SLED Opportunity · CALIFORNIA · PUBLIC WORKS
AI Summary
Rehabilitation and adaptive reuse of commercial buildings at 722 North Anaheim Boulevard, including site and parking improvements. Funded by federal and local sources, requiring Class B licensed contractors and compliance with labor agreements. Mandatory pre-bid meeting on March 11, 2026.
The Store One Food Incubator Project consists of rehabilitation of approximately 1.15-acre property located at 722 North Anaheim Boulevard. The property contains two collections of contiguous commercial buildings. The northerly collection of buildings is not included in the scope of this project. The Store One project includes the adaptive reuse of the southerly building and site work to accommodate outdoor uses, minor parking improvements, accessible paths of travel, and trash storage. This project is funded by Federal Economic Development Administration (EDA) funds, Community Development Block Grant (CDBG) funds, local and philanthropic funds. This project will be partially funded with Federal funds from the United States Department of Commerce, Economic Development Administration and therefore is subject to the Federal laws and regulations associated with that program.
This project is covered “Project Work” as defined in the Community Workforce Agreement (CWA) the City entered into with the Los Angeles/Orange Counties Building and Construction Trades Council and the Signatory Craft Councils and Local Unions.
Required License Classifications prior to start of construction: Class "B" for prime contractors. DIR Certification is required for prime and subcontractors. 10% bid bond required. Liquidated Damages will be $2,000 per day. See Attachment A for additional project information.
A Mandatory Pre-Bid meeting is scheduled for March 11, 2026, at 2:00 pm and will be conducted on site at 722 N. Anaheim Blvd, Anaheim CA.
The total amount for allowance bid item #34 is $300,000. This amount shall be automatically filled on OpenGov when bids are submitted.
The Store One Food Incubator Project consists of rehabilitation of approximately 1.15-acre property located at 722 North Anaheim Boulevard. The property contains two collections of contiguous commercial buildings. The northerly collection of buildings is not included in the scope of this project. The Store One project includes the adaptive reuse of the southerly building and site work to accommodate outdoor uses, minor parking improvements, accessible paths of travel, and trash storage. This project is funded by Federal Economic Development Administration (EDA) funds, Community Development Block Grant (CDBG) funds, local and philanthropic funds. This project will be partially funded with Federal funds from the United States Department of Commerce, Economic Development Administration and therefore is subject to the Federal laws and regulations associated with that program.
This project is covered “Project Work” as defined in the Community Workforce Agreement (CWA) the City entered into with the Los Angeles/Orange Counties Building and Construction Trades Council and the Signatory Craft Councils and Local Unions.
Required License Classifications prior to start of construction: Class "B" for prime contractors. DIR Certification is required for prime and subcontractors. 10% bid bond required. Liquidated Damages will be $2,000 per day. See Attachment A for additional project information.
A Mandatory Pre-Bid meeting is scheduled for March 11, 2026, at 2:00 pm and will be conducted on site at 722 N. Anaheim Blvd, Anaheim CA.
The The City of Anaheim is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.
| Release Project Date: | February 26, 2026 |
| Pre-Bid Meeting (Mandatory): | March 11, 2026, 2:00pm 722 N. Anaheim Blvd, Anaheim CA |
| Question Submission Deadline: | March 13, 2026, 2:00pm |
| Response Submission Deadline: | March 30, 2026, 2:00pm |
Please see the Attachments section for specifications and attachments.
Annie Singhal
Construction Contracts Specialist
200 S. Anaheim Blvd
Anaheim, CA 92805
Email: asinghal@anaheim.net
Phone: (714) 765-5272
Annie Singhal
Construction Contracts Specialist
200 S. Anaheim Blvd
Anaheim, CA 92805
Email: asinghal@anaheim.net
Phone: (714) 765-5272
Please Upload your COMPLETE response, including any and all required forms listed in the solicitation and the corresponding attachments.
(Do not upload cost information in here)
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
Q (Request Regarding Pricing Input Requirements): 1. The OpenGov 4.0 Pricing Proposal currently requires entry of 38 separate numerical values at the time of bid submission. We respectfully request consideration of revising this requirement to allow the General Contractor to upload a PDF of the detailed pricing breakdown in lieu of manually entering all 38 values. Subcontractor pricing frequently changes up until bid close. From a practical standpoint, it is significantly more efficient for General Contractors to maintain pricing in an Excel spreadsheet linked to our bid-closing software, then generate and upload a PDF of the final pricing summary. Manually re-entering 38 individual figures introduces additional time burden and increases the risk of input errors without adding substantive value to the evaluation process. Allowing a PDF upload would improve accuracy, efficiency, and bidder participation while still providing a complete and transparent pricing breakdown for review. Thank you for considering this request.
A: Refer to addendum 1.
Q (No subject): 2.Could you please confirm that only the fully executed original Bid Bond must be delivered to the City Clerk on or before the bid opening date and time, and that all proposal documents will be uploaded to OpenGov and do not need to be hand-delivered to the City of Anaheim office?
A: Refer to addendum 1.
Q (No subject): 3.As shown on the equipment schedule in K2 1, the kitchen equipment will be furnished by the Owner and installed by the Contractor. Since TriMark is the designer for the kitchen equipment, can other subcontractors bid on the installation of the kitchen equipment, or is TriMark the only acceptable installer?
A: Refer to addendum 1.
Q (No subject): 4.Door #L2 01, located at Stair 1, is identified as an aluminum storefront door type FG. However, per the door schedule on sheet A9.11, this door is noted as having a 45 minute fire rating.We do not see a specification section addressing fire rated aluminum storefront doors in the project manual. Please confirm whether this door is intended to be fire rated. If so, kindly provide the applicable specification and approved fire rated aluminum door system for this location.
A: Refer to addendum 1.
Q (No subject): 5.With respect to conflict in terms between Contract Documents, do the EDA CONTRACTING PROVISIONS FOR CONSTRUCTION PROJECTS, or 2024 Greenbook , or the Agreement for Public Works take precedence?
A: Refer to addendum 1.
Q (No subject): 6.With respect to 6-1.1.10 Retention. of the Standard Specifications amendments, California public works projects are subject to a statutory limitation on retention, under which retention withheld from progress payments by a public entity, and by the prime contractor from subcontractors, is limited to five percent (5%).Please Confirm that the retention withheld on this Project will not exceed 5% of each progress payment, consistent with the California Public Contract Code applicable to public works.
A: Refer to addendum 1.
Q (No subject): 7.The Bid Solicitation Package and GreenBook Special Provisions 1-6.1 implies a fairly extensive surface and subsurface knowledge of the work site, not all of which will be feasible during the bid period. Is a careful visual examination of the Project site during the site walk, as well as review of relevant information from the City, considered adequate investigation for the purposes of establishing the existing site conditions?
A: Refer to addendum 1.
Q (No subject): 8.Please confirm that there will be an equitable adjustment in price for impacts from City furnished equipment and materials (including late delivery, incomplete, non-conforming or defective equipment; failure to meet design requirements; repair or replacement; and warranty work).
A: Refer to addendum 1.
Q (No subject): 9.If City takes over all or part of the site for partial occupancy or beneficial use, please confirm City will take over payment for insurance and utilities in the occupied space.
A: Refer to addendum 1.
Q (No subject): 10.Please Confirm Contractor be entitled to an equitable adjustment in time and or cost for interference in the performance of the work by Owner, its representatives, and or Owner's contractors.
A: Refer to addendum 1.
Q (No subject): 11.Please confirm that per 7-3.3 the Engineer shall approve Materials and equipment delivered and suitably stored on-site but not incorporated into the work may be included in progress payments.
A: Refer to addendum 1.
Q (No subject): 12.Please confirm that per 7-3.3 Materials and equipment suitably stored off-site in a location approved by Owner but not incorporated into the work, may be included in Progress Payments.
A: Refer to addendum 1.
Q (No subject): 13.RFI- 7-4.3.1 Work by Contractor states A markup of fifteen percent (15%) shall be added to the Contractor’s costs for all items 1 through 6. Please state items 1-6.
A: Refer to addendum 1.
Q (No subject): 14.In the event, after bid submission, there occurs change in the prices of any materials, equipment, or services used in the performance of the Work caused directly or indirectly by the imposition of Canadian, US, or other tariffs, please confirm that a Change Order may be issued for an adjustment in the Contract Price.
A: Refer to addendum 1.
Q (MEP Prequalification): Please confirm there are no MEP Subcontractor prequalification requirements.
A: Refer to addendum 1.
Q (No subject): Please confirm whether the City intends to compensate the Contractor for acceleration of the Work that is caused by, directed by, or required as a result of actions or decisions of the City
A: Refer to addendum 1.
Q (No subject): Please confirm there will be an equitable adjustment in time and or cost for owner interference, excessive submittal review times or denied site access by government agencies or third parties, which are not attributable to Contractor.
A: Refer to addendum 1.
Q (CMU Planter Detail Clarification ): Structural detail 1/S5.01 and Landscape detail 15/L4.00 show different CMU planter wall heights, wall thicknesses, and precast concrete cap sizes. Please confirm which detail should govern for the CMU planter walls for bidding and construction.
A: Refer to addendum 1.
Q (No subject): During the job walk yesterday, it was mentioned that the adjacent 10,000 SF building located north of the site may be available for temporary use, such as an office. Can the successful General Contractor utilize this building as the site office?
A: Refer to addendum 1.
Q (No subject): As shown on the plans, there are two new storage containers. Sheet S1.01 notes that the storage containers are to be supplied by others. Please confirm that the successful general contractor is not required to furnish or install the storage containers.
A: Refer to addendum 1.
Q (No subject): Please provide the trench drain detail referenced on SD7 (D-71 Sheet 5).
A: Refer to addendum 1.
Q (No subject): On Sheet D‑71, Sheet 7, the grease interceptor is shown on the drawings; however, there is no callout indicating that it is to be removed. Please advise whether removal is required. If so, please provide the required removal procedure and the associated existing drawings.
A: Refer to addendum 1.
Q (No subject): A proposed grease interceptor is shown on the drawings; however, there is no callout identifying it. Please confirm whether the grease interceptor is to be installed by our scope. If so, please provide the detailed drawings, as they are not included in the plumbing sheets.
A: Refer to addendum 1.
Q (No subject): Please confirm the required cover for the water line: 30 inches (per general notes) or 36 inches (per specifications).
A: Refer to addendum 1.
Q (No subject): At Location L1-32 – Pop-Up Retail, no millwork or finish carpentry callouts are indicated on the architectural drawings. Please confirm whether millwork or finish carpentry is required at this location. If so, kindly provide drawings, details, and material specifications identifying the intended scope and finishes.
A: Refer to addendum 1.
Q (No subject): The Agreement for Public Works states that if a dispute arises respecting the true value of any work omitted or of any work which CONTRACTOR may be required to do, or respecting the size of any payment to CONTRACTOR during the performance of the Agreement, said dispute shall be decided by the Engineer. However per Assembly Bill 626 "Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the public entity and the claimant sharing the associated costs equally. The public entity and claimant shall mutually agree to a [neutral] mediator within 10 business days after the disputed portion of the claim has been identified in writing. Please confirm that Assembly Bill 626 shall govern disputes.
A: Refer to addendum 1.
Q (No subject): The EDA provisions state that for each week in which Contract work is performed, the Contractor shall submit copy of all payrolls to the Owner for transmission to EDA or its designee. Please confirm this is applicable to this contract.
A: Refer to addendum 1.
Q (No subject): Sheet E-5.01, Note 5 states that the service feeders in duct bank are to be provided and installed by the owner’s contractor. Please specify who will do this work. Please confirm that conduits will be provided for these feeders as well by others. Please provide the wire size for the feeder and confirm that the wires are copper. Provide sheets mentioned in the note.
A: Refer to addendum 1.
Q (No subject): Sheet E2.11, Note 14 in the Multi-Purpose Room is shown but is not listed on the Notes or General Notes. Please provide the spec of what special receptacle this shall be.
A: Refer to addendum 1.
Q (No subject): Cord reels are seen on kitchen plans K4-2. No Spec is listed in the plans that we can find. Please provide specifications for these items.
A: Refer to addendum 1.
Q (No subject): The Alum. Storefront Spec calls for TC470 at the exterior openings, but the Storefront Schedule per Sheet A9.01 calls for AFG451T for the exterior storefront! Please advise.
A: Refer to addendum 1.
Q (No subject): Per Project Specification Section 2‑9.1, Monument Preservation, could you please confirm that there are no existing monuments within the project area?
A: Refer to addendum 1.
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.