SLED Opportunity · CALIFORNIA · CITY OF VICTORVILLE

    WATER MAINTENANCE AND REPAIR FOR STORAGE RESERVOIRS

    Issued by City of Victorville
    cityRFPCity of VictorvilleSol. 231663
    Closed
    STATUS
    Closed
    due Mar 26, 2026
    PUBLISHED
    Feb 26, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    City of Victorville requests proposals for annual water maintenance and repair services for storage reservoirs under a service agreement with renewal options.

    Opportunity details

    Solicitation No.
    231663
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    February 26, 2026
    Due Date
    March 26, 2026
    NAICS Code
    237110AI guide
    Agency
    City of Victorville

    Description

    PROJECT NAME: Water Maintenance and Repair for Storage Reservoirs

    The Victorville Water District (hereinafter referred to as "District") is requesting sealed proposals from qualified Proposer to perform Water Maintenance and Repair for Storage Reservoirs per scope of work attached herein.  The contract will be an annual service agreement one base year with options to renew.

     

    Background

    The Victorville Water District (“District”) provides potable and reclaimed water service to more than 39,000 customer connections within an approximately 85-square-mile service area in the High Desert region of Southern California. As one of the fastest growing areas in the state, the District is responsible for supporting continued development while maintaining safe, reliable, and cost effective water service.

    The District’s water system includes more than 775 miles of distribution mains, 34 active groundwater wells, multiple water storage reservoirs, and a reclaimed water system supplied by both regional and City owned wastewater treatment facilities. Water storage reservoirs are a critical component of the District’s infrastructure, supporting operational reliability, system pressure, emergency response, and regulatory compliance.

    Many of the District’s storage reservoirs are aging and require ongoing inspection, preventative maintenance, and timely repair to ensure continued serviceability and compliance with applicable federal, state, and local regulations. To support these needs, the District is seeking qualified and experienced contractors capable of performing maintenance and repair services for water storage reservoirs in a safe, efficient, and cost-effective manner.

    Project Details

    • Reference ID: MS26-077
    • Department: Water
    • Department Head: Doug Mathews (Public Works and Water Director)

    Important Dates

    • Questions Due: 2026-03-31T21:00:12.944Z
    • Pre-Proposal Meeting: 2026-03-11T16:00:00.000Z — 13700 El Evado Victorville Ca 92392

    Addenda

    • Addendum #1 (released 2026-03-11T23:28:47.409Z) —

      ADDENDUM #1 

    • Official Notice #1: Section 8. - Attachment A - Renovation Schedule and Pricing Table (released 2026-03-19T00:41:30.208Z)
    • Addendum #2 (released 2026-03-13T00:43:08.383Z) —

      Addendum #2  -  Please see attached Tank Condition Reports 

    • Official Notice #2: Faithful Performance & Payment Bond (released 2026-03-20T16:03:04.523Z)
    • Addendum #3 (released 2026-03-20T16:21:35.453Z) —

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

    • Official Notice #3: OFFICIAL CANCELLATION NOTICE (released 2026-04-02T16:06:23.347Z) —

      Please see Addendum #6 - Notice of Cancellation

      The District hereby issues this addendum to notify all perspective Proposers that the above referenced Request for Proposal (RFP), issued on February 26, 2026, is cancelled in its entirety and may reissue a revised solicitation at a later date.

      No proposals will be accepted, and any proposals received will not be opened or evaluated.

      The District appreciates the time and effort of all interested parties during the solicitation process.

    • Addendum #4 (released 2026-03-24T22:22:09.279Z) —

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

    • Addendum #5 (released 2026-03-25T19:24:42.976Z) —

      Addendum #5

    • Addendum #6 (released 2026-04-02T16:03:28.273Z) —

      Addendum #6 

    Evaluation Criteria

    • Ability to Respond Quickly (35 pts)

      Check the locations of personnel as well as where the equipment is stored.  Size of the organization might play a role here if you have enough qualified workers on staff or on-call to be able to work on the emergency quickly.

    • Experience with Similar Types of Work (30 pts)

      What type of experience does the company have with the types of facilities the District may need emergency work on?

    • Rates & Equipment (20 pts)

      While the work is paid for on a time (labor & equipment) and materials basis, the hourly rates quoted for the contract will have an impact on the District’s budget.  If the company already owns the necessary equipment, their equipment rates will be lower plus it will always be readily available.

    • Qualifications of Staff (15 pts)

      What type of certifications does the staff from the company have – provide certifications.

    Submission Requirements

    • SUBMISSION CERTIFICATION (required)

      All of the following documents are completed, fully executed, and included in my proposal submittal as required in the RFP. I understand that failure to complete and/or submit any of the required documents may be cause for rejection of my proposal submittal.

       

      Submission Certification

      Proposer's Uploads

      Proposer's Identification 

      Proposer’s References

      Proposer's Qualifications

      Worker’s Compensation Certification

      PCC 10232 Statement

      PCC 10285.1 Statement

      Signature Authorization

      Non-Collusion Declaration

      List of Subcontractors

      Debarred Certification Acknowledgement

      Senate Bill 854

      Fleet Compliance Certification

      Addenda and/or Notices and Q&A Acknowledgement

       

       

    • PROPOSER'S UPLOADS (required)

      Please upload your proposal and any additional items here.

    • PROPOSER'S IDENTIFICATION (required)

      Please download the below documents, complete, and upload.

    • PROPOSER'S REFERENCES (required)

      Please download the below documents, complete, and upload.

    • PROPOSER'S QUALIFICATIONS (required)

      Please download the below documents, complete, and upload.

    • WORKER'S COMPENSATION CERTIFICATION (required)

      The Consultant shall execute the following form as required by the California Labor Code, Sections 1860 and 1861:

       

             I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and on behalf of my firm, I will comply with such provisions before commencing the performance of the services of any contract entered into.

    • PCC 10232 STATEMENT (required)

      In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board.
      Note: The above Statements are part of the Proposal. Signing the Bid Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false statement may subject the certifier to criminal prosecution.

    • PCC SECTION 10285.1 STATEMENT (required)

      In conformance with Public Contract Code Section 10285.1, the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has , has not been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.
      Note: The bidder must place a checkmark after "has" or "has not" in one of the blank spaces provided.

    • SIGNATURE AUTHORIZATION (required)

      Please download the below documents, complete, and upload.

    • NON-COLLUSION DECLARATION (required)

      Please download the below documents, complete, and upload.

    • LIST OF SUBCONTRACTORS (required)

      Please download the below documents, complete, and upload.

    • DEBARRED CERTIFICATION ACKNOWLEDGEMENT (required)

       (a)(1) The Offeror/Bidder certifies, to the best of its knowledge and belief, that—

      (i) The Offeror/Bidder and/or any of its Principals—

      (A) Are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;

      (B) Have not, within a three-year period preceding this solicitation, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of bids; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property;

      (C) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision;

       (ii) The Offeror/Bidder has not, within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.

      (2) “Principal,” for the purposes of this certification, means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).

      This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.

      (b) The Offeror/Bidder shall provide immediate written notice to the District if, at any time prior to contract award, the Offeror/Bidder learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

      (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror’s/Bidder’s responsibility. Failure of the Offeror/Bidder to furnish a certification or provide such additional information as requested by the District may render the Offeror/Bidder nonresponsible.

      (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror/Bidder is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

      (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror/Bidder knowingly rendered an erroneous certification, in addition to other remedies available to the District, the District may terminate the contract resulting from this solicitation for default.

    • SENATE BILL 854 (required)

      Please download the below documents, complete, and upload.

    • FLEET COMPLIANCE CERTIFICATION (required)

      Please download the below documents, complete, and upload.

    • ADDENDA AND/OR NOTICES AND Q&A ACKNOWLEDGEMENT (required)

      Please download the below documents, complete, and upload.

    • Pre-Proposal Meeting? (required)
    • Attendance Requirement (required)

    Questions & Answers

    Q (License Requirements): Will the City allow a C-33 license holder to bid as the prime contractor? The RFP is calling for a Class A license, with the majority of the SOW falling under surface preparation and coatings (C-33 license). We have a lot of experience with reservoirs and have bid several RFPs as the general with a C-33 license.

    A: Good afternoon, The work was carefully considered prior to the Request for Proposal being released. The prime contractor does need to hold a Class A license.


    Q (Attachment "A" Section 8): 23. Spec Section 6 – Pricing Proposal. “USE ATTACHMENT "A" RENOVATION SCHEDULE & PRICING TABLE - INCLUDED IN SECTION 8 ATTACHMENTS.” We were unable to find either Attachment “A” or Section 8 in our copy of the RFP. Can these documents be provided?

    A: Hello there, Yes, we can provide the document for you. In OpenGov, under the Project Documents tab, Section 8 - Attachments, Attachment A is titled Renovation Schedule & Pricing Table. This is the document that you will need to complete for the pricing schedule. I will also include it in the Official Notice section of OpenGov. Thank you!


    Q (Due Date): 1. The RFP due date is one week after the Question Submittal Date. Assuming that the City will require at least a day or two to answer all questions, having a multi-million dollar multi tank bid be expertly compiled in 6 days or less is not advisable. The result being greater assumption of risk by the contractor and thereby a higher price to the City. Can the RFP due date be extended by a minimum of 2 weeks until April 9th, 2026 @ 2:00 pm?

    A: Please refer to Addendum #5.


    Q (Contract Termination): 2. Spec Section 3.21 and 3.22 – “Contract Termination, Suspension, Default” – It is understood that this Contract is for a term of 1 year with annual extensions through year #10 with a fixed annual fee. The proposed fee structure is clearly predicated on ensuring that the collection of maintenance fees always exceeds the cost of the work. There is nothing wrong with this tactic however; there are times when the City’s pre-term voluntary cancelation of the maintenance program could enhance the project profitability for the consultant. On this basis, contract termination should include the following: a. Can the consultant progress bill until the work in any specific year has been completed? b. If the maintenance program is canceled at the end of a calendar year, how does the City determine the occurrence and extent of an over-payment? c. If the maintenance program is canceled mid-year, how does the City reconcile the amount of work performed with the amount paid by the City?

    A: Please refer to Addendum #5.


    Q (Payments): 3. Spec Section 4.1 “The scope of services to be provided by the Consultant shall, at a minimum, achieve the listed goals and cover the specific items listed on an even spread-cost basis over a 10-year period”. If the intent is to establish an annual maintenance fee as an even 10 year spread cost, should we assume the total cost of the project is to be divided by ten years? Is this fee intended to be paid as an annual lump sum or a series of monthly progress payments? In either scenario, when is this payment due? (beginning of the calendar year, as equal monthly payments, or at the end of each year?) If the payments are made monthly, it will be easier for the City to withhold annual retention.

    A: Please refer to Addendum #5.


    Q (structural repair): 4. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Overall Project Goals”, 6th Bullet Point – The spec places the responsibility for structural beam and rafter repair/replacement on the consultant. Therefore, the consultant determines fitness for service of the existing structural components of the tank? Has a structural evaluation been performed to assess the existing integrity of each tank? When was the last renovation work done for each tank? What coatings were utilized during said renovations?

    A: Please refer to Addendum #5.


    Q (Title 22 Heavy Metals): 5. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” – “Overall Project Goals” – 7th Bullet Point – Regarding exterior work, the wording references the “legal removal and disposal of existing coating system (epoxy/other)”. This wording could suggest that California Title 22 Heavy Metals may be present in the existing coating system. OSHA 29CFR 1926.62 strictly regulates worker exposures to these heavy metals (Lead) therefor the following questions are applicable. a. Has testing been performed on the existing exterior coatings of each tank to determine the presence and constituency of Cal Title 22 Heavy Metals? b. If so, can the City provide the lab results? c. If not, is historical painting/coating documentation available that identifies the year and generic type of coating used on exterior surfaces d. Since the City is always categorized as the “generator” of the hazardous material/waste, failure to appropriately identify Title 22 Heavy Metals will increase project risks for the City. e. Is the contractor or the City responsible for California Title 22 Heavy Metals testing?

    A: Please refer to Addendum #5.


    Q (HAZ regulations): 6. Interior surfaces coated with coal tar materials are referenced in the spec to possibly contain hazardous materials. If hazardous materials are found, is the contractor required to include the cost of regulatory compliant abatement/disposal into the bid?

    A: Please refer to Addendum #5.


    Q (Nace III): 7. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” – “Specific Items” – 1st Bullet Point on Page #22 requiring a NACE Certified Coating Inspector to be employed “on staff’. Although this is a valuable attribute, in-house inspectors are typically influenced by their employer thereby potentially minimizing the inspection effectiveness. The NACE III Certified Inspector should be required to be sourced independently by the bidding contractor or ideally sourced directly by the City. Either of these options assists in maintaining inspection independence and provides the City with a higher level of confidence in the work quality verifications. Since the City is either directly or indirectly paying for this inspector, the inspection effectiveness and independence can be increased at no additional cost to the City.

    A: Please refer to Addendum #5.


    Q (Visual Inspections): 8. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” – The specification does not define the required scope of the “Visual Inspections”. Assuming that the tank will be in-service during these inspections, the following questions are applicable: a. Is a roof hatch based inspection acceptable for the interior phase of the visual inspections? b. If so, will the City endeavor to lower the water level to facilitate visual access to the side shell and floor surfaces?

    A: Please refer to Addendum #5.


    Q (ROV/Dive inspection procedures): 9. Spec section 4.1 “Water Maintenance and Repair of Storage Reservoirs” – During the specified dive/ROV inspections on each tank, the following questions apply: a. is the dive equipment/ROV required to be exclusively used in potable water service applications to avoid bacteriological cross-contamination? b. Is the dive equipment and ROV required to be disinfected prior to use? I c. f so, what method of disinfection is required?

    A: Please refer to Addendum #5.


    Q (VOC epoxy): 10. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Interior and Exterior Renovations” – “Exterior” - The spot primer and full-coat primer is specified to be Sherwin Williams Macropoxy 646PW. This product is no longer VOC compliant in the State of California. Can Sherwin Williams Macropoxy 646FC be substituted for the improperly specified epoxy primer?

    A: Please refer to Addendum #5.


    Q (Dewatering): 11. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Interior and Exterior Renovations” – “Interior” – The specification does not address the consultant/bidder’s reasonability levels during the tank dewatering process (whenever applicable). a. Will the City dewater the tanks? b. How much residual water will remain after the City completes its dewatering process? c. Is the consultant/bidder responsible for removing this residual water? d. If so, can the residual water be pumped to an on-site location or is the consultant/bidder required to dispose of this residual water off-site? e. Can sediment removed from the tanks during cleaning remain on site?

    A: Please refer to Addendum #5.


    Q (100% Solids Epoxy): 12. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Interior and Exterior Renovations” – “Interior” – The spec suggests that the AWWA D.102 ICS 6 is applicable yet the City specification calls for one coat of organic zinc and one coat of solvent based epoxy. In fact, ICS 6 requires two coats of epoxy to achieve the specified total system thickness of 12.5 mils minimum. a. Will the spec be modified to require a zinc primer and two independent coats of a solvent based epoxy? b. Can a bidder opt to install a far superior 100% solids epoxy system? (Sherwin Williams SherPlate PW applied over the specified blast cleanliness/profile to a minimum thickness of 25 mils including a 5 mil stripe coat of Sherwin Williams SherPlate 600 on all irregular surfaces prior to SherPlate PW application by plural component spray equipment.) i. Note: The application of the 100% solids epoxy material drastically shortens the coating cure period prior to immersion service thereby minimizing the tank outage duration. Additionally, this product selection eliminates the presence of water VOC’s that could become water borne after tank filling. VOC’s are present in the specified system which risks non-compliant water test results.

    A: Please refer to Addendum #5.


    Q (VOC Contamination): 13. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Interior and Exterior Renovations” – “Interior” - The maximum dry film thickness (DFT) of the specified organic zinc (Sherwin Williams Corothane Galvapac 1) is 4 mils. The maximum DFT of the specified solvent baser epoxy (Sherwin Williams Macropoxy 5500LT is 8 mils. On this basis the specified two coat system has an absolute maximum thickness of 12 mils thereby underrunning the specified minimum thickness. This spec requirement will require applicators to exceed the manufacturer’s recommended thicknesses to meet specification minimum DFT requirements. This spec requirement transfers premature failure responsibility onto the City and increases the likelihood of VOC contamination in the water. This VOC issue results from the propensity for solvent entrapment in a solvent based epoxy system that is applied up to (or beyond) the specified max thickness. At a minimum, will the interior coating system be amended to reflect 2 coats of the specified solvent based epoxy applied over the organic zinc primer?

    A: Please refer to Addendum #5.


    Q (Gaskets Nuts and Bolts): 14. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Interior and Exterior Renovations” – “Interior” Item “F” – Upon completion of the interior disinfection process, the spec requires the tank to be “sealed for service”. Does this process require the consultant/bidder to replace all used manway gaskets with new gaskets? Does this process require the consultant/bidder to replace all hardware (nuts/bolts/washers)? If so, are these fasters required to be stainless steel or carbon steel?

    A: Please refer to Addendum #5.


    Q (SikaFlex Caulking): 15. Spec Section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Interior and Exterior Renovations” – “Interior” Item “G” – States that “Plate laps or voids greater than ¾” (in width) located above the water line, shall be filled with applicable backer and SikaFlex 1A or equivalent”. This wording suggests that plate laps or voids of ¾” or less do not require caulking to be installed. Excluding caulking in these areas would not be unadvisable and counterintuitive since the larger gaps require caulking with backer rod. Will plate laps or voids of ¾” or less require caulking to be installed?

    A: Please refer to Addendum #5.


    Q (Security Responsibility): 16. Spec section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Overall Project Goals” – “Provide a full-service maintenance program for all covered tanks that address all aspects of tank maintenance, including safety, sanitary, structural, coatings, and security conditions.” Is the contractor responsible for unlimited security related damage to each facility beyond graffiti?

    A: Please refer to Addendum #5.


    Q (Holiday Detection): 17. Spec section 4.1 “Water Maintenance and Repair of Storage Reservoirs” “Interior and Exterior Renovations” – “Interior” – Since the AWWA D.102- ICS #6 is referenced, holiday detection testing is required to be performed below the water line and in accordance with NACE SPO-188. Unfortunately, the AWWA D.102 standard does not require holiday detection testing on non-immersion surfaces. Omitting holiday detection testing on non-immersion surfaces can be problematic (Particularly when the specification requires a thin film interior system without an epoxy stripe coat). In an effort to improve the long term serviceability of the interior coating system, can the spec be modified to include the following: a. An independent stripe coat on all irregular surfaces shall be applied using the specified solvent based epoxy to a dry film thickness of 4-6 mils. The stripe coat shall be applied by brush and roller application and the epoxy shall be worked into porous surfaces. b. Holiday detection testing shall be applied on all interior surfaces (roof, structure, columns, side shell, floor) and all appearances located throughout interior surfaces of each tank. Testing shall be performed in accordance with NACE SPO188. When high voltage detection equipment is employed, voltage setting shall strictly comply with coating manufacturer recommendations. In the absence of said recommendations, the voltage provided in the SP188 standard shall suffice.

    A: Please refer to Addendum #5.


    Q (Additional C-33): 18. Spec Section 4.2 – Required Licenses and Certifications a. 2nd Bullet Point – Applicable Contractor’s License – In addition to the California “A” License requirement as specified in Bullet Point #6, a “C-33” Specialty License pertains specifically to the painting/coating industry and should also be possessed by the consultant/bidder. The majority of this proposed work is the recoating of water tanks. A consultant possessing both an “A” License and a “C-33” License typically employs in-house work crews. The employment of in-house work crews is advisable to ensure the consultants/bidders complete control of work quality and maintains project continuity over the 10 year term of this project. This licensing requirement would discourage a contractor from intending to subcontract all work. This licensing combination avoids conflicts between the “A” licensed contractor and the subcontracted C-33 contractor in the event of work quality compromises, premature failures, safety compromises or other such problems with the subcontractor. Can the CSLB “A”License requirement be expanded to include an additional “C-33” license?

    A: Please refer to Addendum #5.


    Q (ISO 9001-2025): 19. Spec Section 4.2 – Required Licenses and Certifications- The inclusion of ISO 9001-2025 is an expensive certification that pertains to contractors/consultants performing international work. The only rational for including this certification is to exclude contractors/consultants that solely focus on the domestic market. Furthermore, this certification simply offers a regimented Quality Management System (QMS) that can be applied to international firms in an effort to obtain consistent quality control protocol throughout the international community. Very few companies (including the largest tank maintenance contractors in the USA) possess this qualification. It has no correlation to the quality of the services provided, or the long-term sustained use your system of water assets. Can this immaterial provision be replaced with a more directly applicable proof of competency requirement based on experience, such as: “All work shall be performed by skilled craftsmen qualified to accomplish the required work in a manner comparable with the best standards of practice. Contractor shall provide documentation with their bid demonstrating equivalent experience maintaining, rehabilitating, and coating, tanks for at least ten previous years providing documentation of a minimum of ten projects of similar scope for reference. Continuity of personnel shall be maintained, and any transfers of key personnel shall be coordinated with the Engineer.”

    A: Please refer to Addendum #5.


    Q (TRIR - ExMod/EMR): 20. Spec Section 4.2 – Required Licenses and Certifications – Last bullet - The Total Recordable Incident Rate (TRIR) is a general safety metric by which the number of OSHA recordable accidents can be measured against other companies within the same industry via the Bureau of Labor Statistics (BLS) “Non-Fatal Injury and Illness Table #1”. The following observations can be made: a. Since the TRIR metric does not represent job site accidents/injuries that are not reported to OSHA, the results are skewed in comparison to equivalent metrics that measure job site accidents/injuries that receive workmen’s compensation payments. b. TRIR is applicable to larger companies with over 100 employees. Most companies referencing a TRIR in the tank maintenance industry are predicating their results in combination with their parent company (usually a tank builder). This rating system, due to the 200,000-hour formula, will skew the resulting numbers unfairly against any contractor with less than 100 employees. c. The BLS Table 1 categorization for “Painting Contractors” #23832 (which is the most applicable category to this work) specifies the “Total Cases of Days Away from Work or Restricted Work Activities” at a painting industry average of 1.2 days. By stipulating the specified rating of less than 1.5 days, the City is allowing consultant/bidders with a below average safety record to participate in this bid. d. The TRIR is completely useless when a consultant/bidder subcontracts all blasting, painting and structural repair work. A consultant/bidder could subcontract to a accident prone sub with little to no consequence to anybody but the City. Although it is understood that some subcontracting is necessary, a consultants/bidders possessing in-house blasting/painting crews will provide the most accurate indication of safety compliance while maximizing the consultant’s control over the blasters and painters. e. An Experience Modification Rate (EMR) is a far more accurate way of assessing the safe history of a consultant/bidder. This rate is used by all workmen’s compensation insurance companies to assess a company’s risk in association with setting workmen’s comp rates (regardless of the size of the company). A company’s EMR is automatically predicated on the type of work performed by the company and includes all claims that require a workmen’s comp pay-out such as emergency room treatment, reimbursed work hours or other such costs typical of job-site injuries. Very simply, a rating of 1.0 reflects a company with an average number of accidents per year. A rating of less than 1.0 reflects a company with an above average safety history. Typically, most specs require an EMR of less than 0.90. This rating reflects safe operations without being unreasonably strict. Can the current TRIR requirement be replaced with a more accurate requirement of the contractor having an EMR of 0.90 or less for the previous five recorded periods?

    A: Please refer to Addendum #5.


    Q (Subcontractors): 21. Spec Section 4.3 – Contractor Responsibilities – 3rd Bullet Point - Identification of Subcontractors: Although it is understood that some subcontracting will be required to perform the specified work, the core work scope (including visual inspections, wash-out inspections, interior rehabilitations and exterior rehabilitations) should be performed by in-house employees of the consultant performing the work. Subcontracting the core work incentivizes the consultant to reduce costs by hiring subs with inadequate training, poor safety history, poor work quality history…to increase profitability while reducing the control that the consultant has over the subcontracted workers. Again, and on this basis, the Class “A” Licensed Consultant must also possess a C-33 Painting Specialty License to ensure that the consultant possess the in-house expertise to properly control this work.

    A: Please refer to Addendum #5.


    Q (Self Performance): 22. Spec Section 5.6 – List of Subcontractors –Subcontractor should not be used to perform core contractual responsibilities (particularly those associated with the blasting/coating of interior surfaces and the rehabilitation of exterior surfaces). Can the project be structured so that self-performance of the majority of the work is required?

    A: Please refer to Addendum #5.


    Q (T&M): 24. Spec Section 7 – No 3. Rates and Equipment “While the work is paid for on a time (labor & equipment) and materials basis, the hourly rates quoted for the contract will have an impact on the District’s budget. If the company already owns the necessary equipment, their equipment rates will be lower plus it will always be readily available.” Since Spec Section 4 – 4.1 states “The scope of services to be provided by the Consultant shall, at a minimum, achieve the listed goals and cover the specific items listed on an even spread-cost basis over a 10-year period,” how do rates and equipment affect the agreed upon even spread cost pricing? In that same vein, how does time and materials pricing come into play? We must assume that this serves some internal record keeping goal, but does not affect the proposed even spread cost pricing or payment structure. Is this assumption correct?

    A: Please refer to Addendum #5.


    Q (Exterior Coatings): 25. Specification Section 4.1 “Water Maintenance and Repair for Storage Reservoirs” “Overall Project Goals” 7th bullet point states that “Exterior work shall include but not be limited to, legal removal and disposal of exterior coating system…and application of an epoxy coating system on all exterior surfaces” The wording in this section would appear to require that all exterior surfaces of all tanks be abrasive blasted to an SSPC SP6 cleanliness and subsequently coated within the 10 year term of this program. However, many tanks possess an exterior coating system that is intact, relatively defect-free and capable of providing a long service life when over-coating is cyclically performed., saving the owner money. a. Will the process of pressure washing, spot repairing and over-coating the tank exteriors that are currently in good condition suffice for the entire removal of all exterior coatings as specified? b. Additionally, the specified reference of a “two part chemically cured epoxy coating system” to be applied on exterior surfaces of all tanks is typically not a stand-alone system for exterior coating application over bare steel or as an overcoat system. Epoxy is unstable to ultraviolet exposure and typically used as a prime coat that is subsequently topcoated by a polyurethane coating. Is this epoxy prime coat and polyurethane topcoat system the exterior coating system proposed for use on this project?

    A: Please refer to Addendum #5.


    Q (Out of Service Tank): 1. Tank #201 is listed as being out of service. Does the City want the rehabilitation and maintenance of this tank included in the maintenance program?

    A: Please refer to Addendum #5.


    Q (Section 18): Section 18 requires an Installation Floater policy to be maintained at the full contract value. Given the nature of the work, where materials and equipment are delivered, installed, and removed over time, would the District consider allowing the Installation Floater coverage to be written on an average or fluctuating value basis (reflecting the value of materials at risk at any given time), rather than the full contract value, provided that such coverage adequately protects the interests of the District?

    A: Please refer to Addendum #5.


    Q (Interior Coating): Question: Would you consider Quadex Structure Guard – Water as an approved NSF 61 certified protective coating for interior rehabilitation? Structure Guard? - Water is a 100% solids epoxy coating made for plural component spray application. NSF 61 certified for pipe as small as 4” diameter and tanks 50 gallons and larger. With a 25 minute pot life and extended recoat time, Structure Guard - Water is the perfect product to coat long pipelines and large water tanks.

    A: Please refer to Addendum #5.


    Q (Payments): Does this require the total contract value for all work over 10 years to be divided by 10 to determine equal annual payments, regardless of the actual volume of work performed each year? Or should the pricing table reflect actual estimated costs per year based on the scheduled tank rehabs, with annual payments varying accordingly?

    A: Please refer to Addendum #5.


    Q (Schedule of Tank 201 & Elevated): Are Tank 201 and the Elevated Tank included in the mandatory 10-year recoating program (“All tanks in the program shall be recoated… one time over the 10-year contract period”)? If yes, in which specific years should their interior and exterior recoating occur? If no, should we exclude recoating costs for these tanks from our proposal? Please confirm.

    A: Please refer to Addendum #5.


    Q (Tank handrail and Staircases): Each tank’s description includes a bulleted list of items (specifically handrail & spiral staircase), Question: Should we assume these items are mandatory and must be installed on each tank.

    A: Please refer to Addendum #5.


    Q (Section 3.8 states & Section 4.3): Section 3.8 states: “The 'Request for Proposal' documents shall be returned in their entirety, with ALL applicable portions fully completed.” Section 4.3 notes “no change orders.”
Question: Are all items listed for each tank in Section 4 (Specific Items) mandatory and non-negotiable?

    A: Please refer to Addendum #5.


    Q (Evaluation Criterion): Evaluation Criterion #1 (35% weight) assesses “locations of personnel as well as where the equipment is stored.”
Question: Does the District prioritize proposers with a local office or equipment yard in/near Victorville? Please confirm how “local” is defined (e.g., within 50 miles) and whether off-site storage with rapid mobilization (e.g., 4-hour response) is acceptable.

    A: Please refer to Addendum #5.


    Q (Contract Award and Dates): The base contract runs until June 30, 2027, with annual renewals. Tank rehab years are designated as “Year 1,” “Year 2,” etc.
Question: What is the reference start date for “Year 1”? Is it:
a. The first full calendar year after contract award?
b. The first fiscal year (July 1–June 30) after award?
c. The first 12-month period from the notice to proceed?
Please clarify to align the rehab schedule with the contract term.

    A: Please refer to Addendum #5.


    Q (No subject): Does the interior of any of the tanks contain coal tar?

    A: Please refer to Addendum #5.


    Q (No subject): Do any of the tanks contain lead?

    A: Please refer to Addendum #5.


    Q (No subject): What are the coordinates for the Elevated Recycle Water Tank?

    A: Please refer to Addendum #5.


    Q (No subject): What is the capacity and height of the Elevated Recycle water tank?

    A: Please refer to Addendum #5.


    Q (No subject): Is the contractor required to list subcontractors for the project?

    A: Please refer to Addendum #5.


    Q (No subject): For the 3 tanks that are being blasted, what SP level is required (SP5, SP6, SP10, etc)?

    A: Please refer to Addendum #5.


    Q (No subject): Is there a containment requirement for blasting?

    A: Please refer to Addendum #5.


    Q (No subject): Can we use robotic or wet blasting?

    A: Please refer to Addendum #5.


    Q (No subject): Can a door sheet be cut into the tanks?

    A: Please refer to Addendum #5.


    Q (No subject): Are cable safety climb systems being installed on each tank? If so, how many for each?

    A: Please refer to Addendum #5.


    Q (No subject): Tank 205 - is the requirement to blast and recoat the roof only or are we also PW and overcoating the exterior shell walls?

    A: Please refer to Addendum #5.


    Q (No subject): .Can you Confirm a bid bond is not required for this project?

    A: Good afternoon, No, this project does not require a bid bond, however, it does require the Faithful Performance and Payment Bonds. These can be found in the attachments, and I have posted them in the Official Notice section. This will be listed on the Addendum #4 when it is posted. Thank you!


    Q (Bid Bond): The answer to question 47 says that a bid bond is not required. However, Addendum #3 has language requesting a 10% bid bond be provided. Please clarify if a bid bond needs to be provided or not.

    A: Good morning Lisa, I apologize for the confusion. No, we are not requiring a bid bond on this project. We will only require the faithful performance and payment bonds. I have updated the verbiage in the project documents, Section 3.38 - Bonds and Guaranty Required, to reflect the changes and I will issue an addendum shortly.


    Q (P&P Bonds): Section 3.34 of the RFP provides a one-year base term with the option to extend in one-year increments for up to ten fiscal years, and Section 4.1 requires costs to be spread evenly over the 10-year period. In light of this annual contract structure, please confirm: 1. The District will accept annually renewable performance and payment bonds, with the penal sum of each bond set at an amount equal to the annual contract payment for the applicable contract year, rather than the aggregate value of all work across the full 10-year term. 2. Each bond may be renewed by continuation certificate for each successive contract year, with the penal sum adjusted annually to reflect that year's annual payment amount. 3. The bond term for each period would correspond to the applicable fiscal year (July 1 through June 30), consistent with the contract's annual renewal structure. This approach aligns bond coverage with the District's annual renewal rights under Section 3.34 and the annual payment structure under Section 4.1, while providing the District continuous performance and payment security for all work performed during each contract year. We are prepared to provide bond forms that expressly incorporate this annual renewal and non-cumulative liability structure for the District's review.

    A: Please refer to Addendum #5.


    Key dates

    1. February 26, 2026Published
    2. March 26, 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.