Active SLED Opportunity · CALIFORNIA · FRESNO HOUSING

    Sequoia Courts Asphalt/Concrete Improvements and Driveway Addition

    Issued by Fresno Housing
    localIFBFresno HousingSol. 262201
    Open · 23d remaining
    DAYS TO CLOSE
    23
    due Jun 5, 2026
    PUBLISHED
    May 6, 2026
    Posting date
    JURISDICTION
    Fresno Housing
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Fresno Housing seeks bids for asphalt and concrete improvements including parking lot replacement, concrete pads, and new driveway entrance with fencing at Sequoia Courts properties. Compliance with Davis-Bacon and California prevailing wage laws, bonding, and licensing required. Bids due June 5, 2026.

    Opportunity details

    Solicitation No.
    262201
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    May 6, 2026
    Due Date
    June 5, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Fresno Housing
    Agency
    Fresno Housing

    Description

    In keeping with its strategic plan, the Agency is now soliciting for Bids from qualified, licensed and insured entities to provide Sequoia Courts Asphalt/Concrete Improvements and Driveway Addition to the Agency property.  All Bids submitted in response to this solicitation must conform to all of the requirements and specifications outlined within this document and any designated attachments in its entirety

    Bids are due no later than 4:00 pm on Friday, June 5, 2026 through the Procurement Portal.

    Background

    The Housing Authorities of the City of Fresno is requesting bids for the Removal & Replacement of Asphalt Parking lots to include seal and striping of a total of 8 parking areas and drives located at Sequoia Courts Apt. Fresno CA. 440 S Modoc St. Fresno, Ca. 93706. The Approx. sf. of parking areas & drives is 40,000 sf. and Concrete installations @ dumpster locations Lot #1, Lot #4, Lot #5

     

    Additionally, this project will include construction of a new driveway, sidewalk, and private road to connect to interior private loop road, build new curb & gutter from S Trinity St. onto the property located at Sequoia Courts Terrace 515 S. Modoc St. Fresno, Ca. 93706. Construct a new 6’ high fence with pedestrian gate and electrified vehicle gate to secure the driveway entrance. Install ‘click to enter’ system, provide motor for gate and provide battery backup (For the Purposes of the Scope Anything That References Replace Shall Mean Remove and Replace with New) See attached Scope of Work.

     

    Bidders will be required to submit bids for this construction project. Both Federal Davis Bacon and California Prevailing Wage requirements apply. All Contractors and Subcontractor must be currently registered with the DIR at the time of the bid submission. Certified payroll will be required for this job. 10% Retention Required, Bid Bond/Guarantees, Performance Bond, and Payment Bond are required.

    Project Details

    • Reference ID: 2026-IFB-13
    • Department: Property Management
    • Department Head: Hilda Reeves (Director of Property Management)

    Important Dates

    • Questions Due: 2026-05-29T23:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-27T17:00:00.000Z — Sequoia Courts Apt. 440 S Modoc St. Fresno, Ca. 93706

    Meetings & Milestones

    EventDateLocation
    Bid Opening2026-06-09T17:00:00.000ZMicrosoft Teams meeting Join: https://teams.microsoft.com/meet/263421177766874?p=0inpxGXYKMY85hrl8a Meeting ID: 263 421 177 766 874 Passcode: xx6ey9iY

    Evaluation Criteria

    • Quantities

      All quantities entered by the Agency herein and within the corresponding Pricing Items within the noted Internet System are for calculating purposes only.  

    • Prior Agency Approval Required

      Please note that the successful bidder shall NOT conduct any additional work without the prior written authorization of the Agency representative (via delivery of a Task Order, which may take the form of an e-mail). Failure to abide by this directive shall release the Agency of any obligation to pay the successful bidder for any work conducted without the noted prior written authorization.

    • Ties

      In the case of bids, the award shall be decided as detailed within Section 6.12.C of HUD Procurement Handbook 7460.8 REV 3, by “drawing lots or other random means of selection.”

    • Late Bids

      Bids received after the published deadline will not be accepted or considered.

    • Business License

      Provide proof of California Business License, General Liability, Auto-Insurance, Worker’s Compensation, and Other Liability Insurance.

    • Per 2 CFR 200.321 (b)(3)

      Contracting with small and minority firms, women's business enterprise and labor surplus area firms.

      1. The grantee and subgrantee will take all necessary affirmative steps to assure that minority firms, women's business enterprises, and labor surplus area firms are used when possible.
      2. Affirmative steps shall include:
        • Placing qualified small and minority businesses and women's business enterprises on solicitation lists;
        • Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources;
        • Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises;
        • Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises;
        • Using the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce; and
        • Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (e)(2) (i) through (v) of this section.
    • Required HUD Forms and Documents

      Contractors are to download and completed all required HUD forms indicated in the solicitation and contracting process. All HUD Forms are available at https://www.hud.gov/hudclips. All forms may not be modify without written HUD approval from the Assistant Secretary for Public and Indian Housing.

    • Contract Execution Details

      By completing, executing and submitting a Bid, the “bidder is thereby agreeing to abide by all terms and conditions pertaining to this IFB as issued by the Agency, including an agreement to execute the Sample Contractor Contract. Accordingly, the Agency has no responsibility to conduct after the submittal deadline any negotiations pertaining to the contract clauses already published.

    • Contract Form

      The Agency will not execute a contract on the successful bidder's form–contracts will only be executed on the Agency form (please see Sample Contract) and by submitting a bid, the successful bidder agrees to do so (please note that the Agency reserves the right to amend this form as the Agency deems necessary).  However, the Agency will during the IFB process (prior to the submittal deadline) consider any contract clauses that the proposer wishes to include therein and submits in writing a request for the Agency to do so; but the failure of the Agency to include such clauses does not give the successful bidder the right to refuse to execute the Agency's contract form.  It is the responsibility of each prospective bidder to notify the Agency, in writing, prior to submitting a bid, of any contract clause that he/she is not willing to include in the final executed contract and abide by. The Agency will consider and respond to such written correspondence, and if the prospective bidder is not willing to abide by the Agency's response (decision), then that prospective bidder shall be deemed ineligible to submit a bid.

    • Bid Bond

      The bid bond or guarantee shall be included in the bid package submitted by each bidder for any proposed fee that is greater than $350,000. This bond ensures that if awarded the contract, the bidder will accept and perform the work under the contract. It also ensures that the bidder will not attempt to withdraw or otherwise not fulfill the contract. Finally, the bid bond ensures that the bidder will execute the contractual documents that are required within the time specified in the solicitation or forfeit all or part of the guarantee. A certified check, bank draft, U.S. Government Bonds at par value, bid bond secured by an acceptable surety company, or other negotiable instrument may be accepted as a bid guarantee. If the successful bidder refuses to sign the contract after award, the bid bond is forfeited, and the award will then go to the next lowest responsive and responsible bidder. If a bid bond or guarantee is not submitted with the bid, the Agency will reject the bid as non-responsive. The Agency anticipates that it will not return any bid bonds until the contract has been awarded and the required performance and payments bonds have been furnished until all bids have been rejected; or the time specified for acceptance of bids has expired. In fairness to the other bidders, the Agency may also choose to return the bid bonds if the Agency has a firm and reasonable assurance that the responsive and responsible bidder who submitted the lowest cost will execute the contract. For Capital Fund work, a bid guarantee from each bidder equivalent to 5 percent of the bid price is required for each construction contract over $100,000. see 24 CFR 905.316(d)(1) and one of the following:

      1. A performance and payment bond for 100% of the contract price; or
      2. Separate payment and performance bonds each for 50% or more of the contract price; or,
      3. A 20% cash escrow; or,
      4. A 10% irrevocable letter of credit with terms acceptable to HUD; or
      5. Any other payment acceptable to HUD.
    • Addenda

      Questions and requests for information are encouraged to be submitted through the Procurement Portal.

      All Questions and requests for information may be addressed in writing to the CF.  The CF will respond to all such inquiries in writing by addendum to all prospective bidders (i.e., firms or individuals that have obtained the IFB Documents).  During the IFB solicitation process, the CF will NOT conduct any ex parte (a substantive conversation—“substantive” meaning, when decisions pertaining to the IFB are made—between the Agency and a prospective bidder when other prospective bidders are not present) conversations that may give one prospective bidder an advantage over other prospective bidders.  This does not mean that prospective bidders may not call the CF—it simply means that, other than making replies to direct the prospective bidder where his/her answer has already been issued within the solicitation documents, the CF may not respond to the prospective bidder’s inquiries but will direct him/her to submit such inquiry in writing so that the CF may more fairly respond to all prospective bidders in writing by addendum.

    • Sequoia Courts/ Asphalt/Concrete Improvements and Sequoia Courts Terrace Driveway Addition

      Fresno Housing is seeking qualified General Engineering Contractors to perform asphalt replacement, concrete pad addition, and new driveway entrance construction at Sequoia Courts. The project includes the replacement of the existing parking lot asphalt, the addition of concrete pads in front of trash enclosures, and the construction of a new driveway entrance complete with fencing, vehicle, and pedestrian gates.

      The work must comply with all relevant local, state, and federal standards and regulations. This will be an AIA contract. Please see provided AIA sample in the provided attachments. Please note "Sequoia Courts" and "Sequoia Courts Terrace" refer to 2 separate properties that are adjacent to each other and will be bid as one single project.

      Detailed Specifications

      1. Asphalt Replacement (Sequoia Courts)

        • Remove existing asphalt to a depth of 4 inches.
        • Grade and compact the sub-base to ensure proper drainage and stability.
        • Install a new 4-inch layer of hot mix asphalt (HMA) conforming to Caltrans Standard Specifications, Section 39.
        • Ensure proper compaction using a vibratory roller to achieve a minimum of 95% relative compaction.
        • Apply a tack coat between layers as per Caltrans Standard Specifications, Section 39-2.01B.
        • Stripe the parking lot according to ADA and local regulations, including accessible parking spaces and signage.
      2. Concrete Pad Addition (Sequoia Courts)

        • Excavate the area in front of trash enclosures to a proper depth to except specked out materials
        • Install a 4-inch layer of compacted aggregate base conforming to Caltrans Standard Specifications, Section 26.
        • pour 6 sack mix concrete 8” thick with #5 rebar at 24” on center
        • Finish the concrete surface with a broom finish for slip resistance.
        • Ensure proper curing of the concrete as per ACI 308R-16 guidelines.
      3. New Driveway Entrance (Seqouia Courts Terrace)

        • See Attached Specifications and plan set

      Service Requirements

      1. Contractor must obtain all necessary permits and approvals from local authorities before commencing work.
      2. Contractor must provide a detailed project schedule, including start and completion dates, for approval by Fresno Housing.
      3. Contractor must ensure all work areas are secured and safe for residents and visitors during construction.
      4. Contractor must provide daily progress reports to Fresno Housing's project manager.
      5. Contractor must comply with all OSHA safety regulations and provide necessary safety equipment for workers.
      6. Contractor must coordinate with Fresno Housing to minimize disruption to residents and ensure continuous access to the property.
      7. Contractor must provide a one-year warranty on all workmanship and materials used in the project.

      Delivery Requirements

      1. All materials and equipment must be delivered to the project site at Sequoia Courts, Fresno, CA.
      2. Contractor must provide a delivery schedule for all materials and equipment for approval by Fresno Housing.
      3. Contractor must ensure all materials and equipment are stored securely on-site and protected from damage and theft.
      4. Contractor must remove all debris and waste materials from the site daily and dispose of them in accordance with local regulations.
      5. Contractor must perform a final inspection with Fresno Housing's project manager to ensure all work meets the specified standards and requirements.
      6. Contractor must provide as-built drawings and documentation for all completed work.
    • Workers Compensation Insurance

      An original certificate evidencing the proposer’s current industrial (worker’s compensation) insurance carrier and coverage amount;

    • Access for Emergency Vehicles

      The Contractor shall ensure that any equipment and/or vehicles that he/she places on the work site shall not be placed in such a position to interfere with access by any emergency vehicles or traffic by the public at-large. The Agency reserves the right to approve or reject (and demand the movement) of the placement of such equipment or vehicles at any time during the performance of the contracted work if, in the opinion of the Agency, the placement of such equipment or vehicles does interfere with such traffic.

    • Performance Bond

      The performance bond is meant to ensure that the contract is successfully completed. The performance bond guarantees that if the Contractor is unable to complete the contract, the surety company will step in to finish the work. In the case of a letter of credit or cash escrow, the Agency may use these funds to complete the contract work.

    • General Liability Insurance

      An original certificate evidencing General Liability coverage, naming the Agency as an additional insured, together with the appropriate endorsement to said policy reflecting the addition of the Agency as an additional insured under said policy (minimum of $1,000,000 each occurrence, general aggregate minimum limit of $2,000,000, together with damage to premises and fire damage of $50,000 and medical expenses any one person of $5,000), with a commercially reasonable deductible (e.g. “commercially reasonable,” meaning at least 1% of the “general aggregate minimum” of the policy, with a maximum deductible amount of $50,000;

    • IMPORTANT NOTICE! Entry of Proposed Fees.

      Except as provided for otherwise, bidders must submit a realistic cost for each and every Pricing Item detailed within the preceding Table. The eProcurement Portal will automatically perform all required calculations.

      1. Realistic Cost for each Pricing Item.
        Each bidder is strongly encouraged to enter, where provided within the eProcurement Portal a realistic cost for the Pricing Item. For example, if a bidder enters what the Agency deems to be an unrealistic sum such as $20,000 Pricing Item (bidders typically do so in an effort to improve their position in regards receiving an award), then the $20,000 is what the successful bidder will charge the Agency to complete all of the construction work that the Agency has listed herein and within Attachment H, attached hereto. Accordingly, it is the Agency’s opinion that it is very much in the best interests of the bidder to propose a realistic firm-fixed fee for the Pricing Item. If, despite this warning, the successful bidder proposes a fee that the Agency deems is not realistic, then the Agency reserves the right to declare that the bidder is non-responsive, and the Agency may reject the bidder’s offer
        1. Review of the Entry of Proposed Fees.
          After a bidder has entered where provided within the eProcurement Portal his/her proposed unit costs for the Pricing Items, the Portal will automatically multiply the proposed firm-fixed fee that the Agency has published. The Agency strongly recommends that each bidder, after the entry of these proposed fees within the eProcurement Portal, print the receipt provided and review the entry to ensure that the bidder has entered the proposed fees correctly (the Portal will allow the bidder to immediately re-enter the Portal at any time prior to the posted deadline to correct any such entry). The bidder will NOT be able to correct this entry after the posted deadline has expired, which means that the Agency will utilize such entry, correct or incorrect, to determine the apparent low bidder
        2. No Post-submittal Deadline Corrections Allowed.
          The Agency WILL NOT, after the submittal deadline, negotiate an increase to any unit costs or fees proposed prior to the submittal deadline; accordingly, bidders are strongly cautioned to submit a realistic price for the Pricing Items.
    • Exterior of Sealed Proposal Package

      The package exterior must clearly denote the above noted IFB number and must have the proposer’s name and return address. Proposals received after the published deadline will not be accepted.

    • Protest

      An aggrieved bidder shall have three (3) business days after the date of issuance of the notice of intent to award, or notice of respondents selected to advance to a tier of competition, to submit to the CF, a written protest of the matter described in the award. The written protest must specify the grounds upon which the protest is based demonstrate the basis for the protestor’s status as an aggrieved bidder.

      A bidder is an aggrieved bidder only if the person or entity is one to whom a notice of selection of a competitive tier or notice of an intent to award has been, or should have been, sent and such person or entity has been erroneously denied the award of a Contract or has been erroneously eliminated from contract because:

      • All higher-ranked bidders were non-responsive or all higher ranked bidders clearly failed to meet the Standards of Responsibility;
      • The evaluation of bids was not conducted in accordance with the criteria or processes described in the Solicitation documents;
      • The evaluator abused his or her discretion in disqualifying the protestor’s bid as Nonresponsive or as failing to meet the Standards of Responsibility; or
      • The evaluation of bids or subsequent determination of award was otherwise made in violation of the Public Contracting Code or the Agency’s Public Contracting Rules.

      The COO, or other person so delegated by the Agency’s Executive Director, shall consider a written protest and issue a written decision on the protest. The COO may not consider a protest that is filed in an untimely manner or that fails to allege facts that would support a finding that the protestor is an aggrieved bidder. This decision may be appealed to the Agency’s Board of Commissioners by providing a written appeal to the Executive Director within three (3) business days after the date on which the COO sends his or her decision to the bidder’s postal address specified in the written protest. The decision of the Board, or if no timely appeal to the Board is made, the decision of the COO shall be the final decision of Agency on the protest.

    • More than One Award Possible

      The Agency reserves the right to complete award to one firm only or to complete award to multiple firms.  If award is made to more than one firm, such awards will be based on the Agency’s opinion that a firm can offer the Agency greater value for a certain service area as detailed within the scope of work.  The Agency reserves the right to make such decision at any time during the ensuing contract period(s) meaning, the Agency could initially make award to one firm only, then, at any time during the ensuing contract period(s), decide to make an additional award(s) if the Agency decides such is in its best interests to do so.

    • Business License

      Provide proof of California Business License, General Liability, Auto-Insurance, Worker’s Compensation, Other Liability Insurance and Bid Guarantee equivalent to 5% of the bid price and one of the following: Performance and payment bond for 100% of the contract price; separate payment and performance bond each for 50% or more of the contract price; 20% cash escrow; or 25% irrevocable letter of credit.

    • Labor Standards and Prevailing Wage Requirements

      Federal Labor Standards (Davis-Bacon)
      This project is funded in whole or in part with federal funds and is subject to the labor standards provisions of the Davis-Bacon Act, as administered by the U.S. Department of Labor and required by U.S. Department of Housing and Urban Development.

      The Contractor and all subcontractors shall comply with:

      • Davis-Bacon wage determinations incorporated into this solicitation
      • Federal Labor Standards Provisions (HUD-4010)
      • Certified payroll reporting requirements

      State of California Prevailing Wage Requirements
      This project is also subject to California Public Works laws, including prevailing wage requirements enforced by the California Department of Industrial Relations.

      The Contractor shall comply with:

        • Applicable California prevailing wage determinations
        • Apprenticeship requirements
        • Certified payroll reporting through DIR

      Dual Wage Compliance Requirement
      Where both Federal Davis-Bacon and California prevailing wage requirements apply, the Contractor shall:

      • Pay not less than the higher of the applicable wage rates for each labor classification, fringe benefit, and overtime requirement.
    • Per HUD Procurement Handbook 7460.8 REV 3
        • Section 16.5.A, Required Efforts.  Consistent with Presidential Orders 11625, 12138, and 12432, the Agency shall make every effort to ensure that small businesses, MBEs, WBEs, and labor surplus area businesses participate in Agency contracting.
        • Section 16.5.B, Goals.  The Agency is encouraged to establish goals by which they can measure the effectiveness of their efforts in implementing programs in support of contracting with disadvantaged firms.  It is important to ensure that the means used to establish these goals do not have the effect of limiting competition and should not be used as mandatory set-aside or quota, except as may otherwise be expressly authorized in regulation or statute.  Some localities have adopted minority contracting set-aside policies or geographic limitations, which may be in conflict with Federal requirements for full and open competition.
    • Payment Bond

      The payment bond is a method of ensuring that the Contractor pays the subcontractors and suppliers. By requiring payment bonds, the Agency avoids becoming entangled in disputes concerning payment of subcontractors and suppliers by the general contractor. The surety underwriting the payment bond ensures the contractors and suppliers will be paid. Often, performance and payment bonds are combined into a single document. Failure to pay subcontractors for work performed in commercial contracts may often lead to the subcontractor filing a mechanic’s lien against the property owners to obtain payment for services rendered. The Agency contract requires the payment bond to prevent this problem and ensure that no lien will be filed against any Agency building or lot of ground. As a reminder, Clause 24 of form HUD-5370, General Conditions of the Contract for Construction (Attachment G-1 attached hereto) clearly forbids the placement of any liens and is binding on any contractor, subcontractor, and material supplier.

    • Assistance to Small and Other Business, Required Efforts

      Within our Agency Procurement Policy, it states that our Agency will:

      • Include such firms, when qualified, on solicitation mailing lists;
      • Encourage their participation through direct solicitation of bids or proposals whenever they are potential sources;
      • Divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by such firms;
      • Establish delivery schedules, where the requirement permits, which encourage participation by such firms;
      • Use the services and assistance of the Small Business Administration, and the Minority Business Development Agency of the Department of Commerce;
      • Include in contracts, to the greatest extent feasible, a clause requiring contractors, to provide opportunities for training and employment for lower income residents of the project area and to award subcontracts for work in connection with the project to business concerns which provide opportunities to low-income residents, as described in 24 CFR Part 75 (so-called Section 3 businesses); and
      • Require prime contractors, when subcontracting is anticipated, to take the positive steps listed above. 
    • DIR Registration Requirement

      In accordance with California Labor Code:

      • All Contractors and Subcontractors must be currently registered with the DIR at the time of bid submission
      • Contractors must maintain active registration through the duration of the project
      • Failure to provide proof of DIR registration shall render a bid non-responsive
    • HUD Forms

      Please note that the Agency has no legal right or ability to (and will not) at any time negotiate any clauses contained within ANY of the HUD forms included as a part of this IFB.

    • As-built Record Documents

      Do not use Record Documents for construction purposes; the documents shall be protected from loss in a secure location; provide access to Record Documents for the Agency's reference.

      1. If issued, maintain a clean, undamaged set of blue or black line white‑prints of Contract Drawings and Shop Drawings. Mark‑up these drawings to show the actual installation. Mark whichever drawing is most capable of showing conditions accurately. Give particular attention to concealed elements that would be difficult to measure and record at a later date
    • Submission Conditions

      Do not fold or make any additional marks or notations on the documents to be submitted.  Bidders are not allowed to change any requirements or forms contained herein, either by making or entering onto these documents or the documents submitted any revisions or additions; and if any such additional marks, notations or requirements are entered on any of the documents that are submitted to the Agency by the proposer, such may invalidate that proposal.  If, after accepting such a proposal, the Agency decides that any such entry has not changed the intent of the proposal that the Agency intended to receive, the Agency may accept the proposal and the proposal shall be considered by the Agency as if those additional marks, notations or requirements were not entered on such.  By accessing the noted Internet System, registering and downloading these documents, each prospective bidders that does so is thereby agreeing to confirm all notices that the Agency delivers to him/her as instructed, and by submitting a bid, the bidder is thereby agreeing to abide by all terms and conditions published herein and by addendum pertaining to this IFB.

    • Price Escalation of Firm-Fixed Fees

      There shall be no escalation of the proposed firm-fixed fee amounts proposed and awarded at any time during the ensuing contract periods (except for, as designated by HUD, appropriate Agency-approved change orders awarded for “unforeseen conditions” within the general scope of work).

    • Professional Liability Insurance

      An original certificate showing the proposer's professional liability and/or "errors and omissions" coverage (minimum of $1,000,000 each occurrence, general aggregate minimum limit of $2,000,000), with a commercially reasonable deductible (e.g., “commercially reasonable,” meaning at least 1% of the “general aggregate minimum” of the policy, with a maximum deductible amount of $50,000;

    • Assignment of Personnel

      The Agency shall retain the right to demand and receive a change in personnel assigned to the work if the Agency believes that such change is in the best interest of the Agency and the completion of the contracted work.

    • Automobile Insurance

      An original certificate showing the proposer’s automobile insurance coverage in a combined single limit of $1,000,000.  For every vehicle utilized during the term of this program, when not owned by the entity, each vehicle must have evidence of automobile insurance coverage with limits of no less than $50,000/$100,000 and medical pay of $5,000.

    • No Deposits/No Retainers

      The Agency will NOT pay any deposits or retainer fees as a result of award of the ensuing contract (such is not allowed per relevant HUD regulation).  This means that the Agency will pay the successful proposer(s) for actual services provided only.

    • Build America, Buy America (BABA) Act Requirements

      If applicable, by receipt of a contract award it shall be the responsibility of the successful bidder to agree, certify, and eventually show proof that the work and products provided and installed by the contractor are in full compliance with the requirements of the noted Act. More information can be obtained at the following link: https://www.hud.gov/baba.

    • Submission Responsibilities

      It shall be the responsibility of each bidder to be aware of and to abide by all dates, times, conditions, requirements and specifications set forth within all applicable documents issued by the Agency, including the IFB document, and any addenda and required attachments submitted by the proposer.  By virtue of completing, signing and submitting the completed documents, the proposer is stating his/her agreement to comply with all conditions and requirements set forth within those documents.  Written notice from the bidder not authorized in writing by the CF to exclude any of the Agency requirements contained within the documents may cause that proposer to not be considered for award.

    • Bonding Companies

      An acceptable surety (bonding) company is one that is authorized to do business in the State of California and is acceptable to HUD and the Agency. The surety must be listed on the most recently published U.S. Treasury Circular 570 (often referred to as the T-List). Individual sureties are not permitted. Circular 570 is available from the U.S. Department of the Treasury, Financial Management Service, Surety Bond Branch, Room #262C, 401 14th Street, S.W., Washington, D.C. 20227. The T-List may also be accessed on the Internet at: https://www.fiscal.treasury.gov/surety-bonds/circular-570.html.

    • Prior Agency Approval Required

      Please note that the successful bidder shall NOT conduct any additional work without the prior written authorization of the Agency representative. Failure to abide by this directive shall release the Agency of any obligation to pay the successful bidder for any work conducted without the noted prior written authorization.

    • Local Contracts During Guarantee Period

      Subcontractors whose home office is outside the County of Fresno shall retain the services of appropriate specialty contractors located within Fresno County for repairs and/or adjustments required under the guarantees.  All such contractors must be approved by the Agency.  At the option of the Agency, such contracts shall be assigned to the Agency.

    • Builder’s Risk Insurance

      Before commencing work, the Contractor shall furnish the Owner with a certificate of insurance evidencing that Builder’s Risk (fire and extended coverage) Insurance on all work in place and/or materials stored at the building site(s) is in force. The Builder’s Risk Insurance shall be for the benefit of the Contractor and the Owner as their interests may appear and each shall be named in the policy or polices as insured. The Contractor in installing equipment supplied by the Owner shall carry insurance on such equipment from the time the Contractor takes possession thereof until the Contract work is accepted by the Owner. Policies shall furnish coverage at all times for the full cash value of all completed construction, as well as materials in place and/or stored at the site(s), whether or not partial payment has been made by the Owner. The Contractor may terminate this insurance on buildings as of the date taken over for occupancy by the Owner. The Contractor is not required to carry Builder’s Risk Insurance for modernization work which does not involve structural alterations or additions and where the Owner’s existing fire and extended coverage policy can be endorsed to include such work.

    • Communication

      The Agency shall be the primary on-site point of contact for the Contractor pertaining to this work. The Contractor shall be free to converse and communicate with the Agency during or between visits; however, all requests for changes or decisions shall be submitted to the Agency and approved by the Executive Director after receipt and consideration of written request from the Agency. The Agency anticipates that it will typically make a decision in such matters within 3 work days of receipt, though such response time-frame may be shorter or longer depending on the situation; accordingly, the Contractor shall be required to submit such written requests in as timely a manner as reasonably possible. When construction commences, all communication must be directed to the designated Agency contact person only.

    • Davis Bacon Federal Wage Rates and/or HUD Maintenance Wage Rates and/or State Prevailing Wage Rates

      As detailed within pertinent HUD and Federal regulations, the Contractor shall comply with either Federal Davis-Bacon Wage Rates (for all “construction contracts in excess of $2,000”), California Prevailing Wage Rates and/or Maintenance Wage Rates. Where difference exist, the higher wage rate shall apply.

      Pursuant to California Labor Code, Section 1771, 1774-1776, 1777.5, 1813 and 1815, the general prevailing wage rates for this project are those published by the Director of the Department of Industrial Relations for Fresno County, available at at the California Department of Industrial Relations website https://www.dir.ca.gov. The applicable wage determinations are those in effect at the time of advertisement for bids.  Prevailing Wage (ca.gov).

      The applicable Wage Rates pertaining to the work detailed herein are available at Wage Determinations | SAM.gov. These regulations can be found in the Title 29CFR, www.ecfr.gov/current/title-29. This work will be subject to all the requirements pertaining to Davis-Bacon work, including the applicable Federal forms and procedures (i.e., on-site interviews; certified payrolls; etc.).  

    • Unauthorized Sub-Contracting Prohibited

      The successful bidder shall not assign any right, nor delegate any duty for the work proposed pursuant to this IFB (including, but not limited to, selling or transferring the contract) without the prior written consent of the CF.  Any purported assignment of interest or delegation of duty, without the prior written consent of the CF shall be void and may result in the cancellation of the contract with the Agency, or may result in the full or partial forfeiture of funds paid to the successful proposer as a result of the proposed contract; either as determined by the CF.

    • City/County Business License

      If applicable, a copy of the proposer’s business license allowing that entity to provide such services within the City or County of Fresno.

    • Contract End Items

      Upon completion of the project the Contractor must submit the following:

      1. A separate payment request for the retainage;
      2. A one-year warranty letter from the Contractor;
      3. Consent of Surety to Final Payment;
      4. Contractor’s Affidavit of Release of Liens;
      5. Contractor’s Certificate and Release; and
      6. As- built’ s (Mark-ups delivered to Agency
    • State Business License

      If applicable, a copy of the proposer's license issued by the licensing authority allowing the proposer to provide the services detailed herein.

    • Notice of the Contractor

      Notice to the Contractor shall be issued to the Contractor by the Agency for any violation of the contract documents.  Failure to make corrections as specified shall result in the delay of funds for that portion of the work for which correction is required.

    • Contractor’s Request for Payment

      As detailed within Chapter 9, Procurement and Contract Administration, of Handbook 7485.1.

      1. The Agency is responsible for making progress payments. Typically, progress payments for acceptable work and materials delivered and stored on the site will be made at 30-day intervals.
      2. Payment will be based on the percentage of work completed during a one-month period.
      3. A 10% retention will be withheld on each payment request. A separate payment request for the return of the retention will be required at the completion of the work
      4. Request for Payment Forms. The Contractor shall submit a request for payment for this project on the following forms, each as may be appropriate:

        IFB Section

        Form Description

        4.02.06.D.1

        Form HUD-51000 (1/2014), Schedule of Amounts for Contract Payments

        4.02.06.D.2

        Form HUD-51001 (1/2014), Periodic Estimate for Partial Payment

        4.02.06.D.3

        Form HUD-51002 (1/2014), Schedule of Change Orders

        4.02.06.D.4

        Form HUD 51003 (1/2014), Schedule of Materials Stored

        4.02.06.D.5

        Form HUD-51004 (1/2014), Summary of Materials Stored

        4.02.06.D.6

        Form HUD-5372(1/2014), Construction Progress Schedule

        4.02.06.D.7

        All relevant Subcontractors Weekly Certified Payrolls must accompany the payment request utilizing form WH-347

        4.02.06.D.8

        Retainage. The Request for Payment form must list and clearly identify the retainage in the amount of 10% as a deduction to the subtotal of charges on the Request for Payment.

      5. Review and Approval.  The Agency will review each such Contractor request for payment and will approve the payment only if the following listed conditions are met. If the Contractor requests payment items which have not been completed in a satisfactory manner (“satisfactory,” as determined at the sole discretion of the Agency), the Agency shall hold payment for the unsatisfactory items, and pay the balance of the request (i.e., the undisputed portion). The Agency shall ensure:
        1. The request for payment is consistent with the Agency-approved schedule of amounts for contract payments; and,
        2. The total of the request for payment does not include the amount to be retained by the Agency under the contract (retention or retainage); and,
        3. The work covered by the request for payment has been performed in accordance with the construction documents; and,
        4. The Periodic Estimate for Partial Payment has been properly executed on all applicable supporting documentation submitted; and, 
        5. The Contractor has submitted all required reports such as payroll reports.
      6. Distribution of Documents. The Contractor shall submit 1 original copy of all documentation required. The Agency shall retain the original Periodic Estimate for Partial Payment requests and all applicable supporting documentation for its file. 
    • Debris

      The Contractor shall clean work areas daily, at the end of the workday, of all work-generated debris which may endanger the safety of the others (the public; Agency residents; etc.).

      1. All work areas must be kept sanitary and clean of any trash. Debris from work must be removed from living areas.
      2. The Contractor must examine the work area and determine any unsuitable work condition
      3. Any required removal or replacement of this work caused by unsuitable conditions will be just cause for the Contractor to bear the expense.  Notice of unsuitable conditions shall be brought to the Agency’s representative in written form
      4. The Contractor shall provide a construction dumpster as needed to dispose and removal all debris. The use of the Agency dumpsters is prohibited.
    • Profile of Firm Form

      The requested related information shall also be entered where provided for on the Profile of Firm Form (DO NOT ATTACH or SUBMIT COPIES WITHIN THE PROPOSAL SUBMITTAL--we will garner the necessary certificates from the successful proposer prior to contract execution).

    • Delivery of Materials

      The Contractor and each Subcontractor shall inspect the site and determine the availability of storage space and trucking facilities to bring material or equipment into the building, or any other factors affecting the work under this Contract.

      1. Long lead items should be ordered as soon as possible, after contracts are signed, to expedite shop drawings and delivery of materials to the site. Advance planning will be important to ensure timely delivery of materials.
    • Final Inspection of Punch List

      The Agency shall provide one (1) final inspection site visit to develop the final Punch List when the following are completed:

      1. All new construction and installations are 100% complete and operational.
      2. A test and balance report has been completed and delivered to the Agency for review.
      3. All final inspections and permits have been closed and delivered to the Agency and Agency.
      4. When the Contractor has completed all the required work and feels substantial completion has been achieved, the Contractor must document and request a final inspection and punch list be performed by the Agency. This will document the one (1) final inspection and punch list by the Agency.
      5. When the Contractor has completed all the punch list items, the Contractor shall document and request a final re-inspection by the Agency.
      6. The Agency will provide one (1) final site visit for re-inspection of the punch list items.
      7. If the Agency feels the punch list items have not been completed satisfactorily, notice will be given to the Contractor.
      8. All punch list items must be completed at the time of substantial and final acceptance.
      9. If the final punch list items are not complete at the time of the final inspection, the retention will be withheld until final acceptance by the Agency
    • Lay-Out and Dimensions

      The Contractor and each Subcontractor shall verify, and field check, all plan dimensions, elevations, and quantities on both the existing building and the new work under their respective responsibilities before proceeding with work. Discrepancies must be brought to the attention of the Agency in writing for clarification or correction. Any Contractor failing to exercise such precautions shall be held responsible for the cost of correcting any resulting errors.

    • Maintenance Manuals (if applicable)

      Organize maintenance data into sets of manageable size. Bind in individual heavy‑duty 2‑inch, 3‑ring vinyl‑covered binders, with pocket folders for folded sheet information.  Mark identification on front and spine of each binder.  Include the following information:

      1. Maintain Emergency instructions;
      2. Spare parts list;
      3. Copies of warranties;
      4. Wiring diagrams;
      5. Recommended "turn around" cycles;
      6. Inspection procedures; and
      7. Shop Drawings and Product Data
    • Operating and Maintenance Instructions

      Arrange for the installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance.  Include a detailed review of the following:

      1. Maintenance manuals;
      2. Spare parts and materials;
      3. Tools;
      4. Lubricants;
      5. Control sequences;
      6. Hazards;
      7. Warranties and bonds;
      8. Maintenance agreements and similar continuing commitments;
      9. Start up and shutdown;
      10. Emergency operations;
      11. Noise and vibration adjustments; and
      12. Safety procedures
    • “Or Equal” Specifications

      Herein, or within the attached specifications, whenever the Agency has listed a specific brand name the words “or equal” shall automatically apply thereto. This term “or equal” means that the apparent successful bidder may propose to provide an alternate product as long as such proposed alternate product, in the opinion of the Agency, meets the minimum specifications. As detailed within Section 9.3.B.3 of HUD Procurement Handbook 7460.8 REV 2, brand names are listed herein for “establishing design and quality standards” for the product identified. If a bidder wishes to provide a different product than the product the Agency has identified, the Agency will be pleased to respond to any specific written request from a bidder with a listing of the “essential characteristics” for any such product (the bidder may also, if he/she wishes, wait to see if the firm is the apparent successful bidder then submit such written request after the bid submittal deadline when the Agency will evaluate such alternate products, if submitted).

    • Payroll Reports

      The Contractor shall, during the term of the work, within 7 days of the end of any weekly payroll period, forward to the Agency a copy of the weekly payroll.

      1. The Contractor is hereby made aware that the Agency will conduct periodic on-site wage surveys of the Contractor's staff working at the site. It is the responsibility of the Contractor to ensure that such work staff cooperate fully with the Agency interviewer. Relating to such interviews, please also see form HUD-11 (08/2004).
    • Permits

      The Contractor shall obtain any and all required permits pertaining to any assigned work at his/her expense.

    • Required Licensing

      The Contractor(s) shall be in possession of any current appropriate licensing that may be required by the County of Fresno (and/or, if applicable, any city jurisdiction therein in which work will be performed) and/or the State of California. The Contractor shall be duly licensed in accordance with the State of California, and will eventually be required to provide the Agency proof of such current licensing.

    • Retainage

      Retainage for this work shall be in the amount of 10 percent, which shall be applied to each payment until final payment, at which time all retainage held will be paid by the Agency to the Contractor.

    • Safety

      It shall be the responsibility of the Contractor to ensure, at all times during the performance of the work, to the maximum extent feasible, to protect the safety of Agency residents and staff, the Contractor's staff, and subcontractors, and the public. This shall include, but not be limited to, compliance with all OSHA-related Federal and local laws, codes, and regulations.

    • Security during Work

      The Contractor shall take all means necessary to maintain the security of the area in which they are working.  These security measures must be carried out on a twenty-four-hour basis, not just during normal work hours.

    • Site Assessment

      The Contractor and contracted subcontractors are strongly encouraged to examine the project site before submitting a bid

      1. A Pre-bid Conference and walk-through is scheduled as noted within the timeline herein. Due to the complexity of the project attendance is strongly encouraged, although Non-Mandatory.
      2. Additional site visits after the initial Pre-bid walk-through may be scheduled. The Contractor must contact the Agency Contact Person listed within the preceding Table No. 2 herein to schedule a site visit. Allow a minimum of three (3) business days to schedule an appointment. Unscheduled visits are prohibited
    • Temporary Facilities

      It shall be the responsibility of the Contractor to provide any temporary facilities that may be required, including, but not limited to temporary toilets; water; fencing; barricades; lighting; planking; signage; guardrails; etc. Accordingly, it shall be the responsibility of the Contractor to secure and maintain such items during the term of the work

    • Time of Completion

      The Contractor shall commence work under the ensuing contract on a date to be specified within the Notice to Proceed (NTP) form issued by the Agency. Normal working hours shall be Monday through Friday, 8:00 AM to 5:00 PM PT. All other working hours require pre-approval. Provide a minimum of five (5) working days for approval and planning.

    • Tools/Equipment/Materials

      The Contractor shall ensure that at all times during the work tools, equipment, and materials are handled, placed, and stored in a secure and safe manner so as to protect all parties, including, but not limited to, the Contractor's workers, Agency tenants and staff, and the public at large. The Contractor shall ensure that during non-working hours such items are not left unattended on the job site when such safety may be compromised. If applicable, as the building the Contractor will be working in is occupied by housing tenants, including a number of elderly/disabled or special needs persons, it will be especially important that traffic areas are clear for access and egress.

    • Weekends

      Unless otherwise approved by the Agency in writing, the Contractor shall not perform work on Agency property during a holiday or weekend days (Saturday or Sunday).

    • Work Standards

      It is the responsibility of the Contractor to ensure that each worker provided by the Contractor shall be fully trained and qualified to provide any assigned work. Accordingly, all work provided shall be guaranteed by the Contractor to be performed in a workmanlike manner and in accordance with all applicable laws, codes, and/or regulations, including those issued by, but not limited to, the County of Fresno (and/or, if applicable, any city jurisdiction therein in which work will be performed), and/or the State of California, or any applicable Federal Agency. Smoking is prohibited within the building and within the building property boundaries.

    Submission Requirements

    • Debarred Statement: (required)

      Has this firm, or any principal(s) ever been debarred from providing any services by the Federal Government, any state government, the State of California, or any local government agency within or without the State of California?

    • Detailed Explanation-Debarred Statement: (required)

      Please provide a full detailed explanation, including dates, circumstances, and current status.

    • Detailed Explanation-Disclosure Statement: (required)

      Does this firm or any principals thereof have any current, past personal or professional relationship with any Commissioner or Officer of the Agency?

    • Detailed Explanation-Disclosure Statement: (required)

      Please provide a full detailed explanation, including dates, circumstances, and current status

    • Felony Disclosure: (required)

      Has any principal(s) or any person(s) proposed to perform the work ever been convicted of a felony?

    • Detailed Explanation-Felony Disclosure (required)

      Please provide a full detailed explanation, including dates, circumstances, and current status. PLEASE NOTE: The Agency reserves the right to not complete award to any bidder that has staff who has been convicted of a felony if the Agency feels that doing such is in its best interests.

    • Build America, Buy America (BABA) Act Requirements: (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree, certify, and eventually show proof that the work and products provided and installed by the contractor are in full compliance with the requirements of the noted Act. More information can be obtained at the following link: https://www.hud.gov/baba

    • Section 3 Statement: (required)

      Are you claiming a Section 3 business preference?

    • Pursuant to the Section 3 portion within the Conditions and Specifications, and pursuant to the documentation justifying such submitted under Tab No. 9, which priority are you claiming? (required)

      Please download the below documents, complete, and upload.

    • HUD 5369 Instructions to Bidders for Contracts-Construction (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 5369-A Representations, Certifications, and Other Statements of Bidders (required)

      Please download the below documents, complete, and upload.

    • HUD 5369-B Instructions to Offerors Non-Construction (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 5369-C Certifications and Representations of Offerors Non-Construction (required)

      Please download the below documents, complete, and upload.

    • Disclosure of Bobby Activities SF-LLL (required)

      Please download the below documents, complete, and upload.

    • Lobbying Certificate (required)

      The Proposer certifies, to the best of his or her knowledge and belief, that:
      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of ANY Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

      2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in
      connection with THIS Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions.

      3. The Proposer shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly.

      This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

    • HUD 50071 Certificate of Payments to Influence Federal Transactions (required)

      Please download the below documents, complete, and upload.

    • HUD 2530 Previous Participation Certification (required)

      Please download the below documents, complete, and upload.

    • HUD 5370 General Conditions for Construction (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 5370-C1 General Conditions for Non-Construction Section I (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 5370-C2 General Conditions for Non-Construction Section II (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 5370-EZ General Contract Conditions for Small Construction/Development Contracts (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 92554-M Supplementary Conditions To The Construction Contract (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 2554 Supplementary Conditions of the Contract for Construction (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 4010 Federal Labor Standards Provisions (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD-92010 Equal Employment Opportunity Certification (required)

      Please download the below documents, complete, and upload.

    • HUD 51000 Schedule of Amounts For Contract Payments (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 51001 Periodic Estimate for Partial Payment (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 51002 Schedule of Change Orders (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 51003 Schedule of Materials Stored (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 51004 Summary of Materials Stored (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 5372 Construction Progress Schedule* (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • Wage and Hour Division (WHD)-347 (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • HUD 11 Record of Employee Interview Instructions (required)

      Please download the below documents, complete, and upload.

    • HUD 50071 Certification of Payments Certification of Payments to Influence Federal Transactions (required)

      By executing this form the bidder thereby agrees that by receipt of a contract award, it shall be the responsibility of the successful bidder to agree and certify full compliance of the requirements of the notated HUD form above.

    • Bid Bond SF-24 (required)

      Please download the document, complete, and upload

    • Performance Bond SF-25 (required)

      Please download the document, complete, and upload

    • Payment Bond SF-25A (required)

      Please download the document, complete, and upload

    • List of Subcontractors (required)

      The undersigned proposes to enlist the following subcontractors for the duration of this project.  It is understood that no substitutions or deletions or additions will be made to this list without the approval of the Agency and under the procedures required by law. Contractors are encouraged to utilize Section 3 Business Enterprises, Disabled Veteran Business Enterprises (DVBE), Minority and/or Women-Owned Business Enterprises (MBE/WBE), and LGBTQ+ Business Enterprises. 

      Provide Subcontract information as shown in the example below.

      Example Format:

      Firm Name/AddressLicense No.Trade-SOWDBE Certified?
          
    • Bidder Certification (required)

      The Bidder certifies that it is registered with the California Department of Industrial Relations and will comply with all applicable Federal and State labor standards, including Davis-Bacon and California prevailing wage requirements. 

    • Non- Collusive Affidavit (required)

      The undersigned party submitting the bid hereby certifies that the bid is genuine and not collusive and that said, the bidder entity has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the bid price of affiant or of any other bidder, to fix overhead, profit or cost element of said bid price, or that of any other bidder or to secure any advantage against the HA or any person interested in the proposed contract; and that all statements in said bid are true. 

    • Proposer's Statement (required)

      The bidder hereby states that by confirming and submitting documents within this bid submittal, he/she is verifying that all information provided herein is, to the best of his/her knowledge, true and accurate, and that if the Agency discovers that any information entered herein to be false, such shall entitle the Agency to not consider or make award or to cancel any award with the undersigned party. Further, by completing and submitting the proposal submittal, and by entering and submitting the costs where provided within the noted Procurement Portal, the proposer is thereby agreeing to abide by all terms and conditions pertaining to this IFB as issued by the Agency, either in hard copy or on the noted Internet System, including an agreement to execute the attached Sample Contract form. Pursuant to all IFB Documents, and all attachments, and pursuant to all completed Documents submitted, including forms and all attachments, the submitter proposes to supply the Agency with the services described herein for the fee(s) entered within the areas provided within the noted Procurement Portal pertaining to this IFB.

    • Month and Year of anticipated award: (required)

      Example: January 2025

    • Requesting bids from one or more qualified, _______________ (required)

      Example: B licensed General Contractors

    • Will a Bid Bond be required? (required)
    • Select the required bonds: (required)
    • Will you be needing the following sections? (required)
    • Anticipated Contract start date: (required)

      This is the date you would like the work/contract to begin by.

    • Procurement Method: (required)
    • Purchase Type: (required)
    • Wage Rate: (required)
    • Is this Construction related? (required)
    • If construction, please indicate the type of contractor license(s) required: (required)
    • Budget Amount: (required)
    • Please indicate that you have included your Independent Cost Estimate in the Internal Documents area. (required)

      This MUST be completed.

    • Funding Source: (required)
    • If local, please specify: (required)
    • If State, please specify: (required)
    • If other, please specify: (required)
    • Is DIR Registration required? (required)

    Key dates

    1. May 6, 2026Published
    2. June 5, 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.