Active SLED Opportunity · CALIFORNIA · CITY OF NAPA
AI Summary
City of Napa seeks bids for Soscol Avenue Rehabilitation including asphalt overlay and striping. Project cost approx. $2.25M, completion in 60 working days starting Summer 2026. Requires California contractor license and DIR registration. Bids due May 6, 2026, via electronic submission.
The City of Napa, a California charter city (“City”), will accept sealed bids for its Soscol Avenue Rehabilitation Project (“Project”), by or before Wednesday, May 6, 2026, at 3:00 pm, via electronic submission through the procurement portal at https://procurement.opengov.com/portal/cityofnapa, in the manner set forth in the Instructions to Bidders.
The City is a charter city located in Napa County, with an estimated population of 80,000. Additional information about the City is available online at www.cityofnapa.org.
The City of Napa, a California charter city (“City”), will accept bids for it's Soscol Avenue Rehabilitation Project ("Project"), by or before Wednesday, May 6, 2026, at 3:00 pm, via electronic submission on OpenGov, the City's eProcurement System, at https://procurement.opengov.com/portal/cityofnapa, in the manner set forth in the Bid Submission section of the Instructions to Bidders section, at which time bids will be opened by the City.
Except as expressly authorized in writing by City, Contractor is limited to performing Work on the Project on the following days of the week, excluding holidays observed by City:
Monday - Friday
The scope of work for this rehabilitation project consists of performing 6-inch digouts at designated locations, followed by a 2-inch cold milling and asphalt concrete overlay, and installation of pavement striping along the project corridor from Silverado Trail to First Street. The limits, locations, and detailed requirements for all work are shown on the construction drawings and further described in the Technical Specifications and Special Provisions included in the project attachments, which together define the full extent of the work.
Per CalTrans Standard Specifications, Section 8-1.10, Liquidated Damages will be charged $5,200 per day based on the Engineer's Estimate.
Each Bid Form must be completed legibly using the form included in the Bid Submission section. The Bid Form must be fully completed without interlineations, alterations, or erasures. Any necessary corrections must be clear and legible, and must be initialed by the bidder’s authorized representative. A Bid Form submitted with exceptions or terms such as “negotiable,” “will negotiate,” or similar, will be considered nonresponsive. Each Bid Form must be accompanied by a completed Subcontractor List and Non-Collusion Declaration using the forms included in the Bid Submittal section, a PDF copy of the bid security, and any additional forms required by the Notice Inviting Bids or Instructions to Bidders. In addition to submitting a PDF copy of the bid security, each bidder must also send the original form of bid security to the City, as set forth in the Bid Security section, below.
Except as expressly authorized in writing by City, Contractor is limited to performing Work on the Project during the following hours:
7am - 5pm
Work outside of these hours may be permitted with the approval of the Engineer.
Each Bid Form must be signed by the bidder’s authorized representative. A Bid Form submitted by a partnership must be signed in the partnership name by a general partner with authority to bind the partnership. A Bid Form submitted by a corporation must be signed with the legal name of the corporation, followed by the signature and title of two officers of the corporation with full authority to bind the corporation to the terms of the Bid Form, under California Corporations Code § 313.
City will designate a date and time for a pre-construction conference with Contractor following Contract execution. Project administration procedures and coordination between City and Contractor will be discussed, and Contractor must present City with the following information or documents at the meeting for City’s review and acceptance before the Work commences:
A. Name, 24-hour contact information, and qualifications of the proposed on-site superintendent;
B. List of all key Project personnel and their complete contact information, including email addresses and telephone numbers during regular hours and after hours;
C. Staging plans that identify the sequence of the Work, including any phases and alternative sequences or phases, with the goal of minimizing the impacts on residents, businesses and other operations in the Project vicinity;
D. If required, traffic control plans associated with the staging plans that are signed and stamped by a licensed traffic engineer;
E. Draft baseline schedule for the Work as required under Section 5.2 of the General Conditions, to be finalized within ten days after City issues the Notice to Proceed;
F. Breakdown of lump sum bid items, to be used for determining the value of Work completed for future progress payments to Contractor;
G. Schedule with list of Project submittals that require City review, and list of the proposed material suppliers;
H. Plan for coordination with affected utility owner(s) and compliance with any related permit requirements;
I. Videotape and photographs recording the conditions throughout the pre-construction Project site, showing the existing improvements and current condition of the curbs, gutters, sidewalks, signs, landscaping, streetlights, structures near the Project such as building faces, canopies, shades and fences, and any other features within the Project area limits;
J. If requested by City, Contractor’s cash flow projections; and
K. Any other documents specified in the Special Conditions or Notice of Award.
Bid Security. Each bid must be guaranteed by bid security of ten percent of the maximum bid amount, in the form of a cashier’s check or certified check made payable to the City, or bid bond using the form included in the Bid Submittal section and executed by a surety licensed to do business in the State of California.
The insurance requirements under Section 4.3 of the General Conditions are modified for this Contract, as set forth below. Except as expressly stated below, all other provisions in Section 4.3 are unchanged and remain in full force and effect.
Pollution Liability Insurance Waived. The pollution liability insurance policy requirement set forth in subsection 4.3(A)(4) of the General Conditions is hereby waived and does not apply to this Contract.
Builders Risk Insurance Waived. The builder’s risk insurance policy requirement set forth in subsection 4.3(A)(5) of the General Conditions is hereby waived and does not apply to this Contract.
The plans, specifications, bid documents, contract, and other contract documents for the Project, and any addenda thereto (collectively, “Contract Documents”) may be downloaded from the eProcurement Portal at https://procurement.opengov.com/portal/cityofnapa, (See the Electronic Submission Section of the Instructions to Bidders for information on how to register as a vendor on OpenGov.)
This provision is intended to supplement the requirements of General Conditions Section 5.2 on Schedule Requirements and Section 5.3 on Delays and Extensions of Contract Time. Based on historic records for the Project location, Contractor’s schedule should assume the following number of normal Weather Delay Days for each month:
| Month | # Normal Weather Delay Days |
| January | |
| February | |
| March | |
| April | |
| May | |
| June | |
| July | |
| August | |
| September | |
| October | |
| November | |
| December |
Weather Delay Days which do not occur during a given month based on the number of days allocated for that month (above) do not carry over to another month.
Questions or requests for clarifications regarding the Project, the bid procedures, or any of the Contract Documents must be submitted electronically, in writing, via OpenGov at https://procurement.opengov.com/portal/cityofnapa. Oral responses are not authorized and are not binding on the City. Bidders should submit any such written inquiries at least five Working Days before the scheduled bid deadline. Questions received any later might not be addressed before the bid deadline. An interpretation or clarification by City in response to a written inquiry will be issued in an addendum.
<___________________> is the Construction Manager for this Project. The Construction Manager will assist City in the management of the construction of the Project. The Construction Manager may perform services in the areas of supervision and coordination of the work of Contractor and/or other contractors, scheduling the Work, monitoring the progress of the Work, providing City with evaluations and recommendations concerning the quality of the Work, recommending the approval of progress payments to Contractor, or other services for the Project in accordance with the Construction Manager’s contract with City.
Each bidder must submit bid security equal to ten percent of the maximum bid amount, in the form of a cashier’s or certified check made payable to City, or a bid bond executed by a surety licensed to do business in the State of California on the Bid Bond form included with the Bid Submittal section in the manner set forth in the Bid Security section of the Instructions to Bidders. The bid security must guarantee that within ten days after City issues the Notice of Award, the successful bidder will execute the Contract and submit the payment and performance bonds, insurance certificates and endorsements, and any other submittals required by the Contract Documents and as specified in the Notice of Award.
No person, firm, or corporation may submit or be a party to more than one Bid Form unless alternate bids are specifically called for. However, a person, firm, or corporation that has submitted a subcontract proposal or quote to a bidder may submit subcontract proposals or quotes to other bidders.
This Project is funded in whole or in part by federal funds and subject to the following federal requirements under the terms of the funding agreement(s) between City and the federal agency or agencies providing federal funds, which are fully incorporated by this reference and made part of the Contract Documents. Copies of any funding agreement between City and a funding agency will be made available upon request.
Equal Opportunity. During the performance of this Contract, the Contractor agrees as follows:
(A) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action will include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
(B) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
(C) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision will not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor’s legal duty to furnish information.
(D) The Contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the labor union or workers’ representatives of the Contractor’s commitments under this section, and will post copies of the notice in conspicuous places available to employees and applicants for employment.
(E) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the United States Secretary of Labor.
(F) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the United States Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the United States Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
(G) In the event of the Contractor’s noncompliance with the nondiscrimination clauses of this contract or with any of the rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further federal government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the United States Secretary of Labor, or as otherwise provided by law.
(H) The Contractor will include the portion of the sentence immediately preceding paragraph (A) and the provisions of paragraphs (A) through (H) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the United States Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each Subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the City or funding agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a Subcontractor or vendor as a result of such direction by the City or funding agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.
Davis-Bacon Act. Contractor will pay wages to laborers and mechanics, not less than once a week, and at a rate not less than the current federal prevailing wages specified in the Davis-Bacon Act Wage Determination attached hereto and incorporated herein. By entering into this Contract, Contractor accepts the attached Wage Determination. <The current Davis-Bacon Act Wage Determination, which may be accessed at https://sam.gov/content/wage-determinations, must be printed and included with the Contract Documents. Also, consult the federal funding agency representative for any required contract provisions for compliance with the Davis-Bacon Act and related acts and incorporate the federal agency-specific requirements, as appropriate.>
Copeland “Anti-Kickback” Act. Contractor will comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 CFR Part 3 as may be applicable, which are incorporated by reference into this Contract. Contractor and Subcontractors must insert this requirement into subcontracts of any tier. Contractor is responsible for compliance with these requirements by each Subcontractor of any tier.
Contract Work Hours and Safety Standards Act. In addition to the California state law requirements in Article 9 of the General Conditions, Contractor and each Subcontractor must comply with the requirements of the federal Contract Work Hours and Safety Standards Act, as set forth in 40 U.S.C. 3701-3708, as supplemented by the regulations set forth in 29 CFR Part 5, as may be amended from time to time, which are fully incorporated herein, including:
(A) No Contractor or Subcontractor will require or permit any laborer or mechanic performing Work for the Project to work in excess of 40 hours in a work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours during that work week.
(B) If Contractor or a Subcontractor violates this requirement, the Contractor and any responsible Subcontractor will be liable for the unpaid wages. In addition, the Contractor and Subcontractor will be liable to the United States for liquidated damages. The liquidated damages will be computed with respect to each individual worker as specified under federal law.
(C) Contractor and Subcontractors must insert this requirement into subcontracts of any tier. Contractor is responsible for compliance with these requirements by each Subcontractor of any tier.
Rights to Inventions. If the federal funding for this Contract meets the definition of “funding agreement” under 37 CFR § 401.2(a) and constitutes an agreement between the City and a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency, will apply to this Contract and are fully incorporated into the Contract Documents by this reference.
Clean Air Act. If the Contract is for an amount in excess of $150,000, Contractor and each Subcontractor must comply with the requirements of the Clean Air Act, as amended, (42 U.S.C. §§ 7401-7671q), which are fully incorporated into the Contract Documents by this reference, including requirements for reporting violations to the awarding agency and the applicable Regional Office for the Environmental Protection Agency. Contractor and Subcontractors must insert this requirement into subcontracts of any tier in excess of $150,000.
Federal Water Pollution Control Act. If the Contract is for an amount in excess of $150,000, the requirements of the Federal Water Pollution Control Act (33 U.S.C. §§ 1251-1387) apply to this Contract and are fully incorporated into the Contract Documents by this reference, including requirements for reporting violations to the awarding agency and the applicable Regional Office for the Environmental Protection Agency requirements for reporting violations. Contractor and Subcontractors must insert this requirement into subcontracts of any tier in excess of $150,000.
Suspension and Debarment. Contractor is required to verify that neither it, nor its principals, as defined at 2 CFR § 180.995, or its affiliates, as defined at 2 CFR § 180.905, are excluded or disqualified, as defined at 2 CFR §§ 180.935 and 180.940. Contractor must comply with 2 CFR Part 180, subpart C and 2 CFR Part 3000, subpart C, and must include a provision requiring compliance with these regulations in any subcontract of any tier. If it is later determined that the Contractor did not comply with the applicable subparts, the Federal Government may pursue available remedies, including, but not limited to, suspension and/or debarment. By submitting a bid and entering into this Contract, Contractor agrees to comply with these requirements.
Byrd Anti-Lobbying Amendment. If the Contract is for an amount in excess of $100,000, Contractor must comply with the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352) and file the certification provided at 44 CFR Part 18, Appendix A, and any disclosures, with the applicable federal agency. Each tier certifies to the tier above that it will not and has not used federal-appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier will also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures will be forwarded from tier to tier up to the recipient.
Procurement of Recovered Materials. The requirements of § 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962, apply to this Contract and are fully incorporated into the Contract Documents by this reference. For individual purchases of $10,000 or more, Contractor will make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired (A) competitively within the Contract schedule, (B) in conformance with Contract performance requirements, or (C) at a reasonable price. Information on this requirement, including a list of EPA-designated items, is available at the EPA’s Comprehensive Procurement Guidelines website: https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.
Prohibition on Covered Telecommunications. Federal loan or grant funds must not be obligated or expended to procure or obtain, extend or renew a contract to procure or obtain, or enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system, as further specified in 2 CFR § 200.216, which is fully incorporated into the Contract Documents by this reference. Covered telecommunications equipment or services includes equipment produced by, services provided by, or services using equipment produced by: Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); or an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country.
Domestic Preferences for Procurements. As appropriate and to the extent consistent with Laws, the City should, to the greatest extent practicable under a federal award, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, as further specified in 2 CFR § 200.322, which is fully incorporated into the Contract Documents by this reference, including, but not limited to, iron, aluminum, steel, cement, and other manufactured products, as specified therein. The requirements of 2 CFR § 200.322 must be included in all subcontracts and purchase orders for work or products under the federal award. <Consult the federal funding agency representative for additional requirements pertaining to domestic preferences under the Build America, Buy America Act, if applicable, and incorporate the federal agency-specific requirements, as appropriate.>
This Project is funded in whole or in part by federal funds administered under Caltrans’ Local Assistance Procedures Manual (“LAPM”). Contractor must comply with the requirements set forth in the following LAPM exhibits and forms, which are attached hereto and incorporated herein (collectively, the “Caltrans Federal Contract Requirements”):
<Attach Caltrans’ federal contract requirements as specified in the LAPM and insert the document title of each attachment here. Consult the current LAPM and funding administrator as needed to determine which LAPM exhibits should be attached.>
The successful bidder will be required to provide performance and payment bonds, each for 100% of the Contract Price, as further specified in the Contract Documents.
Any addenda issued prior to the bid deadline are part of the Contract Documents. Subject to the limitations of Public Contract Code § 4104.5, City reserves the right to issue addenda prior to bid time. Each bidder is solely responsible for ensuring it has received and reviewed all addenda prior to submitting its bid.
If the City releases an addendum, it will be posted here on OpenGov. Vendors following the project, or bidders who have already submitted will be notified via email. Bidders who have already submitted responses MUST log back in, un-submit your response, acknowledge the new addendum, or risk your response being deemed non-responsive. Bidders should check OpenGov periodically for any addenda or updates on the Project at: https://procurement.opengov.com/portal/cityofnapa.
Substitution of appropriate securities in lieu of retention amounts from progress payments is permitted under Public Contract Code § 22300.
Contractor’s close out requirements include the following, if applicable:
Any specification designating a material, product, thing, or service by specific brand or trade name, followed by the words “or equal,” is intended only to indicate quality and type of item desired, and bidders may request use of any equal material, product, thing, or service. All data substantiating the proposed substitute as an equal item must be submitted with the written request for substitution. A request for substitution must be submitted within 35 days after Notice of Award unless otherwise provided in the Contract Documents. This provision does not apply to materials, products, things, or services that may lawfully be designated by a specific brand or trade name under Public Contract Code § 3400(c).
Each Subcontractor must be registered with the DIR to perform work on public projects. Each bidder must submit a completed Subcontractor List form in the Bid Submittal section, including the name, location of the place of business, California contractor license number, DIR registration number, and percentage of the Work to be performed (based on the base bid price) for each Subcontractor that will perform Work or service or fabricate or install Work for the prime contractor in excess of one-half of 1% of the bid price, using the Subcontractor List form included in the Bid Submittal section.
The Contractor may be entitled to additional compensation for cost reduction changes made pursuant to a value engineering proposal submitted by the Contractor, subject to the limitations of Public Contract Code § 7101, and in strict compliance with this Section. Contractor will not be entitled to any such additional compensation unless all of the following requirements have been met:
Any bid protest against another bidder must be submitted in writing and received by the City Clerk’s Office at P.O. Box 660, Napa, CA 94559 or sent via email to the City Clerk at clerk@cityofnapa.org before 5:00 p.m. no later than two Working Days following the date upon which the City posts the bid results (“Bid Protest Deadline”). The envelope containing the bid protest, or the subject line of the email transmitting the bid protest, must be addressed as follows: “Attn: Bid Protest - Soscol Avenue RehabilitationProject.” The bid protest must comply with the following requirements:
The Contract will be awarded, if at all, to the lowest responsible bidder. The lowest responsible bidder refers to the responsible bidder that submitted: (1) a responsive bid and (2) the lowest monetary bid, which may include factoring in a local bidder preference pursuant to Napa Municipal Code (“NMC”) Chapter 2.93, if applicable. A “responsible bidder” shall mean the bidder has demonstrated it is qualified to perform in accordance with the requirements identified in the Contract Documents, based on the bidder's experience, capacity, trustworthiness, quality and fitness. A “responsive bid” means a bid that was submitted in accordance with the requirements of the Contract Documents. The “lowest monetary bid” means the lowest bid amount calculated by the City based on the objective calculation criteria identified in the Contract Documents. For purposes of City Charter Section 101 and NMC Chapter 2.91, the lowest responsible bidder is the “lowest and best bidder,” as that term is used therein.
All bidders should carefully review the Instructions to Bidders for more detailed information before submitting a Bid. The definitions provided in Article 1 of the General Conditions apply to all of the Contract Documents, as defined therein, including this Notice Inviting Bids.
Subject to the provisions of its Charter and the NMC, City reserves the unfettered right, acting in its sole discretion, to waive or to decline to waive any immaterial bid irregularities; to accept or reject any or all bids; to cancel or reschedule the bid; to postpone or abandon the Project entirely; or to perform all or part of the Work with its own forces. The Contract will be awarded, if at all, within 60 days after opening of bids or as otherwise specified in the Special Conditions, unless extended pursuant to the Bid Security section, above, to the lowest responsible bidder, as defined in the Lowest Responsible Bidder section, above. Any planned start date for the Project represents the City’s expectations at the time the Notice Inviting Bids was first issued. City is not bound to issue a Notice to Proceed by or before such planned start date, and it reserves the right to issue the Notice to Proceed when the City determines, in its sole discretion, the appropriate time for commencing the Work. The City expressly disclaims responsibility for any assumptions a bidder might draw from the presence or absence of information provided by the City in any form. Each bidder is solely responsible for its costs to prepare and submit a bid, including site investigation costs.
A bidders’ conference will be held on NO VALUE at NO VALUE, at the following location: NO VALUE, to acquaint all prospective bidders with the Contract Documents and the Worksite. The bidders’ conference is We will not have a Bidder's Conference. . A bidder who fails to attend a mandatory bidders’ conference may be disqualified from bidding.
A bidders’ conference will be held on NO VALUE at NO VALUE, at the following location: NO VALUE, to acquaint all prospective bidders with the Contract Documents and the Worksite. The bidders’ conference is We will not have a Bidder's Conference. .
Within ten calendar days following City’s issuance of the Notice of Award to the apparent low bidder, the bidder must submit payment and performance bonds to City as specified in Article 4 of the General Conditions using the bond forms included in the Attachments section. All required bonds must be calculated on the maximum total Contract Price as awarded, including additive alternates, if applicable.
A site visit will be held on TBDat TBD, at the following location: TBD, to acquaint all prospective bidders with the Contract Documents and the Worksite. The site visit is We will not schedule a site visit. . A bidder who fails to attend a mandatory site visit may be disqualified from bidding.
The successful bidder and its Subcontractor(s) must possess the California contractor’s license(s) in the classification(s) required by law to perform the Work. The successful bidder must also obtain a City business license within ten calendar days following City’s issuance of the Notice of Award. Subcontractors must also obtain a City business license before performing any Work.
Any Subcontractor who is ineligible to perform work on a public works project under Labor Code §§ 1777.1 or 1777.7 is prohibited from performing work on the Project.
A site visit will be held on TBDat TBD, at the following location: TBD, to acquaint all prospective bidders with the Contract Documents and the Worksite. The site visit is We will not schedule a site visit. .
Only bids from prequalified bidders will be accepted. Prequalification forms and requirements are available at <________________________________>, and completed prequalification packets must be submitted by <____>:<___> <__>.m., on <______>, 20<___>, pursuant to the requirements set forth therein.
If the Project includes construction of a pipeline, sewer, sewage disposal system, boring and jacking pits, or similar trenches or open excavations, which are five feet or deeper, each bid must include a bid item for adequate sheeting, shoring, and bracing, or equivalent method, for the protection of life or limb, which comply with safety orders as required by Labor Code § 6707.
Each bidder must complete the Bid Schedule with unit prices as indicated and submit the completed Bid Schedule.
Only bids from prequalified bidders will be accepted. The following bidders are prequalified for the Project:
<list all prequalified bidders>.
Pursuant to referenced provision(s) of Public Contract Code § 3400(c), City has found that the following specific brands are required for the following particular material(s), product(s), thing(s), or service(s), and no substitutions will be considered or accepted:
| Item: | Required Brand: | Reference: |
If the Project involves the use of vehicles subject to the California Air Resources Board’s In-Use Off-Road Diesel-Fueled Fleets Regulation (13 CCR § 2449 et seq.) (“Off-Road Regulation”), then within three Working Days following a request from City, the apparent low bidder must submit to City valid Certificates of Reported Compliance for its fleet and its listed Subcontractors, if applicable, in accordance with the Off-Road Regulation, unless exempt under the Off-Road Regulation. A bid that does not fully comply with this requirement may be rejected as nonresponsive.
Substantial Complexity
The City Council or its designee has approved a finding under Public Contract Code § 7201 that this Project is substantially complex and therefore requires a retention amount higher than 5%.
Basis for Finding
The basis for the finding that this is a unique project that is not regularly, customarily, or routinely performed by City or by licensed contractors is as follows:
<provide basis for finding>.
Percentage
The percentage of retention that will be withheld from progress payments is <__________> %.
The prime contractor must perform at least <___>% of the Work on the Project, calculated as a percentage of the base bid price as set forth in this Section, with its own forces, except for any Work identified as “Specialty Work” in the Contract Documents. For purposes of computing the self-performance requirement, the total bid amount for <insert bid items to be excluded for computation purposes, if any; otherwise, delete this prompt> and any Specialty Work, as shown on the Bid Schedule, will be deducted from the base bid price before computing the <__>% self-performance requirement.
This Project is funded in whole or in part by federal funds administered under Caltrans’ Local Assistance Procedures Manual (“LAPM”)
Federal Bidding Requirements
Each bidder must comply with the requirements set forth in the following LAPM exhibits and forms, which are attached hereto and incorporated herein (collectively, the "Caltrans Federal Bidding Requirements"), including completion and submission of required federal forms in the Bid Submittal section, as further specified therein:
<Attach Caltrans’ federal bidding requirements and forms as specified in the LAPM and insert the document title of each attachment here. ANY FORMS REQUIRED FOR BID SUBMISSION SHOULD BE ATTACHED IN THE BID SUBMITTAL SECTION. Consult the current LAPM and funding administrator as needed to determine which LAPM exhibits and forms should be attached.>
Title VI Non-Discrimination Assurances
The City, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. § 2000d et seq.) and applicable regulations, including 49 CFR Part 21, 28 CFR § 50.3, and any other applicable statutory or regulatory authorities identified in the Standard Title VI/Non-Discrimination Assurances, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Any contract entered into pursuant to this advertisement will be subject to Appendix E of the Title VI Assurances, a copy of which is included in the Caltrans Federal Contract Requirements.
A completed, signed Bidder’s Questionnaire using the form provided in the Attachments and including all required attachments must be submitted within 48 hours following a request by City. A bid that does not fully comply with this requirement may be rejected as nonresponsive. A bidder who submits a Bidder’s Questionnaire which is subsequently determined to contain false or misleading information, or material omissions, may be disqualified as non-responsible.
The following documents are provided “For Reference Only", as defined in Section 3.3 of the General Conditions. These documents can be found in the Attachments section of this IFB:
<List your FOR REFERENCE ONLY documents here.>
This Project is funded in whole or in part by the federal government. Contractor must comply with all applicable federal requirements as further specified in the Contract Documents, and when procuring Subcontractors, must take all necessary affirmative steps pursuant to 2 CFR § 200.321(b), subject to the limitations of law, to ensure that minority businesses, women’s business enterprises, and labor surplus area firms are used when possible. Affirmative steps must include
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the Bid Bond document below, complete, and upload, or upload a copy of your cashier's check, certified check payable to City issued by your bank.
Please mail the original, wet-inked form of Bid Security as set forth in the Instructions to Bidders.
Please download the below documents, complete, and upload.
This provision is optional.
Government Code §§ 4003-4004 require that the City Engineer maintain an estimate of the Project costs on file in their office.
Example: 1,000,000.00
This provision is optional.
Public Contract Code § 6610 prohibits any mandatory pre-bid conference, site visit, or meeting from taking place sooner than five days after the Notice Inviting Bids is published for the first time.
Bidder's Conference information will be added in the Timeline. Meeting may be virtual.
This provision is optional.
Public Contract Code § 6610 prohibits any mandatory pre-bid conference, site visit, or meeting from taking place sooner than five days after the Notice Inviting Bids is published for the first time.
Provide the date of your Site Visit. (Example: June 1st, 2024)
Provide the time of your Site Visit (Example: 2:30 pm)
Provide the location of your Site Visit. (Example: 955 School Street, Napa CA. 94559 or link to virtual meeting)
If yes, you will be prompted to provide further details later in the template.
If yes, you will be prompted to provide further details later in the template.
Select 'Yes' to add an optional provision that may be used for projects administered under Caltrans’ Local Assistance Procedures Manual (“LAPM”) to (1) attach and incorporate bid provisions and forms for projects administered under the LAPM, as specified in Chapter 12 of the LAPM and exhibits thereto, and (2) incorporate the specific assurance required by the Standard Title VI/Non-Discrimination Assurances under Department of Transportation Order No. 1050.2A. Be sure to use the most current version of the LAPM and applicable exhibits, which may be downloaded from: https://dot.ca.gov/programs/local-assistance/guidelines-and-procedures/local-assistance-procedures-manual-lapm.
This provision is optional.
This provision is optional.
Select 'Yes' if the contract is to be funded, in whole or in part, by federal funding aid subject to the requirements of 2 CFR §§ 200.317 – 200.326, which may include disaster-related emergency work that is potentially eligible for FEMA reimbursement.
Example: 1234 Bay Lane, City, CA 99999
Example: 120
Example: December 1, 2023
Provide the classification that the project requires.
Provide a summary description of the Project.
Select 'Yes' to add a provision to list all documents provided as “For Reference Only” pursuant to Section 3.3 of the General Conditions, including all documents made available by the City or appended to the project manual for information only, and not as Contract Documents, such as geotechnical reports, record drawings or as-builts, or other information about the project or project site.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.