verify that the apparent low bidder meets the training requirements related to public works and prevailing wage by Labor & Industries per RCW 39.04.350 and chapter 39.12 RCW. Bidders are exempt from training if Bidder has been in business with active Unified Business Identifier (UBI) number for three (3) or more years AND have performed work on three (3) or more public works projects. Bidder exemption status may be verified by entering the Bidder's UBI number, selecting the Bidder's Company, and clicking on the "Public Works Requirements" drop-down menu from the following web site: https://secure.lni.wa.gov/verify/.

      Contractor is responsible for compliance by the Contractor and all subcontractors.  Any Offer must be sufficient to pay prevailing wages, and vendor costs associated with filing of Intents and Affidavits, including filing of one or multiple Intents and Affidavits as required by the Department of Labor & Industries. See included Terms and Conditions for more information on these requirements.

    • Protests and Complaints

      The City has rules to govern the rights and obligations of interested parties that desire to submit a complaint or protest to this ITB process. Please see the City website at http://www.seattle.gov/city-purchasing-and-contracting/solicitation-and-selection-protest-protocols  for these rules. Interested parties have the obligation to know of and understand these rules, and to seek clarification from the City.

    • Instructions to the Apparently Successful Vendor(s)

      The Apparently Successful Vendor(s) will receive an Intention to Award Letter from the Buyer after award decisions are made by the City. The Letter will include instructions for final submittals due prior to execution of the contract or Purchase Order. The Vendor will be expected to provide all essential documents within ten (10) business days. This includes attaining a Seattle Business License and payment of all associated taxes due and providing proper proof of insurance. If the selected Vendor fails to complete all the final submittals within the allotted ten (10) days, the City may elect to cancel the intended award and award to the next ranked Vendor, or cancel or reissue this solicitation. Cancellation of an award for failure to execute the Contract in the timeframes above may cause Bidder disqualification for future solicitations for this same or similar product/service.

    • Involvement of Current and Former City Employees

      If a Vendor has any current or former City employees, official or volunteer, working or assisting on solicitation of City business or on completion of an awarded contract, you must provide written notice to Purchasing of the current or former City official, employee or volunteer’s name. The Vendor Questionnaire within your bid documents prompts you to answer that question. You must continue to update that information to City Purchasing during the full course of the contract. The Vendor is to be aware and familiar with the Ethics Code, and educate vendor workers accordingly.

    • Communications

      All vendor communications concerning this acquisition and evaluation must be directed only to the Buyer below. Failure to comply may cause bid rejection. Unless authorized by the Buyer, no other City official or City employee is empowered to speak for the City regarding this solicitation or resultant contract evaluation.

      Tracy Staggers
      (206) 256-5607
      tracy.staggers@seattle.gov

    • Alternatively, the successful Vendor may provide a Letter of Credit

      Executed by a Banking Institution provided a Moody’s Bank Rating of B or better. The Bond or Letter of Credit is required at Contract signature and returned to the City. The City does not intend to execute the Contract until the proper and approved form of the Bond or Letter of Credit has been accepted by the City.

    • Specifications

      Before tabulating price, the City evaluates Vendor compliance with specifications and bid requirements.

    • Environmental Standards

      Unless notified otherwise by the Vendor, products bid will be compliant to USEPA Standards published by the USEPA, unless specified otherwise.

      See USEPA Standards at: https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.

    • State Business Licensing and associated taxes

      Before the contract is signed, provide the State of Washington business license (a State “Unified Business Identifier” known as a UBI Number). If the State of Washington has exempted your business from State licensing (some foreign companies are exempt and sometimes, the State waives licensing because the company does not have a physical presence in the State), then submit proof of that exemption to the City. All costs for any licenses, permits and associated tax payments due to the State because of licensing shall be borne by the Vendor and not charged separately to the City.

      Instructions and applications are at http://bls.dor.wa.gov/file.aspx.

    • Adequate Inventory and Response Times

      Vendors must provide 24/7 emergency dispatch or an on-call supervisor for staffing, after-hours and emergency situations.

    • Federal Davis-Bacon Act

      If this work has federal funding, this contract is subject to prevailing wage requirements for the State (RCW Chapter 39.12) and federal (Davis-Bacon and related acts), for any applicable wage category. The Contractor and every Subcontractor shall then pay the greater between State Prevailing Wages or federal Davis Bacon wages, on a classification-by-classification basis. Contractors are required to pay wages not less than once a week. See included Terms and Conditions for more information on these requirements.

    • General Vendor Personnel Requirements - Scopes #1 and #2

      Vendors must provide well-trained, professional, and courteous security personnel for coverage at parks, community centers, and comfort stations. Vendors shall provide unarmed security services. Vendors offering armed officers shall provide armed security services only when requested.

      Security Personnel

      Vendor must ensure their personnel have:

      • Legal authorization to work in the United States
      • Proficiency in English (verbal and written communication)
      • Valid First Aid and CPR certification (at vendor’s expense)
      • Clean, professional appearance and adherence to the Vendor's uniform standards
      • Valid, visible photo identification while on duty
      • Earned a high school diploma or GED
      • Compliance with RCW 18.170 - Security Guards 

      Training

      Vendor must cover:

      • Safety procedures and hazard identification
      • Review of SPR facilities with SPR Security Manager to understand security needs 
      • Public/customer service and conflict de-escalation
      • Emergency procedures, including CPR, AED, fire safety
      • Reporting, documentation, and communication skills
      • Rules of conduct, grooming standards, and use of force limitations
      • WAC 308-18 - Private security guard companies and private security guards 

      Background Check Requirements
      Vendors must conduct comprehensive pre-employment background checks on all assigned personnel. Individuals with the following may not be assigned to City accounts:

      • Felony convictions
      • Convictions related to substance abuse
      • Misdemeanor convictions for violent crimes, theft, or crimes of moral turpitude
      • Gang affiliations
      • Excessive arrests without convictions
      • Current or pending criminal investigations

      Physical & Mental Capability Requirements
      Security personnel must meet the following (not physician-verified at hire unless performance indicates otherwise):

      • Distinguish primary colors
      • Corrected vision: 20/40 (distance), 13–16 inches (near)
      • Hearing loss not exceeding 20 dB at 500–3000 cps (hearing aids permitted)
      • Adequate physical mobility and coordination, including the ability to climb ladders
      • Able to stand/walk entire shift, lift up to 50 lbs, and run short distances

      SPR may require medical examination if performance concerns arise.

      Conduct Expectations
      Security personnel must:

      • Act professionally and courteously with staff and the public
      • Exercise personal safety and avoid escalation of conflict
      • Be polite, cooperative, and professional at all times
      • Respond to subpoenas related to SPR assignments
      • Maintain awareness of political and cultural sensitivities in public settings
      • Stay alert and focused on duties—no reading, use of personal devices, or entertainment while on duty
      • Abstain from tobacco/nicotine/intoxicant use while on duty or on City property
      • Wear valid photo ID at all times

      Personnel Management
      Vendors must:

      • Maintain a reserve pool of trained personnel to ensure full coverage
      • Notify SPR Security Manager within 24 hours of any personnel changes to SPR account
      • Ensure equipment and supplies are sufficient for duties assigned
      • Personnel must be removed immediately upon SPR request
    • Brand Name or Approved Equal

      The manufacturer and model listed indicate a standard of performance acceptable to the City. Any alternate items proposed must meet or exceed the specifications of the equipment in both published specifications and actual performance. Alternates will not be considered for those items marked “No Substitutions.” Any alternate item proposed is subject to acceptance at the sole opinion of the City. Such determinations are not subject to protest, and remain the sole discretion of the City. If you intend to submit an “Approved Equal” product, you must present sufficiently clear and detailed materials, product specification sheets, manufacturer materials, or other evidence that the product is an “Approved Equal” to the brand stated. See the Evaluation Section for further detail about “Approved Equal” determinations.

    • Prevailing Wage Rates

      As part of your response to this ITB, you will be asked to provide Prevailing Wage Rates for King County & Benefit Code Key with the effective date: Thursday, April 16, 2026.

      To receive prevailing wage rates you may go to the following:

    • Contract Workers with over 1,000 Hours

      The Ethics Code has been amended to apply to vendor company workers that perform over 1,000 cumulative hours on any City contract during any 12-month period. Any such vendor company employee covered by the Ethics Code must abide by the City Ethics Code. The Vendor is to be aware and familiar with the Ethics Code, and educate vendor workers accordingly.

    • Permits

      All permits required to perform work must be supplied by the Vendor at no additional cost to the City.

    • PBT Free Specification - Persistent Bioaccumulative Toxic (PBT) Chemicals – Mercury, Dioxin, PCB, PBDE, Lead, PVC and other

      The City of Seattle adopted Resolution #30487 in 2002 which requires City Purchasing differentiate products that contain PBT chemicals and that release PBT chemicals during production or disposal, from those products that do not, and requires City Purchasing reduce acquisition of products that contain or release PBT chemicals. This includes mercury, dioxin, PCB, PBDE (polybrominated diphenyl ethers, i.e. flame retardants), and others identified by the State of Washington, Department of Ecology see https://ecology.wa.gov/Waste-Toxics/Reducing-toxic-chemicals/Addressing-priority-toxic-chemicals.
      If a Bidder has a product that contains or releases any PBT materials, Bidder must immediately notify the City Buyer. Should the City determine there is no reasonable or economically feasible substitute, the City may amend allow for, or provide a maximum of 10% preference for, products that include or release the least PBT chemical practical. The City may reject Bids with PBT materials. Additional information is at: http://www.ecy.wa.gov/toxhaz.html.  The City Council Resolution is here: http://clerk.seattle.gov/search/resolutions/30487 

    • Pick-up Option

      City employees may pick up orders at the Vendor location. Vendor shall require a City ID and the employee’s Washington Driver’s license, City shop assignment and City equipment number when placing and picking up an order.

    • With Solicitation Response, Vendors shall submit a Letter of Commitment from an approved surety

      This Letter of Commitment is a letter that confirms the intention of an appropriate surety to provide a bond should the company receive an award. This letter does not supply the bond but expresses that the surety can provide a qualified bond should an award be given.

      This Letter of Commitment may be for a Contract Bond. The Letter shall be from a qualified Bond Agency as specified above and shall confirm the willingness of the Bond Agency to provide a bond at 100% of the contract value that meets the form and requirements of the City Bond Form, should the vendor win award.

      Alternatively, the City will accept a Letter of Commitment for a Letter of Credit. The Letter of Commitment shall be from a qualified Banking Institution as specified above and confirm the willingness of the Banking Institution to provide a Letter of Credit in 100% of the contract value, should the Vendor win the award.

    • No Substitutions

      The City requires the brand name as specified and will not allow substitute products.

    • Pricing

      Items on price sheets shall then be calculated for award. For Scope #1 - daily and weekly rates for all locations will be totaled to determine lowest bidder. For Scope #2 - hourly rates will be multiplied by the number of units and then totaled to determine lowest bidder(s). 

    • Final Submittals Prior to Award

      The Vendor(s) should anticipate that the Letter will require at least the following. Vendors are encouraged to prepare these documents when possible, to eliminate risks of late compliance. 

        1. Ensure Seattle Business License is current and all taxes due have been paid.
        2. Ensure the company has a current State of Washington Business License.
        3. Supply Evidence of Insurance to the City Insurance Broker if applicable
        4. Special Licenses (if any)
        5. Proof of certified dealer status (if applicable)
        6. Intent to Pay Prevailing Wage Online Registration (if applicable) for Prime and all Subcontractors
        7. Contract Bond (if applicable)
        8. Supply a Taxpayer Identification Number and W-9 Form
    • Pre-Bid Conference

      The City shall conduct a Non-Mandatory Pre-Bid Conference virtually using the information below. Vendors need not attend to be eligible to submit a Bid. The meeting answers questions potential Vendors may have regarding the solicitation document and to discuss and clarify issues. This is an opportunity for Vendors to raise concerns regarding specifications, terms, conditions, and any requirements of this solicitation. Failure to raise concerns over any issues at this opportunity will be a consideration in any protest filed regarding such items known as of this pre-bid conference.

      The Non-Mandatory Pre-Bid Conference will be held at 1:00 pm, on Tuesday, March 3, 2026. Please use this link to get on the meeting: Join the meeting on TEAMS https://teams.microsoft.com/meet/29523272118354?p=xRUAGfMOYYenp7DJfG Meeting ID: 295 232 721 183 54 Passcode: rw74Vc6P Dial in by phone +1 206-686-8357,,448476055# United States, Seattle Find a local number Phone conference ID: 448 476 055# Join on a video conferencing device Tenant key: seattle@m.webex.com Video ID: 116 785 631 5.

    • Purpose and Background

      The City of Seattle Parks and Recreation Department (SPR) operates and maintains public parks, community centers, and recreation facilities across the City of Seattle. SPR is seeking security services, including but not limited to: unlocking/locking gates at various City of Seattle parks and facilities, unlocking/locking comfort stations (restrooms), providing mobile security patrols, and on occasion, providing overnight security for special events/programs, ad hoc park security services at festivals, and supplemental emergency/disaster security services.

      This solicitation seeks qualified vendors for two bodies of work:

      • Scope #1: routine locking and unlocking of gates and comfort stations/restrooms for all City Parks.
      • Scope #2: armed and/or unarmed security services for special events and emergency situations. 

      Vendors may elect to bid on Scope #1 and/or Scope #2. Vendors electing to bid on Scope #2 may bid on unarmed and/or armed security services.

    • Pre-Bid Conference

      The City shall conduct a Mandatory Pre-Bid Conference virtually using the information below. Vendors must attend to be eligible to submit a Bid. The meeting answers questions potential Vendors may have regarding the solicitation document and to discuss and clarify issues. This is an opportunity for Vendors to raise concerns regarding specifications, terms, conditions, and any requirements of this solicitation. Failure to raise concerns over any issues at this opportunity will be a consideration in any protest filed regarding such items known as of this pre-bid conference.

      The Mandatory Pre-Bid Conference will be held at 1:00 pm, on Tuesday, March 3, 2026. Please use this link to get on the meeting: Join the meeting on TEAMS https://teams.microsoft.com/meet/29523272118354?p=xRUAGfMOYYenp7DJfG Meeting ID: 295 232 721 183 54 Passcode: rw74Vc6P Dial in by phone +1 206-686-8357,,448476055# United States, Seattle Find a local number Phone conference ID: 448 476 055# Join on a video conferencing device Tenant key: seattle@m.webex.com Video ID: 116 785 631 5.

    • Taxpayer Identification Number and W-9

      Unless the apparently successful Vendor has already submitted a fully executed Taxpayer Identification Number and Certification Request Form (W-9) to the City, the apparently successful Vendor must execute and submit this form prior to the contract execution date.

    • Delivery Option

      The Vendor shall provide a delivery service for routine orders. The Vendor will pick up or deliver products to the City location specified. There will be no charge for delivery, unless specified in the Bid.

    • Optional Coverage Amounts

      The City may request Vendors to provide pricing options for the Bond or Credit Coverage. The City reserves the option to execute a bond for the pricing option selected by the City prior to execution of the contract. The Letter of Commitment shall still be for the entire estimated value of the Contract; however, the City would reserve the right to execute a contract selecting a value less than 100%.

    • No Conflict of Interest

      Vendor (including officer, director, trustee, partner or employee) must not have a business interest or a close family or domestic relationship with any City official, officer or employee who was, is, or will be involved in selection, negotiation, drafting, signing, administration or evaluating Vendor performance. The City shall make sole determination as to compliance. 

    • Prompt Payment Discount

      The City will calculate and reduce the pricing submitted by applying any prompt payment discounts.

    • Vehicle Specialty Licenses

      A vehicle specialty license from the State of Washington is required to be eligible to bid for any contract. This license is required for: purchase or sale of new or used cars, trucks, and/or motorhomes at retail or wholesale, and Auctioneers selling titled vehicles. The State of Washington requires a Vessel Dealer License for each business location that sells, at retail or wholesale, any watercraft designed for either motor or wind propulsion, or 16 feet or longer in length, even if unpowered. Instructions and applications can be obtained at http://www.dol.wa.gov/business/vehiclevesselmanufacturer.

    • Groundskeeping

      The scope of work for this resultant contract requires use of pesticides, and the successful Vendor must comply with WSDA’s licensing requirements for a commercial license, on or before resultant contract signature.  The City will require proof of licensing from the successful Vendor before resultant contract signature.  If the successful Vendor fails to prove compliance to the licensing requirements, the City will reject the proposal. More information can be found at https://apps.oria.wa.gov/permithandbook/permitdetail/67.

    • Vendor Equipment Requirements - Scopes #1 and #2

      Equipment Requirements

      Vendors must equip personnel with appropriate uniforms and gear including:

      • Radios, flashlights, and other required duty equipment
      • Uniforms in good repair (no rips, tears, discoloration); all personnel must be clearly identified with vendor logo (hat, jacket, shirt, trousers, and black boots). Uniforms must be in compliance with RCW 18.235 - Uniform Regulation of Business and Professions. 
      • Loudspeaker or bull horn for closure announcements

      Vendor will be responsible for any costs incurred by SPR from security personnel’s improper or careless use of any SPR equipment.

      Non-issued/non-essential items, such as beds/cots, radios, and other personal entertainment devices belonging to contract security personnel (excluding personal cell phones), should not be used while working at SPR sites.

      Vehicle Requirements

      Vendors must have a fleet of vehicles for use by security staff performing work under the Contract. Vehicles should be clearly marked for security services. All costs associated with vehicles; purchase, maintenance, licensing, branding, etc. are the responsibility of the Vendor.

       

    • Test Samples
    • Delivery/Shipping

      Materials, supplies and/or equipment must be delivered within TBD calendar days after the City has placed an order.

    • Campaign Contributions (Initiative Measure No. 122)

      Elected officials and candidates are prohibited from accepting or soliciting campaign contributions from anyone having at least $250,000 in contracts with the City in the last two years or who has paid at least $5,000 in the last 12 months to lobby the City. Please see Initiative 122, or call 206-684-8500 with questions. 

    • Local Business Tax Revenue Consideration

      SMC 20.60.106 (H) authorizes that in determining the lowest and best bid, the City shall consider the tax revenues derived by the City from its business and occupation, utility, sales and use taxes from the proposed purchase. The City will apply SMC 20.60.106(H) and calculate when the value could serve as a differentiator to determine the lowest bid. The City of Seattle’s Business and Occupation Tax rate varies according to business classification. Typically, the rate for service such as consulting and other professional services is .00415% and for retail or wholesale sales and associated services, the rate is .00215%. Only vendors that have a City of Seattle Business License and have an annual gross taxable Seattle income of $100,000 or greater, pay Business and Occupation Tax.

    • Single Award

      The City intends to award one contract and does not anticipate multiple awards. Regardless, the City reserves the right to make multiple or partial awards.

    • Contract Term

      This contract shall be for five years, with one two-year extension allowed at the option of the City. The Vendor may provide a notice to not extend, but must provide such notice to the City at least 45 days prior to the renewal date.

    • Questions

      Submit questions to the Buyer no later than 3:00 pm on Friday, April 3, 2026. The City strongly prefers that vendors use the City’s Procurement Portal at https://procurement.opengov.com/portal/seattle to submit questions. Failure to request clarification of any inadequacy, omission, or conflict will not relieve Vendor of any responsibilities herein or in any subsequent contract. The Vendor is responsible to assure they received responses to the questions if issued.

    • Landscape Management & Pesticide Free Policies

      Site planning, designing, constructing or maintaining grounds and landscapes, requires the Bidder to perform services compliant to the City’s Landscape Management and Integrated Pest Management program. The program requires strict compliance to best environmental landscape care and management practices, restricts pesticides, and requires a highly regulated set of controls. Vendors performing such services must comply with these practices and policies.

    • Changes to the ITB/Addenda

      A change may be made by the City if, in the sole judgment of the City, the change will not compromise the City’s objectives. A change will be made by formal addendum issued by the City’s Buyer, through the Procurement Portal at https://procurement.opengov.com/portal/seattle. Such Addenda shall become part of this ITB and included in the Contract. Interested Vendors are responsible to assure they received Addenda.

    • Multiple Awards

      The City expects to award contracts to more than one successful bidder.

    • Rebates

      A 3% rebate offer is required on all bids, so the rebate will not be tabulated in the calculation and tabulation as a separate factor.

    • Delivery/Shipping

      Delivery is required by TBD. Any bids received with a delivery date that exceeds this requirement will be rejected as non-responsive. Goods delivered beyond that date will be returned at vendor’s expense. Vendor agrees to deliver by this time and date.

    • Scope #1 - Site Specific Lock up Security Services (routine services)

      Gate and Parking Lot Closures

      Some SPR locations require daily security needs, like entrance or parking lot gate, locking and unlocking throughout the year.

      Lock/unlock duties follow fixed schedules and must be adhered to without variation.

      A detailed list of site specific security locations is are provided in the Attachments section of the solicitation, Attachment A.

      Park locations requiring security lock up services will change based on operating season, currently described as "peak" (April 1 - September 30) and "off peak" (October 1 - March 31) and as necessary due to park projects, programs and facility usage. A majority of the work is closing parks.

      Security officers will visually inspect the parking lot, looking for vehicles in unauthorized or closed areas, unoccupied cars, illegal encampments, unauthorized vendors, vandalism, graffiti, lighting issues and other obvious safety concerns.

      Security officers will verbally announce to the public via bullhorn or microphone that the park is about to close, vehicles may be locked inside that gate, as soon as 15 minutes after the park is closed.

      For larger parks such as Lincoln, Carkeek and Discovery parks, security officers may need to make several announcements at several locations in the park to ensure the park users can hear the announcements. The SPR Security Manager will provide direction on announcement locations after contract award.

      Once the park or parking lot is empty, except for abandoned vehicles, security officers must lock the gate.

      If vehicles are locked inside park gates they should be included in the 9am daily report including plate number, make and model.

      Comfort Station/Restroom Closures

      Security officers will unlock/lock assigned comfort stations throughout the year. A detailed list of site specific security locations is are provided in the Attachments section of the solicitation, Attachment A.

      Security officers will visually inspect the park between the parking lot and the restroom building, looking for vehicles in unauthorized or closed areas, unoccupied cars, illegal encampments, unauthorized vendors, vandalism, graffiti, lighting issues and other obvious safety concerns.

      Security officers will verbally announce the intention of closing the restroom and ask that any occupants finish what they are doing and exit the building. 

      Security officers will visually inspect the restroom, including all stalls for occupants, vandalism, graffiti, running water, and/or other issues with closing. Security officer will close and lock the facility when it is determined that there are no occupants.

      Security officers should strongly encourage occupants to leave within 10 minutes.  If an occupant refuses to leave, Security Officer will disengage, report the issue to SPD by calling 911. Security officer will then make a note that they are not able to close the comfort station and include it in the 9am report.

      Personnel performing security services under this contract are not to exercise any power of arrest.

      Coverage must be maintained for all holidays, vacations, and absences. Vendors must account for any associated overtime or premium pay in their billing rates. City-observed holidays include:

      • New Year’s Day
      • Martin Luther King Jr. Day
      • Presidents’ Day
      • Memorial Day
      • Juneteenth
      • Independence Day
      • Labor Day
      • Indigenous Peoples’ Day
      • Veterans Day
      • Thanksgiving Day & the following day
      • Christmas Day

      Site conditions vary at each location but are all public parks. Park use varies widely during the year. Parks must be locked nightly regardless of weather, park use, holiday, etc.

      Vendor will have access to public park parking lots. Vendor vehicles must not drive on park pathways unless specified, past park bollards, on park lawn area, etc. Vendor is requited to walk to restroom buildings from parking lots. This distance varies from a few feet to hundreds of feet.

      Vendors will bid on Scope #1 by providing a daily and weekly rate for each location (Items 1-40) on Bid Table #1 on the Bid Form. All overhead, including equipment, training, vehicle, fuel and vehicle maintenance, overtime, holiday and weekend costs must be included in the service rate for each location. No additional compensation or reimbursements will be given outside of the daily or weekly rate. Locations may be added or removed from requiring service at anytime. Added locations will be assigned the same price as a comparable location/facility.

      Park Hours and Closing Times

      SMC 18.12.245 states general park operating hours shall be between four (4:00) a.m. and eleven-thirty (11:30) p.m., however, some parks have different operating hours established by the Superintendent. Attachment A lists park lock/unlock hours for the parks where security services are requested. These may be subject to change at any time.

      Vendors must perform requested unlock duties within the hour before official park opening time and lock duties no later than one hour after park closing time. Any exceptions must be pre-approved by SPR Security manager.

      Locations that have recreational programs or special events will require adjustments to closing times based on schedules that will be provided by SPR.

      Key Control
      Vendors must maintain strict control of all SPR-issued keys and keycards. Duplication or unauthorized removal of keys is strictly prohibited. In the event of loss or unauthorized duplication, the Vendor will be responsible for re-keying costs, up to $100,000.

      Key Return
      All keys and keycards must be returned to SPR within 24 hours of an employee’s removal from the SPR account.

      Reporting & Documentation

      Vendors must maintain accurate records of all security activities, incidents, and personnel assignments, and provide reports as requested by the City.

      A daily report must be emailed before 9:00 AM to the SPR Security Manager. The daily report will include details from the previous day (6:00 AM to 6:00 AM). It must include: date, time of lock or unlock, location, officer, photo documentation, problems or issues encountered or observed, and comments including graffiti, damage or other issues needing repair.

      Patrol officers must report issues in a timely manner.

      Activity Notification Requirement
      Criminal activities and emergenciesCall 911, then call the SPR security manager and also include in the daily report 
      Non-emergency issues; like broken bathroom dispensers, graffiti, problems with locks, encampments, etc. Call the SPR Work Order Desk at (206) 684-7250 and include in the daily report

       

      A comprehensive monthly report must be emailed at the beginning of the following month to the SPR Security Manager. The monthly report will include date, time of lock and unlock, and location of all services provided. It should also included all emergency and non-emergency issues that occurred in the month.

       

       

       

    • No Guaranteed Contract Utilization

      The City does not guarantee utilization through any resultant contract. The solicitation may provide estimates of utilization solely to help Vendors prepare their bids and does not serve as a guarantee of usage. The City reserves the right to make multiple or partial awards, and/or to order greater or less quantities based on City needs. The City reserves the right to use other appropriate contract sources to obtain these products or services, such as State of Washington Contracts. The City may also periodically re-solicit for new additions to the Vendor pool, to invite additional Vendors to submit bids for award. Use of such supplemental contracts does not limit the right of the City to terminate existing contracts for convenience or cause.

      If the City awards multiple contracts to form a vendor pool, this ITB established competition compliant to City competitive proposal laws; the City Project Manager may place an order with any pool vendor or may solicit multiple quotes to select among the pool vendors. If departments request quotes, the Vendors must use the costs and hourly rates in the contract.

    • Scope #2 - Special Event and Emergency Security Services

      Special Event Security Services

      Vendors must have licensed and trained security officers ready for deployment within 48 hours of special event notification.

      Vendors will coordinate with SPR Security Manager to ensure appropriate staffing of security for special events.

      Special events, which may include, but are not be limited to, the following:

      • 4th of July (locations for this event are found in the Attachments section, Attachment B.
      • Annual Big Day of Play (for information on this event, visit the website at Big Day of Play - Parks | seattle.gov)
      • Fire watches
      • Emergency Shelters
      • After hours meetings
      • Building watches
      • Event staffing
      • Political events
      • Protests
      • Social service events 

      On day of the special event, Vendor will check in with the SPR Site Leader for specific instructions.

      Special event security services may include:

      • Site security at parks, community centers, shelters, or staging areas
      • Crowd control, access monitoring, and patrols
      • Coordination with SPD, SFD, and SPR staff
      • Documentation of activities and incident reporting

      All personnel assigned to special events must be trained in emergency response, crowd management, and interagency communication.

      Officers must have protective gear appropriate to the special event at vendors cost.

      Special event security services will be billed at the hourly rates provided in the vendor's proposal. All overhead, including equipment, training, vehicle, fuel and vehicle maintenance, overtime, holiday and weekend costs should be included in the hourly rate.

      Conditions for on-call hourly security services could vary widely from providing security for a single concert in a park with a few hundred spectators to providing overnight security at a closed park site undergoing construction for several months.

      Emergency Security Services

      Vendors must provide 24/7 emergency dispatch for staffing, after-hours and emergency situations.

      Vendors will coordinate with SPR Security Manager to ensure appropriate staffing during an emergency.

      In the event of declared emergencies (e.g., severe weather, natural disasters, public safety events), SPR may require deployment of security officers.

      SPR requires deployment of licensed, trained security personnel within two (2) hours of notification of an emergency.

      All personnel assigned to emergency duty must be trained in emergency response, crowd management, and interagency communication.

      Security officers must have protective gear appropriate to emergency conditions at no additional cost to the City.

      Emergency security services will be billed at the hourly rates provided in the vendor's proposal. All overhead, including equipment, training, vehicle, fuel and vehicle maintenance, overtime, holiday and weekend costs should be included in the hourly rate.

       

       

    • Contracts to be Awarded

      The City intends to award one contract for Scope #1 (locking and unlocking services of gates and comfort stations for all City parks). For Scope #2 (unarmed and/or armed security services for planned special events and emergencies), the City intends to award a pool of contracts in order to have adequate coverage for special events and emergent situations. For Scope #2, the City may place orders with any of the resultant contract vendors. For more information on how pools may be used see Section 6.7 Work Order Quotations. 

    • Liquidated Damages

      Delivery time is of the essence. Liquidated damages will be assessed for late delivery. Liquidated damages will be assessed for $ for each day beyond the required delivery date. See Contract Terms and Provisions, Liquidated Damages section.

    • Receiving Addenda and/or Question and Answers

      The City Buyer intends to provide you notice, through the City’s Procurement Portal, when addenda are posted on the procurement portal. Notwithstanding such efforts, it is the Vendor’s responsibility to learn of addenda, responses, or notices issued by the City. Some third-party services post City of Seattle bids on their websites. The City does not guarantee such services have accurately provided bidders with all information, particularly Addenda or changes to bid date/time.

      Bids are considered compliant to all Addenda, with or without specific Bidder confirmation. The Buyer can reject the Bid if it does not reasonably appear to have incorporated Addendum. The Buyer may reject bids that do not appear to incorporate substantive Addendum, or the Buyer may find that the Addenda were not material and accept the bid.

    • References

      The City reserves the right to perform reference checks on a pass/fail basis. A fail may remove you from consideration. Please complete the Reference Sheet document and submit with your bid response or upon request.

      Please provide up to three (3) references with Customer information including name, address, point of contact name, phone number, email address, and years’ service was provided. You may submit references with your bid response, or upon request by the City.

    • Contract Expansion

      Any resultant contract or Purchase Order may be expanded as allowed below. A modification may be considered per the criteria and procedures below, for any ongoing Contract that has not yet expired. Likewise, a one-time Purchase Order may be modified if the bid reserved the right for additional orders to be placed within a specified period of time, or if the project or body of work associated with a Purchase Order is still active. Such modifications must be mutually agreed. The only person authorized to make such agreements for the City is the Buyer from the City Purchasing Division (Department of Finance and Administrative Services). No other City employee is authorized to make such written notices. Expansions must be issued in writing from the City Buyer in a formal notice. The Buyer will ensure the expansion meets the following criteria collectively: (a) it could not be separately bid, (b) the change is for a reasonable purpose, (c) the change was not reasonably known to either the City or Vendor at time of bid or else was mentioned as a possibility in the bid (such as a change in environmental regulation or other law); (d) the change is not significant enough to be reasonably regarded as an independent body of work; (e) the change could not have attracted a different field of competition; and (f) the change does not vary the essential identity or main purpose of the contract. The Buyer shall make this determination, and may make exceptions for immaterial changes, emergency or sole source conditions, or for other situations as required in the opinion of the Buyer.

      Some changes are not an expansion of scope, including an increase in quantities, exercising bid options and alternates, or ordering work identified within the solicitation. If such changes are approved, changes are done as a written order issued by City Purchasing to the Vendor.

    • Trial Period And Right To Award To Next Low Bidder

      A ninety (90) day trial period applies to contracts awarded by this solicitation. During the trial period, vendors must successfully perform. Failure to perform may cause immediate cancellation of the contract. If a dispute occurs or a discrepancy arises as to acceptability of product or service, the City’s decision prevails. The City will pay only for authorized orders received up to termination. If the contract is terminated within the trial period, the City may award the contract to the next low responsive Bidder by mutual agreement with that Bidder. Any new award will be for remaining contract work and is also subject to a trial period.

    • Bid Timeline
      ITB Issued:February 19, 2026
      Pre-Bid Conference (Non-Mandatory):March 3, 2026, 1:00pm

      Join the meeting on TEAMS

      https://teams.microsoft.com/meet/29523272118354?p=xRUAGfMOYYenp7DJfG

      Meeting ID: 295 232 721 183 54
      Passcode: rw74Vc6P

      Dial in by phone
      +1 206-686-8357,,448476055# United States, Seattle
      Find a local number
      Phone conference ID: 448 476 055#

      Join on a video conferencing device
      Tenant key: seattle@m.webex.com
      Video ID: 116 785 631 5

      Deadline For Questions:April 3, 2026, 3:00pm
      Sealed Bids Due to the City / Bid Opening:April 16, 2026, 3:00pm

      Join the TEAMS meeting now

      https://teams.microsoft.com/meet/26154265141016?p=BiTPa7QcLsT4CDDCQy

      Meeting ID: 261 542 651 410 16
      Passcode: 88TB3yh6

      Dial in by phone
      +1 206-686-8357,,345925050# United States, Seattle
      Find a local number
      Phone conference ID: 345 925 050#

      Join on a video conferencing device
      Tenant key: seattle@m.webex.com
      Video ID: 119 480 031 8

    • No Minimum Order Quantities

      There will be no minimum order quantities for any resultant contract.

    • Late Submittals

      The submitter has full responsibility to ensure the response is submitted to the City’s Procurement portal within the deadline. The Procurement portal will not allow vendors to upload submissions past the deadline.  

    • Warranty

      The Vendor warrants all materials and workmanship delivered under any resulting contract to be free from defects, damage or failure which the City may reasonably determine is the responsibility of the Vendor, for a minimum of ninety (90) days after final acceptance and without cost to the City for labor, materials, parts, installation or any other costs except where longer periods of warranty or guarantees are specified.

    • Background Check And Immigrant Status

      Background checks will be required for workers that will be performing the work under this contract. The City has strict policies regarding the use of Background checks, criminal checks, immigrant status, and/or religious affiliation for contract workers. The policies are incorporated into the contract and available for viewing on-line at http://www.seattle.gov/purchasing-and-contracting/social-equity/background-checks

    • Use of Hyperlinks and URLs in Submittals

      Hyperlinks and URLs to web sites or references to attachments may not be used in documents submitted in response to this solicitation, unless specifically requested in the submittal requirements. The City is not obligated to evaluate, review, or score any information submitted in the form of a hyperlink or URL. Information and documentation requested for the evaluation process must be submitted in the format indicated in the Bid Instructions and Information section.

    • Bid Opening

      Bids shall be publicly opened by the City at the date and time that sealed bids are due to the City. Bidders wishing to attend the bid opening must do so through the link provided in the Bid Timeline.

    • Independent Contractor

      The City provides contract and project management, managing deliverables, schedules, tasks, and contract performance. This is distinguished from an employer-employee. This contract prohibits vendors from supervising and/or being supervised by a City employee. Supervision includes a City Employee Performance Evaluations, preparing and/or approving City timesheets, administering discipline, and similar actions. Contract workers shall not be given City office space unless provided for below, and for no more than 36 months without authorization from the City.

      The City will not provide space in City offices for performance of this work. Vendors must perform work from their own office space or in the field, as appropriate to the work.

    • Prohibition on Advance Payments

      The City cannot accept requests for up-front payment, down payment or partial payment. Maintenance subscriptions may be paid up to one year in advance provided that the payment is reimbursed to the City on a prorated basis upon termination; all other expenses are payable net 30 days after receipt and acceptance of satisfactory compliance.

    • Bid and Price Specifications

      Vendors may elect to bid on Scope #1 (Bid Table #1), Scope #2 – unarmed (Bid Table #2), or Scope #2 – armed (Bid Table #3) or any combination. Vendors must submit a bid on every line of the table for the scope(s) they elect to bid on.

      Vendors electing to bid on Scope #1 must providing a daily and weekly rate for each location (Items 1-40) on Bid Table #1 in Section 12. Vendors electing to bid on Scope #1 who do not submit pricing for each park location may be found non-responsive. 

      Vendors electing to bid on Scope #2 will provide an hourly rate for security officers responding with a minimum of 48-hourss notice and an hourly rate for security officers responding within 2-hours notice. Vendors may elect to bid on both armed and unarmed security services. 

    • Worker Retention in City Lease Agreements or Contracts

      The successful Vendor must retain, for 90 days, those security employees who maintain and keep safe city-owned real property or facilities, unless layoffs are conducted as specified below. The Vendor will perform a written performance evaluation of each employee retained at the end of the 90-day period. If the evaluation is satisfactory, the Vendor must offer the retained employee continued employment under the terms and conditions established by the City contract specifications or as required by law.

      If during the 90-day period the Vendor determines that fewer security employees must perform the new contract than were required by the previous vendor, the Vendor must offer positions first to those security employees that are most senior within each job classification. During the 90-day period, the Vendor shall maintain a preferential hiring list of security employees not retained. Employees not retained shall be given a right of first refusal to any jobs within their classification that become available during the 90-day period. Upon contract termination, Vendor shall provide a list of the name, address, phone number, date of hire, and employment classification of each covered employee to the successor vendor within ten (10) working days after receiving notification its contract has been terminated. These requirements do not apply to those employees employed at the specific site for less than ninety (90) days prior to the date the contract is terminated; employees classified as managerial, supervisory, or confidential; employees who work less than eight (8) hours per week at the covered site(s); or to contracts awarded to sheltered workshops as described in RCW 82.04.385. These requirements do not affect the right of the Vendor to discipline or terminate employees as required during the course of the contract, such as terminations for serious personnel infractions, and Vendor shall continue to have the responsibilities normally practiced for personnel management.

    • Do Not Submit Extra Comments, Explanations, Information or Changes

      The City will reject bids that take material exception to City specifications and contract.  Never add information or explanations on your Offer form. Do not take exceptions, do not offer alternatives (unless City requests), and do not mark the Offer with changes. Do not submit your boilerplate terms.  Any of these actions may cause bid rejection in the Buyer’s sole opinion. If the Offer Form doesn’t adequately address your concern, ask the Buyer for direction.

    • Collective Bargaining

      The City has collective bargaining agreements which govern City utilization of Vendors to perform services and require departments to notify the union before contracting for services.

    • Work Order Quotations

      For pool contract awards, City departments may request quotes from one or more contract vendors in the pool. Vendors must issue quotes using unit prices in the contract.  The City Project Manager shall describe to the companies the following information: Description of work, Date work must start and/or be completed by, Special materials, parts, or equipment needed to complete the work, Location of the work, Time and date the quotation is due, Name, phone and fax numbers, of the City Project Manager, Other special information required to successfully perform the work. Firms shall respond before quotes are due. Firms who cannot quote are asked to reply back with “no bid.” If multiple quotations were solicited, the City Department will award to the lowest responsive quote and notify others not selected. A purchase order number shall be provided to the selected Vendor. After inspection that approves the completed work, the Vendor will invoice using the departmental purchase order number.

    • Partial and Multiple Awards

      Unless stated to the contrary in the Solicitation, the City reserves the right to name a partial and/or multiple awards, in the best interest of the City. Prepare all pricing and Offers accordingly. The City may eliminate an individual line item when calculating award, to meet City needs, if a line item is not routinely available or cost exceeds City funds.

    • Fair Labor Standards

      The City has mandatory requirements to ensure Fair Labor standards in the products that the City buys.

    • Prompt Payment Discount

      Vendor may provide a prompt payment discount term. A prompt payment discount term of ten or more days will be considered for bid tabulation.

    • List of Manufacturing Locations

      The Bidder is to submit a list of all contractors, subcontractors and manufacturing plants that are involved in the manufacturing process of the product. If the Vendor intends to change any company on this list during the course of the Contract, the Vendor will notify the City and comply with contract terms regarding approval of subcontracting.

    • Taxes

      The City is exempt from Federal Excise Tax. Washington state and local sales tax will be an added line item although taxes are not used in bid tabulation for award.

    • Code of Conduct

      The City requires that Vendors agree to a Code of Conduct that will apply to the Vendor, subcontractors and manufacturing plants that are involved in the manufacturing process of the product.

    • Interlocal Purchasing Agreements

      This is for information only and not to determine award. RCW 39.34 allows cooperative purchasing between public agencies, nonprofits and political subdivisions. Public agencies that file an Intergovernmental Cooperative Purchasing Agreement with the City may purchase from City Contracts. The seller agrees to sell additional items at the bid prices, terms and conditions, to other eligible governmental agencies. The City has no responsibility for the payment of such purchases. Should the Vendor impose additional costs for such purchases, the Vendor is to name such additional pricing as a supplement to their offer.

    • Sweat Free Monitoring

      The Bidder agrees to submit the name of an independent monitor accredited by the Fair Labor Association (FLA) to monitor compliance with the Code of Conduct per FLA Principles of Monitoring for all contractors and manufacturing plants involved in manufacturing this product. Submit with the bid or upon award. If the Bidder waits until award, the Bidder must supply the name timely to avoid delay of contract execution or the City may reject the Offer and proceed to the next Bidder. During the contract, the City may request information about monitoring and compliance, which the Bidder shall provide to the City as a condition of the contract.

    • Contract Terms and Conditions

      Vendors shall carefully review all specifications, requirements, Terms and Conditions, and insurance requirements. Bid Submittal is agreement to all Terms and Conditions. All specifications, requirements, terms and conditions are mandatory and submittals should anticipate full compliance without exception. Please see Terms and Conditions in Supporting Attachments.

    • Incorporation of ITB and Bid in Contract

      This ITB and Vendor’s response, including promises, warranties, commitments, and representations made in the successful Bid, are binding and incorporated by reference in the City’s contract.

    • Effective Dates of Offer

      Offered prices remain valid until City completes award. Should any Vendor object, do so before the bid due date.

    • Paid Sick Time and Safe Time Ordinance

      Be aware that the City has a Paid Sick Time and Safe Time ordinance that requires companies to provide employees who work more than 240 hours within a year inside Seattle, with accrued paid sick and paid safe time for use when an employee or a family member needs time off from work due to illness or a critical safety issue. The ordinance applies to employers, regardless of where they are located, with more than four full-time equivalent employees. This is in addition and additive to benefits a worker receives under prevailing wages per WAC 296-127-014(4). City contract specialists may audit payroll records or interview workers as needed to ensure compliance to the ordinance. Please see www.seattle.gov/laborstandards, or may call the Office of Labor Standards at 206.684.4500 with questions.

    • Cost of Preparing Bids

      The City is not liable for costs incurred by Vendors in bid preparation and presentation including, but not limited to, costs incurred for demonstrations and pre-Bid conferences.

    • Prohibited Contacts

      Vendors shall not interfere in any way to discourage other potential and/or prospective Vendors from bidding or considering a bid process. Prohibited contacts includes but is not limited to any contact, whether direct or indirect (i.e. in writing, by phone, email or other, and by the Vendor or another person acting on behalf of the Vendor) to a likely firm or individual that may discourage or limit competition. If such activity is evidenced to the satisfaction and in sole discretion of the City Purchasing Manager, the Vendor that initiates such contacts may be rejected from the process.

    • Vendor Responsibility to Examine Documents

      Vendor is responsible to examine all specifications and conditions thoroughly, and comply with specifications and terms and conditions. Vendors must comply with all Federal, State, and City laws, ordinances and rules, and meet any and all registration requirements per Washington State law. By responding to this Invitation to Bid (ITB), Bidder agrees he/she has read and understands all documents within this ITB package.

    • Vendor Responsibility to Provide Full Response

      It is the Vendor’s responsibility to provide a full and complete written response and Offer Form that does not require interpretation or clarification by the Buyer. The Vendor is to provide all requested materials, forms and information. The Vendor must ensure the Offer accurately reflects Vendor specifications and offering. The City does not accept materials intended to supplement the bid after the bid deadline; however the City may consider additional materials obtained by the City, even if submitted by Vendor, or to seek clarifications from Vendor as needed. However this does not limit the right of the city to consider additional information (such as references that are not provided by the vendor but are known to the City, or past experiences by the City in assessing responsibility), or to seek clarifications by the City.

    • Do Not Attach Additional Materials with your Bid

      Do not insert material sheets, extra product options, comments on boilerplate, supplemental or suggested contract terms, or other similar materials unless such materials are requested by the City or are necessary to show an “Approved Equal ” product specification. Such additional materials can compromise the clarity of your bid and result in rejection of your offer. If the materials conflict with your Offer, the City will not be obligated to clarify or determine which has priority; the City may instead reject your bid.

    • Changes or Corrections to Bids

      Prior to the bid submittal closing date and time established for this ITB, a Vendor may change or correct its bid by following the Instructions here: https://opengov.my.site.com/support/s/article/4f4218bf-7da6-4fc6-b0c3-7eade0776ebe. No change to a bid shall be made after the bid closing date and time. Note you cannot change, mark-up or cross-out any condition, format, provision or term that appears on any of the City’s documents.

    • Errors in Bids

      Vendors are responsible for errors and omissions in their Bids. No such error or omission shall diminish the Vendor’s obligations to the City.

    • Withdrawal of Bid

      A submittal may be withdrawn by unsubmitting your submittal through the Procurement Portal, up until the closing date and time or by written request of the submitter, prior to bid closing. After the closing date and time, the submittal may be withdrawn only with permission by the City.

    • Rejection of Bids and Rights of Award

      The City reserves the right to reject any or all Bids with no penalty. The City also has the right to waive immaterial defects and minor irregularities in any submitted Bid.

    • Bid Disposition

      All material submitted in response to this ITB shall become the property of the City upon delivery to the Buyer.

    • Equal Benefits

      Seattle Municipal Code Chapter 20.45 (SMC 20.45) requires consideration of whether bidders provide health and benefits that are the same or equivalent to the domestic partners of employees as to spouses of employees, and of their dependents and family members. The bid package includes a “Vendor Questionnaire” which is the mandatory form on which you make a designation about the status of such benefits. If your company does not comply with Equal Benefits and does not intend to do so, you must still supply the information on the Vendor Questionnaire. Instructions are provided at the back of the Questionnaire. 

    • Women and Minority Opportunities

      The City intends to provide the maximum practicable opportunity for successful participation of minority and women owned firms, given such businesses are underrepresented. If a Bidder intends to subcontract any work, the City requires he/she agree to SMC Chapter 20.42 and include with their Bid an Inclusion Plan showing meaningful subcontracting opportunities for minority and women owned firms. The link to the Inclusion Plan is located in the Vendor Questionnaire. The City reserves the right to improve the Plan with the successful Bidder before contract execution. Good faith efforts to perform will be a material contract provision. Bidders should use whatever selection methods and strategies the Prime Bidder finds effective for successful WMBE participation.  At the request of the City, Vendors must furnish evidence of the Vendor's compliance, including documentation such as copies of agreements with WMBE subcontractor either before contract execution or during contract performance.

    • Insurance Requirements

      Insurance requirements in the attached Terms and Conditions shall apply, unless modified by the Insurance Transmittal Form. If formal proof of insurance must be submitted to the City before execution of the Contract, the City will remind the successful Vendor in the Intent to Award letter. The apparent successful Vendor must promptly provide such proof of insurance to the City in reply to the Intent to Award Letter. Contracts will not be executed until all required proof of insurance has been received and approved by the City. Vendors are encouraged to immediately contact their Broker to begin preparation of the required insurance documents, if the Vendor is selected as a finalist. Vendors may elect to provide the requested insurance documents within their Bid.

    • Proprietary Materials

      The State of Washington’s Public Records Act (Release/Disclosure of Public Records): Under Washington State Law (reference RCW Chapter 42.56, the Public Records Act) all materials received or created by the City of Seattle are considered public records. These records include but are not limited to bid or proposal submittals, agreement documents, contract work product, or other bid material.

      The State of Washington’s Public Records Act requires that public records must be promptly disclosed by the City upon request unless that RCW or another Washington State statute specifically exempts records from disclosure. Exemptions are narrow and explicit and are listed in Washington State Law (Reference RCW 42.56 and RCW 19.108).

      Bidders/proposers must be familiar with the Washington State Public Records Act and the limits of record disclosure exemptions. For more information, visit the Washington State Legislature’s website at http://www.leg.wa.gov/LawsAndAgencyRules).

      If you have any questions about disclosure of the records you submit with your bid, please contact the Buyer.

    • Marking Your Records Exempt from Disclosure (Protected, Confidential, or Proprietary)

      As mentioned above, all City of Seattle offices (“the City”) are required to promptly make public records available upon request. However, under Washington State Law some records or portions of records are considered legally exempt from disclosure and can be withheld. A list and description of records identified as exempt by the Public Records Act can be found in RCW 42.56 and RCW 19.108.

      If you believe any of the records you are submitting to the City as part of your bid/proposal or contract work products, are exempt from disclosure you can request that they not be released before you receive notification. To do so you must complete the City Non-Disclosure Request Form (“the Form”) provided by City Purchasing (see Form as part of Vendor Questionnaire), very clearly and specifically identify each record and the exemption(s) that may apply, and submit a copy of your records with the specified exemptions redacted. (If you are awarded a City contract, the same exemption designation will carry forward to the contract records.)

      The City will not withhold materials from disclosure simply because you mark them with a document header or footer, page stamp, or a generic statement that a document is non-disclosable, exempt, confidential, proprietary, or protected. Do not identify an entire page as exempt unless each sentence is within the exemption scope; instead, identify paragraphs or sentences that meet the specific exemption criteria you cite on the Form. Only the specific records or portions of records properly listed on the Form will be protected and withheld for notice. All other records will be considered fully disclosable upon request.

      If the City receives a public disclosure request for any records you have properly and specifically listed on the Form, the City will notify you in writing of the request and will postpone disclosure. While it is not a legal obligation, the City, as a courtesy, will allow you up to ten business days to file a court injunction to prevent the City from releasing the records (reference RCW 42.56.540). If you fail to obtain a Court order within the ten days, the City may release the documents.

      The City will not assert an exemption from disclosure on your behalf. If you believe a record(s) is exempt from disclosure you are obligated to clearly identify it as such on the Form and submit it with your solicitation. Should a public record request be submitted to City Purchasing for that record(s), you can then seek an injunction under RCW 42.56 to prevent release. By submitting a bid document, the bidder acknowledges this obligation; the proposer also acknowledges that the City will have no obligation or liability to the proposer if the records are disclosed.

    • Requesting Disclosure of Public Records

      The City asks bidders and their companies to refrain from requesting public disclosure of bids until an intention to award is announced. This measure is intended to protect the integrity of the solicitation process particularly during the evaluation and selection process or in the event of a cancellation or re-solicitation. With this preference stated, the City will continue to be responsive to all requests for disclosure of public records as required by State Law. If you do wish to make a request for records, please make your request at the City of Seattle’s Public Records Request Center at www.seattle.gov/public-records/public-records-request-center.

    Submission Requirements

    • Legal Name (required)

      Submit a certificate, copy of web-page, or other documentation from the Corporation Commission in which you incorporated that shows your legal name as a company. Many companies use a “Doing Business As” name or a nickname in their daily business. However, the City requires the legal name of your company, as it is legally registered. When preparing all forms below, use the proper company legal name. Your company’s legal name can be verified through the State Corporation Commission in the state in which you were established, which is often located within the Secretary of State’s Office for each state at http://www.coordinatedlegal.com/SecretaryOfState.html.

    • Minimum Qualification #1 (required)

      This response is mandatory. The determination you have achieved all minimum qualifications is made from this section alone, and therefore, the Buyer is not obligated to check references or search other materials in your bid to make this decision.

      Vendor, its employees, or subcontractors must have a minimum of three years continuous experience during which time security guard and patrol services has been the primary business service. 

    • Minimum Qualification #2 (required)

      This response is mandatory. The determination you have achieved all minimum qualifications is made from this section alone, and therefore, the Buyer is not obligated to check references or search other materials in your bid to make this decision. The Buyer will confirm that existing bidder contract(s) meets this minimum qualification by reviewing the information provided in question #7 in the Bid Submittal section of the solicitation. 

      Vendor must have successfully performed at least one contract with an agency of similar size to the City of Seattle. This experience must include include at least one contract that was active for a minimum of three consecutive years, or a combination of two or more contracts with similar scope and volume that together total at least three years of active service. 

    • Vendor Questionnaire (required)

      Please download the below documents, complete, and upload. 

      These responses are mandatory. Submit this questionnaire even if you have sent one in to the City on a previous bid.

    • Prompt Payment Discount (required)

      If you provide a discount for prompt payment of your invoices by the City, please enter that here (X %, Y Days). If not, please enter none. Prompt payment discount periods equal to or greater than 10 calendar days will receive consideration and bid pricing will be reduced for evaluation by the amount of the discount.

    • Interlocal Agreement: The City of Seattle has entered Interlocal Agreements with other governmental agencies pursuant to RCW 39.34, in lieu of those agencies conducting a separate competitive bid. Does Vendor agree to provide this product or service to such agencies? This answer will not affect contract award. (required)
    • References (required)

      Please download the reference document, complete, and upload.

    • Certification Regarding Lobbying (required)

      Please download the below documents, complete, and upload.

    • Please enter the classification(s) and corresponding wage(s) from the L&I website that you used when calculating the wages you submitted as your bid. (required)

      Please download the below documents, complete, and upload. This form is used to collect the Prevailing Wage rates effective at the time bids are submitted. Use Thursday, April 16, 2026 for the effective date to get the Prevailing Wage Rates & Benefit Code Key for King County.

    • Rebate: The City requires a 3% rebate from the winning vendor(s). The rebate shall be 3% of total money spent by the City with the vendor each year. If the vendor agrees to Interlocal Agreement Sales, sales conducted within this contract authority to other jurisdictions shall also incur the 3% rebate which shall be calculated and paid to the City of Seattle, unless the City instructs the vendor otherwise through written notice. Do you confirm a rebate of 3% will be offered if you are awarded? (required)
    • Letter of Commitment for Contract Bond (required)

      This is a letter from an approved surety that confirms the intention of the surety to provide an appropriate bond should the Vendor receive the award.

    • Letter of Commitment for Contract Bond (required)

      This is a letter from an approved surety that confirms the intention of the surety to provide an appropriate bond should the Vendor receive the award.

    • Green Product List

      To show compliance to environmentally preferable products as required in the Specifications, Vendors shall provide green product lists confirming utilization of environmentally preferable products to perform City work to the contract services. Vendor shall list each cleaning product and verify the Green Seal certification, if the contract requires cleaning or janitorial services. Vendor shall list the paper and recycled content binders that the Vendor shall use to perform City work. This verifies compliance with contract specifications for such products to perform work.

    • List of Manufacturing Locations (required)
    • What is the name of the independent monitor accredited by the Fair Labor Association (FLA) that you will use?
    • By submitting this Bid, Vendor acknowledges he/she has read and understands the entire Invitation to Bid and agrees to comply with its terms and conditions. The Vendor also agrees to fulfill the offer made in their Bid through any subsequently awarded Contract. (required)
    • Is this a Single Award, Multiple Award, or Pool Contracts? (required)
    • Is this project related to Janitorial Services? (required)
    • Do you need the Vehicle Specialty Licenses? (required)

      Example: Will this involve vehicle or boat sales?

    • Will there be a rebate? (required)
    • Do you need any of the following? (required)

      Brand Name: If you intended to allow substitutes, you want to keep this language. If you are refusing substitutes, delete this out. Occasionally, the City can require substitutes to be submitted for advance approval prior to the bid submittal deadline. Talk to the Buyer if you think this may be appropriate.

      Federally Funded Projects: For federally funded projects, you will need to ensure you comply with the conditions governing use of Brand Name. Be sure to check the grant requirements regarding this issue. For FTA funded projects, see the Procurement Guide on the InWeb.

    • Background checks ________ be required for workers that will be performing the work under this contract. (required)
    • The Order Desk shall be available from 7:00 a.m. to 5:00 p.m. all business days except City holidays. (required)

      Example: 7:00 a.m. to 5:00 p.m.

    • Would you like to include the Delivery/Shipping section? (required)

      Choose an option for this section.

    • Provide # of calendar days: (required)

      Example: 10

    • Provide required delivery date: (required)

      Example: December 1, 2024

    • Is there groundskeeping or landscaping involved? (required)
    • Will there be Minimum Qualifications? (required)

      Update the Minimum Qualifications section as appropriate for your solicitation.

      Minimum Qualifications: Are there any qualifications that vendors must have in order to turn in a response? Qualifications listed here should ONLY be those where the Buyer will throw the Vendor out if they don’t prove they have it -- before the Evaluation Team can even see the vendor response. There should be few, if any at all. If there are no minimum qualifications that are important delete the whole paragraph and say there aren’t any.

      Minimum Qualifications are important. Think about them carefully. If you don’t have any minimum qualifications listed, be prepared to award to a Vendor that has no experience, is not certified as a dealer, etc. That may be appropriate, but be thoughtful that you are comfortable with that type of Vendor. 

      Likewise, if you insert a Minimum Qualification, make sure that it is fair, appropriate and reasonable. Make sure you can justify why it is important. It should NOT be used simply to weed a potential Vendor out. It must have a reasonable business basis for it such as a legal requirement. The Buyer will want to review your justification, and you should provide a brief written case for it that the Buyer can add to the contract file.

      Vendors often protest these exclusionary or unnecessary. Do not use minimum qualifications unless you have a very strong basis for it.

      Also, these Minimum Qualifications are only for factual items that are proven on the face of the bid. These are NOT such things as “Company needs to be experience” or “company needs to have good references.” These are instead hard and fast criteria that we check off “yes or no,” and we will toss them out without further consideration if they say no.

      Samples of some appropriate Minimum Qualifications:
      ⦁    Vendor must have a minimum of five years continuous experience during which time direct mailing services has been the primary business service.
      ⦁    Vendor must have successfully performed at least one contract with a public or private agency of similar size to the City of Seattle that has been active for a minimum of five-years, with volumes and services that are similar to those expected by the City for this contract. 

    • Will your pre-bid conference be mandatory or non-mandatory? (required)
    • Does Prevailing Wage apply to this project? (required)
    • Do you want to include Reference Checks? (required)
    • Will you need the Liquidated Damages section? (required)
    • Provide liquidated damages amount: (required)

      Liquidated damages will be assessed for $________ for each day beyond the required delivery date. 

      Example: $250

    • Do you need a Contract Bond? (required)

      This should be reserved for only the largest and most complex projects, where there is a major deliverable.

      This is not necessary for routine services.

    • Are federal funds involved? (required)
    • Do you need the Test Samples section? (required)

      Some products might need to be tested or submitted for approval before the bid is approved. Include and edit this language as appropriate. If appropriate, BE SURE to edit the Offer Form to provide space for the cost of proving a custom-designed sample.

    • Will this project include Fair Trade Requirements? (required)

    Questions & Answers

    Q (Clarification on Minimum Qualification Requirement): The solicitation requires that the vendor have successfully performed at least one contract with an agency of similar size to the City of Seattle, active for a minimum of three consecutive years (or a combination totaling three years). Can you please clarify whether this requirement applies strictly to public/government agencies, or if experience managing multi-site contracts for large private organizations would satisfy the minimum qualification? Thank you!

    A: The requirement does not apply strictly to public or government agencies. A private company may also satisfy the minimum qualification as long as it is comparable in size and complexity to the City of Seattle, and the vendor has successfully performed at least one multi‑site contract of similar scale for a minimum of three consecutive years (or a combination totaling three years).


    Q (Equipment Requirements): Please list the specific recommended protective gear that security officers should have when working at special events and emergency conditions.

    A: The City does not provide a specific, itemized list of protective gear for special events or emergency conditions. Vendors should refer to the equipment specifications included in the solicitation, which outline the minimum requirements for uniforms, communication tools, and safety equipment expected for contracted security personnel. Beyond those minimum requirements, it is the responsibility of each vendor—as industry professionals—to determine the appropriate level of protective gear needed for their staff based on the conditions, risks, and operational environment of special events or emergency situations. Vendors are expected to follow industry standards, best practices, and any applicable safety regulations when assessing and selecting protective equipment.


    Q (Daily Reporting Requirements): A daily report must be emailed each morning to the SPR Security Manager. 1. Is this daily report a summary that includes all of a vendor's security officers working at multiple sites? 2. Is it a site-specific report, therefore multiple reports may be required if the vendor is staffing multiple sites? 3. Can the vendor's daily activity report form and incident report form suffice for this requirement, or does the SPR have their own forms to provide to the vendor?

    A: 1. Yes. The report should include a summary of all work completed, including the park name, date and time of arrival, any issues with park facilities, and any reasons a park could not be locked. 2. Yes. A separate report is required for each site, even if multiple sites are serviced by the same vendor on the same day. 3. Yes. At this time, the vendor’s own report forms are acceptable as long as they include all required information, including arrival times and any issues encountered. The City does not currently have a separate standardized form for this purpose. If additional reporting format requirements are developed during contract implementation, the City will provide updated instructions.


    Q (Federal unique entity identifier number ): Is the federal unique entity identifier number required to bid on the City of Seattle PR bid? I understood that this was required in order to bid on federal government jobs. Please advise.

    A: A federal Unique Entity Identifier (UEI) is not required to submit a bid for this City of Seattle solicitation. UEI registration is typically required only when bidding directly on federal government contracts. Since this is a City of Seattle procurement, the City’s own requirements apply. If federal funds are involved in the project, the City may request a UEI after award for reporting purposes, but it is not a requirement to bid.


    Q (Question from Pre-bid Conference from Roman with Cabin Security ):

    A: Can the city provide historical information regarding how the lock and unlock services have been staffed, like the number of officers or vehicles deployed nightly or typical duration to complete the routes? The City is not able to provide historical information about how previous lock and unlock services were staffed, including the number of officers or vehicles used or the time required to complete routes. The upcoming contracts will be structured and utilized in a different way than the current and past contracts. Because the future service model will change significantly, past staffing patterns are not a reliable indicator of how services will be delivered under the new contracts. For that reason, vendors should propose staffing and operational approaches based on the scope and performance expectations described in the current solicitation, rather than on prior City practices.


    Q (Question from Pre-bid Conference from Roman with Cabin Security ):

    A: It was mentioned that the contract would be distributed among several vendors, can I get clarification on how it would be done? For example, will it by like location clusters by geographic areas? Or by time window or through separate work orders? Answer Updated on 3/30/2026: Through Addendum #2, the City has changed the solicitation to award the locking and unlocking services (Scope #1) to only one vendor. One vendor will be responsible for the locking and unlocking services.


    Q (Question from Pre-bid Conference by Roman with Cabin Security ):

    A: For the unlock services, should the vendors assume the general 4am Park opening time? Or will there be specific times for each park? For the lock services, some parks have a specific time when they should be closed, is there an allowable completion window? For unlock services, vendors should not assume a single standard opening time. While many parks open around 4:00 a.m., specific unlock times vary by site, and the required times are provided in Attachment A of the solicitation. Please review that document for the detailed schedules associated with each location. For lock services, parks that have a designated closing time also have an expected completion window. In general, the typical allowable window should not exceed one hour after the posted park closing time. More detailed site‑specific requirements are outlined in Attachment A. For sites that do not have a defined lock or unlock time window—primarily boat ramps—these locations require additional attention seasonally due to high use. These sites must be locked at their specific closing times, and vendors should plan staffing accordingly.


    Q (Question from Pre-bid Conference from Roland with Risk Solutions Unlimited ):

    A: You have a worker's retention clause, and it requires the winning vendor to retain the previous vendors security employees for 90 days and then preform written evaluations on them. With the City transitioning to a pool of vendors, who is responsible for paying those incumbent workers? Or training them and conducting performance evaluations? The City has removed this requirement from the solicitation. See Addendum #2.


    Q (Question from Pre-bid Conference by Roland with Risk Solutions Unlimited ):

    A: Section 6.8 states that for pool contract awards, City departments may request quotes from one or more contract vendors in the pool. Once the pool is established, would those daily unlocking routes be assigned to a specific vendor or would all of us have to submit new quotes for each time the City might have a special event or like every time a new month of routine work would occur? Answer Updated 3/30/2026: Through Addendum #2, the City has changed the solicitation to award the locking and unlocking services (Scope #1) to only one vendor. One vendor will be responsible for the locking and unlocking services.


    Q (Question from the Pre-bid Conference from Tara ):

    A: What is the WMBE inclusion plan details? A WMBE inclusion plan is not required for this procurement.


    Q (Equal Benefits Compliance Declaration): On the Bid Details section 8.29 Equal Benefits, it states that we (bidder) are to provide “health and benefits that are the same or equivalent to the domestic partners of employees as to spouses of employees, and their dependents and family members.” SITUATION: We are a small company (under 20 employees) and are unable to provide health benefits for our employees or their family members. We only provide sick time per WA state law for our employees (1 hour accrued for every 40 hours worked), not their family members. Our employees are allowed to use their sick time to care for family members, a domestic partner, or dependents, as prescribed by WA state law. Option B states that we do not make benefits available to either the spouses or domestic partners of its employees. QUESTIONS: - Are we (bidder) required to provide health benefits to our employees and their families to qualify for this bid, or if we are awarded this contract? - Will we be disqualified in being awarded this contract if we select Option B (because we don’t offer health benefits to our employees OR their families)? - Which option do you suggest we choose so we don't get disqualified for this project award?

    A: Under SMC 20.45.020 B(3), companies may choose to provide benefits neither to employees’ spouses nor domestic partners and still comply. Selecting Option B—"Provide benefits neither to spouses nor domestic partners"—will not disqualify your business. The only option that would disqualify a bidder is the Non-Compliant option.


    Q (3 Consecutive years with agency size of SPR): What documents do we need to provide to prove that we have 3 consecutive years under contract with an agency the size of Seattle Parks & Recreation?

    A: The City verifies the “three consecutive years under contract with an agency comparable in size to Seattle Parks & Recreation” by reviewing the information you list in Question 7 of the Bid Submittal section. Question 7 serves as your reference sheet, and the Seattle Parks & Recreation Project Manager will use those references to confirm contract history directly with the listed agencies.


    Q (10.3 Pricing): In the pricing section 10.3 it says "Hourly rates and daily rates will be multiplied by the number of units required for an item total." Where do we locate the number of units per park location to make the calculations?

    A: Through Addendum #2, the City has removed the request for a yearly rate. Evaluation on pricing (Section 10.3) will be as follows: Items on price sheets shall then be calculated for award. For Scope #1 - daily and weekly rates for all locations will be totaled to determine lowest bidder.


    Q (Calculating Daily Rate): I am uncertain how to calculate our daily rate per park when I don't know how many hours we would need to commit a security guard to a single park. Does each park require 1 hour of service, 2 hours, 4 hours?

    A: Vendors should assume that each site visit is a short, task‑based stop to lock or unlock a restroom or gate. The City anticipates that most visits will take significantly less than one hour. For estimating purposes, vendors may assume an average visit duration of approximately 15–20 minutes, recognizing that some sites may require slightly more or less time. The City is requesting a per‑visit rate, not an hourly commitment per park. Final routing, number of visits, and actual time on site will be coordinated after award based on operational needs.


    Q (Out-of-State Client Reference Qualification): Hello, For the minimum qualification requirements, will client references from outside the State of Washington (for example, security service contracts performed in California) be accepted as qualifying experience, provided the scope of services and contract size are comparable to the requirements of this solicitation? Thank you for your clarification.

    A: Yes, references from outside of the State of Washington that meet the minimum requirements, will be accepted.


    Q (Estimated Annual Hour): Can the City provide the estimated annual service hours or budget for this contract?

    A: The City does not have a specific budget for these services available, however, past year contract usage indicates that SPR spent approximately $250,000 on security services.


    Q (Patrol Vehicle Requirement): Is a patrol vehicle required for the lock/unlock routes?

    A: Yes, Vendors must have a fleet of vehicles for use by security staff performing work under the Contract.


    Q (No subject): Question 1 – Lock/Unlock Route Structure For the park lock and unlock services priced on a per-park basis, should vendors assume that multiple parks may be serviced within a single route by the same officer during one shift, or should the per-park rate assume a dedicated trip per park regardless of travel distance? Question 2 – Work Distribution Among Vendors Once the vendor pool is established, could the City provide clarification on how routine park lock and unlock services will typically be assigned? For example, will parks be grouped into geographic routes assigned to specific vendors, or will departments request quotes from vendors in the pool for individual assignments? Question 3 – Estimated Service Time Per Park For planning and staffing purposes, does the City have an estimated or typical service duration per park for lock or unlock activities (including gate access, site check, and reporting), or should vendors determine the expected service time based on their own operational approach?

    A: Question 1 - Vendors may determine the most efficient way to staff and schedule routes so that all requirements listed in Section 4.4 Scope #1 - Site Specific Lock Up Security Services are met. All parks are required to be locked or unlocked within one-hour of the agreed upon time. Question 2 - Through Addendum #2, the City has changed the solicitation to award the locking and unlocking services (Scope #1) to only one vendor. One vendor will be responsible for the locking and unlocking services. Question 3 - Refer to the answer on Question #14.


    Q (Budget): This solicitation says that the spend last year was $250,000. Is that the maximum annual budget, or was this just what was spent on actual security services provided because that was all the service that the incumbent was able to provide?

    A: The $250,000 referenced in the solicitation reflects what SPR spent on security services in 2025. This amount is not a maximum annual budget. SPR has confirmed that there is no set or capped budget for security services. Actual spend varies based on operational needs, and funding is drawn from individual division budgets as required. The most consistent and predictable expenditures are tied to restroom and gate locking services.


    Q (Predefined route structures): Will vendors be allowed to propose predefined route structures for evaluation and potential adoption by the City?

    A: Contract awards will be based on the lowest responsive and responsible bid. Vendors may propose route structures; however, those structures will be reviewed and developed collaboratively with the City during vendor onboarding rather than evaluated as part of the bid.


    Q (Volume of work): Will there be a minimum guaranteed volume of work for vendors awarded to the pool?

    A: The City does not guarantee utilization through any resultant contract.


    Q (Time requirements): Will response time requirements differ between routine services and emergency deployments?

    A: Yes. Response time requirements vary by service type and are outlined in Section 4. Specifications and Scope of Work. In summary, all routine lock and unlock services must be completed within one‑hour of agreed upon lock/unlock times. Special event and emergency deployment timelines are specified in Scope #2: - Vendors must have licensed and trained security officers available for deployment within 48 hours of special event notification. - For emergency situations, SPR requires deployment of licensed, trained security personnel within two (2) hours of notification. - Vendors must also provide 24/7 emergency dispatch for staffing, after‑hours, and emergency situations.


    Q (No subject): In the event the awarded vendor for lock and unlock services is unable to meet service requirements on a given day, does the City have a contingency plan involving other vendors in the pool?

    A: No. The vendor awarded Scope #1 is contractually obligated to provide all services they bid on.


    Q (No subject): While vendors are responsible for developing their own routing approach, can the City provide an estimated total number of daily lock and unlock service locations to support accurate staffing and pricing assumptions?

    A: The City has provided Attachment A (Lock-Unlock Park Locations) as the estimated number of daily lock and unlock service locations. Locations may be added or removed throughout the life of the contract as City needs change, although SPR will work to provide sufficient notice should staffing be impacted.


    Q (No subject): Can the City clarify the process and consequences for repeated delays or missed lock and unlock services under the contract?

    A: Vendors who bid on Scope #1 are obligating themselves contractually to perform all requested services within the time allotted. Delayed or missed services may be considered a breach of contract and may be grounds for termination at the City's discretion. Should there be an emergency where the contracted vendor is unable to meet the lock‑and‑unlock service requirements, Vendor must immediately notify the SPR Security Manager. The scope specifies that vendors must complete unlocks within the hour before official park opening time and complete locks no later than one hour after park closing time. Any exceptions must be pre‑approved by the SPR Security Manager. A ninety (90)‑day trial period applies to all contracts awarded under this solicitation. During this period, vendors must successfully perform all required duties. Failure to perform may result in immediate cancellation of the contract. If terminated during the trial period, the City may award the remaining work to the next low responsive Bidder, subject to mutual agreement and the same trial‑period conditions.


    Q (No subject): Can the City confirm the expected invoicing cycle and payment terms for services performed under this contract?

    A: Invoice and Payment Procedures are outlined in Sections 9, 10 and 11 of the Contract Terms and Conditions, Attachment D. Vendors may also provide a prompt payment discount term on question 5, in the bid submittal section of the solicitation.


    Q (No subject): Can the City confirm whether the lock and unlock scope will be awarded strictly to one vendor based on lowest price, or will factors such as operational capability and past performance also be considered in determining the award?

    A: The lock‑and‑unlock scope will be awarded to the lowest bidder who meets all minimum qualifications, including successful reference checks. The award is based on lowest responsive and responsible bid; therefore, factors such as operational capability and past performance are evaluated only to determine whether a vendor meets those minimum qualifications. Once the vendor is deemed qualified, the contract is awarded strictly to the lowest bidder.


    Q (Seasonal schedule changes ): How often do seasonal schedule changes occur beyond peak/off-peak definitions?

    A: Seasonal schedule changes normally occur twice per year. As outlined in Scope #1, Parks transitions from off‑peak to peak season in late May or early June, and then returns to off‑peak season in mid‑October, however SPR may request changes due to park projects, programs and facility usage. See section 4.4 Scope #1 - Site Specific Lock Up Security Services.


    Q (Historical annual spend breakdown): Can the City provide historical annual spend breakdown between: -Special events -Emergencies -Fire watch / shelters (Only $250K total spend is referenced)

    A: SPR is not able to provide a detailed spend breakdown by special events, emergencies, or fire watch/shelter services.


    Q (Average number of events per year): What is the average number of events per year?

    A: SPR does not have historical data available for the average number of events where security services were required.The event security needs for Parks very year to year.


    Q (Average staffing level per event): What is the average staffing level per event?

    A: Staffing levels vary based on the size and nature of the event. For standard overnight site coverage, SPR typically requests one security officer per location. For larger events that require additional coverage, the City will work with the awarded vendor to determine appropriate and safe staffing levels.


    Q (July 4th event details): For July 4th events (Attachment B), can the City provide: -Estimated hours per site -Estimated staffing per location (Currently only locations are listed)

    A: For past July 4th events, SPR typically assigns one security staff member per site for an estimated 4 to 6 hours. Staffing levels or the number of locations may vary based on SPR's security needs for that year.


    Q (Emergency response details): For emergency response: -What is the historical frequency of 2-hour rapid deployments? -What is the typical duration of emergency assignments?

    A: Historically, two‑hour emergency deployments have been rare. When they have occured, they were typically related to fire watch needs or urgent building security coverage. The duration of emergency assignments varies: fire watch deployments can last for multiple weeks, while building security assignments are generally at least overnight.


    Q (Liquidated damages or penalties ): Are there liquidated damages or penalties for missed lock/unlock times?

    A: No. The solicitation does not include liquidated damages or specific penalties related to missed lock/unlock times. However, ongoing performance issues, including repeated failure to meet required service levels, may result in corrective action up to and including contract termination.


    Q (Grace window for locking and unlocking): What is the acceptable grace window outside the 1-hour lock/unlock requirement?

    A: The one‑hour lock/unlock requirement is the acceptable grace period. Gates and restrooms are expected to be locked within one hour after the posted park closing time. Please see question 7.


    Q (Real-time reports or GPS tracking ): Are real-time reports or GPS tracking required, or only daily/monthly summaries?

    A: Daily summary reports are required. Real‑time reporting or GPS tracking is not required under this solicitation. Please refer to the response to Question 3 and to Scope # 1, the Reporting and Documentation section, for detailed reporting expectations.


    Q (Photo documentation): Is photo documentation required for every site visit or only incidents?

    A: Photo documentation is required as part of the daily report for all site visits, as outlined in Scope #1, the Reporting and Documentation section. Vendors must include photo documentation along with the required lock/unlock details, observations, and noted issues. In addition, photo documentation may be requested for specific sites when concerns are reported by park patrons or as directed by the City.


    Q (Seattle PD interaction protocol ): What is the expected interaction protocol with Seattle PD (SPD)?

    A: Security officers are expected to report criminal activity to the Seattle Police Department (SPD). This reporting expectation is further outlined in Scope #1, the Reporting and Documentation section.


    Q (Seattle PD (SPD) liaisons): Are there dedicated Seattle PD (SPD) liaisons for parks?

    A: No. The City does not have dedicated Seattle Police Department (SPD) liaisons assigned specifically to Parks.


    Q (Non-compliant individuals): For non-compliant individuals (e.g., refusing to leave restrooms), is calling 911 always required, or are there alternative escalation paths?

    A: If an occupant refuses to leave, the Security Officer must disengage and report the issue to SPD by calling 911. See Scope #1, in the Reporting and Documentation section.


    Q (Scope #2 minimum billable hours per deployment): For Scope #2: Are there minimum billable hours per deployment?

    A: There is no minimum for billable hours established for Scope #2 deployments.


    Key dates

    1. February 20, 2026Published
    2. March 27, 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.