SLED Opportunity · CALIFORNIA · CITY OF MODESTO

    Water Storage Tank Inspection, Cleaning and Repair Services

    Issued by City of Modesto
    cityIFBCity of ModestoSol. 229581
    Closed
    STATUS
    Closed
    due Apr 14, 2026
    PUBLISHED
    Feb 24, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    The City of Modesto is soliciting bids for water storage tank inspection, cleaning, and repair services for its Utilities Department Water Division.

    Opportunity details

    Solicitation No.
    229581
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    February 24, 2026
    Due Date
    April 14, 2026
    NAICS Code
    237110AI guide
    Jurisdiction
    City of Modesto
    Agency
    City of Modesto

    Description

    NOTICE IS HEREBY GIVEN that the City of Modesto, County of Stanislaus, State of California (“City”), will receive electronic sealed Bids (each, a “Bid”) from qualified Bidders (each, a “Bidder”) for the furnishing of Water Storage Tank Inspection, Cleaning and Repair Services equipment, materials, supplies and/or related services (the “Services”) for the City of Modesto, Utilities Department, Water Division.

    Project Details

    • Reference ID: IFB-00070
    • Department: Utilities
    • Department Head: Will Wong (Utilities Director)

    Important Dates

    • Questions Due: 2026-03-04T01:00:58.717Z

    Evaluation Criteria

    • Calendar of Events

       

      IFB Issued:February 24, 2026
      Questions Due via City's OpenGov Procurement portal:March 3, 2026, 5:00pm
      Addendum Issued (if required):March 10, 2026
      Bid Due Date & Time:April 14, 2026, 11:00am
      Approximate Contract Award Date:September 2026

       

    • 1. The Work
          1. CONTRACTOR shall furnish all labor, materials, equipment, fuel, tools, licenses, and insurance necessary to perform and complete the required work as specified in Exhibit “B”, and in strict accordance with the conditions of the complete AGREEMENT.
          2. CONTRACTOR shall do and perform the work contemplated hereby in a good workmanlike manner under the direction of and to the satisfaction of the CITY Representative.
          3. CONTRACTOR shall maintain proper insurance with the CITY for the duration of the AGREEMENT.
          4. CONTRACTOR shall maintain a CITY business license for the duration of the AGREEMENT.
          5. CONTRACTOR shall furnish said services at the following AGREEMENT rates for an estimated annual amount $______. The total amount paid by CITY to CONTRACTOR over the full term of the AGREEMENT shall not exceed $_____.  Unless the services provided are for a lump sum or flat fee, fees for work performed by CONTRACTOR on an hourly basis shall not exceed the amounts shown on Bid attached hereto as Exhibit B.

      AGREEMENT PRICING

      [TBD - Insert Pricing Table Here]

    • Scope of Work

      The City of Modesto, Utilities Department, Water Division, is seeking a qualified contractor to provide Water Storage Tank Inspection, Cleaning and Repair Services on an “as needed basis”, as defined in these specifications.

      The City operates and maintains twelve (12) above ground non-elevated potable water storage tanks. Each tank varies in size, holding from .225 million gallons (mg) to 6.0 million gallons of potable water. Each tank has an exterior ladder and a hatch on top of the tank in which to enter the tanks’ interior. Tank diving inspection, cleaning and repair shall be performed on each water storage tank on an “as needed basis”, scheduled by the Water Division.

      The successful Contractor shall furnish all labor, materials, equipment (including hydraulic compressor), fuel, tools, licenses, and insurance necessary to perform the required services outlined in this IFB document.

      Services performed shall consist of an initial inspection and verbal report of the interior of the tank. The removal of sediments (cleaning) inside the tank shall follow the initial inspection and shall include underwater closed-circuit video of the inspection and cleaning. After cleaning is completed, an underwater closed-circuit video inspection of the tank floor and interior coating shall be performed. All identified corrosive areas shall be repaired in accordance with AWWA standards (https://www.awwa.org/standards/). A closed-circuit video inspection of the exterior surface of the tank shall also be conducted.

      Potable water storage tank locations as follows:

      Tank no.LocationTank DiameterTank HeightStorage CapacityExterior LadderInterior ladder
      3701 Zeff Road, Modesto, CA95'25'1.3 mgYesNo
      43720 Aria Way, Modesto, CA95'25'1.3 mgYesNo
      52400 Merle Avenue, Modesto, CA95'25'1.3 mgYesNo
      61229 S. Carpenter Road, Modesto, CA115'25.5'2.0 mgYesYes
      71535 Plumas Avenue, Modesto, CA50'33.5'0.5 mgYesYes
      81218 Alamo Road, Modesto, CA80'25.5'1.0 mgYesYes
      98415 Yamamoto (Grayson), Modesto, CA42'19.5'0.225 mgYesYes
      10Corner of Girasol Way and Ironside Drive60'32'0.675 mgYesYes
      111105 Bangs Avenue, Modesto, CA200'31.5'6.0 mgYesYes
      122616 Elm Avenue, Modesto, CA180'27'4.0 mgYesYes
      13525 Codoni Avenue, Modesto, CA180'31.5'4.0 mgYesYes
      14718 Ladd road, Modesto, CA60'18'0.25 mgYesYes
    • Bid Submittal

      Bidders shall submit through the City's OpenGov Procurement portal. No hard copy bids or bids submitted in any other manner as that prescribed within this IFB will be accepted.

    • Confidential Bidder Information

      It is the responsibility of the Bidders to identify information in their Bid submission that they may consider to be confidential under the California Public Records Act. To the extent that the City agrees with that designation, such information will be held in confidence whenever possible. All other information will be considered public.

    • City Contact

      All questions regarding these specifications, terms, and conditions shall be submitted through the Question & Answer area of the City's OpenGov Procurement portal prior to 5:00 pm  on Tuesday, March 3, 2026. The City will respond to questions through the OpenGov portal where answers can be found in the Question & Answer tab; however, if a response to a question elicits a change to the bid documents, an addendum will be posted through the OpenGov portal under the Addenda & Notices tab. All contact between Bidder and the City regarding the Bid process shall be through the City Contact. Attempts by the Bidder to contact other City personnel regarding this IFB and associated process may result in disqualification of the Bidder. Notwithstanding the foregoing, information intentionally or unintentionally provided by any person other than the City Contact may not be correct and will not be binding upon the City.

    • Service Specifications

      A. The tank inspection shall include the following items:

      • Exterior Ladder
      • Exterior Shell Wall
      • Exterior Man way
      • Exterior Tap
      • Liquid Level Indicator
      • Inlet
      • Roof
      • Vent Screens
      • Hatch
      • Weld Seams
      • Interior Ladder (tanks 6, 7, 8, 9, 10, 11, 12 & 13)
      • Interior Shell Wall
      • Tank Floor
      • Bottom Drain
      • Outlet
      • Support Poles
      • Interior Overflow
      • Roof Supports and Roof Joist
      • Ceilings
      • Coatings

      B. The Contractor shall provide a minimum of a 3-man crew for sediment removal. Filming the procedure with underwater videotape equipment shall be done while work is being conducted. State of the art video-taping equipment shall be used to allow viewing of the operation while topside. An inspection report for each tank shall be provided on USB Drive. All members of sediment removal crew shall possess and provide a Commercial Diver School certificate.

      C. The sediment shall be removed using an external water pump and a diver controlled vacuum head over the entire floor area. The vacuum head shall be designed and used in a manner that ensures no scratches or pitting of the interior surface of the tank. Protective rubber gaskets or other means may be used to meet this requirement. The Contractor shall demonstrate to the satisfaction of the City’s Representative that the vacuum head shall cause no damage to the tank. The Contractor shall provide a verbal report on the thickness and type of silt on the reservoir floor. The estimated sediment depth is approximately two (2) inches or less.

      D. All sediments removed shall be discharged on site into a disposable “dirt bag”(provided by the vendor), which is designed to capture the majority of the sediments (mostly sand). Alternatives, such as a temporary containment basin (“snake” type barrier system) for settling solids are acceptable, as long as the Contractor can demonstrate that the sediments are contained on site to the satisfaction of the City Representative.

      E. The Contractor shall neutralize any chlorine residual in the wastewater that is generated during the tank cleaning. Ascorbic acid (vitamin C) shall be used to neutralize any chlorine residual in the discharged water. Alternative chemicals for chlorine neutralization may be acceptable but shall be approved by the City Representative prior to the commencement of the work. A flow calculation for the amount of water and sediments discharged shall be recorded for the tank cleaning.

      F. Each tank has lines running from the bottom of the tank to an electric pressure transmitter that produces tank water level readings. Tanks 3, 4 and 5 also have mechanical level indicators on the exterior of each tank, mounted from two (2) cables tied to a float inside the tank.

      • The cathodic protection devices, if applicable, shall be inspected and shall be made part of the overall tank inspection.
      • The mechanical floats, if applicable, shall be calibrated to manufacturer specifications and shall be made part of the overall tank inspection.

      G. The Contractor shall complete a detailed internal and external tank inspection, including the stamped engineer’s report, and submit the report to the City Representative. An Inspection report of the tank shall be done on USB Drive submitted to the City Representative. The inspection report shall include the following information:

      • Stamped reports are required by a registered California Professional Engineer (PE).
      • Diver does not have to be an engineer.
      • Name plate information of tank.
      • Digital photographs illustrating each type of coating failure, general condition of coating.
      • Graphic numeric representation of the percent of corrosion and/or damaged areas pursuant to AWWA D101-53 (R86).
      • Graphic mapping of each interior photograph by:
        • Elevation graphic delineating each shell ring on a quadrant basis.
        • Graphic icons of center and satellite columns.
        • Graphic of RWF on a quadrant basis.
        • Graphic of floor on a quadrant basis.
      • A report on coating failure analysis and probable causes, (two (2) reports, one for the tank interior and one for the tank exterior).
      • A report of the degree of chalking of the exterior paint film according to ASTM D 3359 Test Method B.
      • A report on pit depth and metal loss based on ASTM 6 46-94 Standard Guide: Examination and evaluation of pitting corrosion, measured in millimeters at significant corrosion modulation sites. Also, a calculated rate of loss and theoretical rate of penetration shall be given for each pit.
      •  A sample specification for the repair or recoating of the tank interior and exterior (if applicable).

      H. The Contractor shall have access to tank sites Monday through Friday from 6:00 A.M. to 2:30 P.M., major holidays excluded. No work shall be performed outside of these hours. The Contractor shall at all times maintain a roll sheet of all employees and present this list to the City Representative. The City Representative shall approve access to the individual tanks.

    • 2. Prevailing Wages

      In accordance with California Labor Code Section 1771, CONTRACTOR shall pay all workers, and shall ensure its subcontractors pay all of their workers, engaged in performing the services described in Exhibit “B” not less than the general prevailing rate of per diem wages for work of a similar character in the locality in which the services described in Exhibit “B” are to be performed, and not less than the general prevailing rate of per diem wages for holiday and overtime work as provided in the California Labor Code. In accordance with California Labor Code Section 1773.2, the City has obtained the general prevailing wages in the locality in which the services described in Exhibit B are to be performed for each craft or type of work needed to be as published by the State of California Department of Industrial Relations, Division of Labor Statistics and Research, a copy of which is on file in the CITY’s Purchasing Department and shall be made available on request. Contractor must comply with all applicable laws and regulations that apply to wages earned in performance of the services described in Exhibit “B”, including those set forth in Labor Code section 1770 et. seq. and in the IFB.

      DIR Project ID#: _____________

    • General Specifications
      • Burning welding shall be done under the waterline. Areas identified per the inspection report as requiring underwater welding, will be presented to the City for consideration and approval prior to any work being performed, will be presented to the City for consideration and approval prior to any work being performed. Underwater welding shall be in accordance with appropriate AWWA and ANSI standards. Areas identified per the inspection report as requiring spot repair of leaks and or coating, will be presented to the City for consideration and approval prior to any work being performed. Epoxy repairs shall be in accordance with appropriate AWWA and ANSI standards.
      • It shall be the responsibility of the Contractor to ensure that all persons providing tank diving inspection services and repairs are trained and certified in this field.
      • Tank inspection shall be performed by National Associations of Corrosion Engineers (NACE) Level 1 certified inspectors and according to AWWA D101-53 (R86): AWWA Standard for inspecting and repairing steel water tanks, standpipes, reservoirs, and elevated tanks for water storage, and the Association of Diving Contractors  International Standard 11, commercial diving in potable water facilities.
      • All of the work shall be completed in a professional manner according to standard practices and safety procedures. All divers entering any tank shall follow the Associations of Diving Contractors "Consensus for Commercial Diving Operations". The AWWA Standard "C652-02" for disinfections, Standard "D101-53.R86" for inspection and repair and any regulations required by CAL-OSHA. The successful Contractor shall rapidly proceed from tank to tank until all of the tanks have been completed without interruption to service and must maintain adequate tools and staffing to streamline in the process.
      • The Contractor shall adhere to all of the following operation and safety standard when performing water storage tank inspection, cleaning and repair services.
        • California CCR Title 8 Confined Spaces Articles, 108, 5157 & 5158.
        • California OSHA Title 8 Diving Operations Articles, 152 & 153.
        • California CCR Title 8 Lockout and Tag out Procedures, 3314.
        • California CCR Title 8 Fall Protection Standards, 1670.
        • Red Cross and/or the American Health & Safety Institute First Aid and CPR.
        • Identify the California OSHA person or safety officer in charge of the job site.
      • All equipment used in the water storage tank shall be washed down with a 200 part per million chloring solution prior to entering the tank.
      • During the inspection, and at all times when confined space entries are in effect, the dive team shall maintain continuous verbal and visual communication with the confined space attendant and/or supervisor. A helmet mounted video monitor that sends the video in real time to a staff member located on the outside of the tank is required. The City Representative shall be present during all inspections to monitor the tank conditions in real time and pre-approve all repairs. The repairs may include, but not be limited to, underwater cutting and diving and minor Epoxy (NSF approved) touch-up repair of corrosion sites based on feasibility.
      • The Contractor and their employees shall adhere to all safety procedures that are required by local, state and federal agencies. In addition, the Contractor and their employees shall adhere to all City safety procedures. City safety procedures are not intended to modify or replace any existing safety procedures required by state or federal agencies.
      • The Contractor and their employees entering a water storage tank are clean, healthy and fit for duty, ensuring the public health of the drinking water.
      • The City shall not provide any equipment or personnel to participate in any portion of a confined space entry for use by the Contractor. This includes, but is not limited to, lighting, ventilation, air monitoring, attendants, entrants, supervision, or rescue team. Potential hazards include, but are not limited to, engulfment, slips, trips and falls, and exposure to sodium hypochlorite solutions. It is the sole responsibility of the Contractor to evaluate, abate and control all hazards by conforming to all safety standards. The City reserves the right to immediately stop and suspend all work methods or practices developed by the Contractor, if these methods or practices produce areas of concern to the City.
      • Each tank: The Contractor shall complete the on-site work, including tank inspection, cleaning and repair, within twenty-one (21) working days from the day City Representative informs Contractor to commence work. In the event of unforeseen water supply demands by the City, such as an earthquake, flood, fire or loss of well capacity, the City may suspend water storage tank inspection without the Contractor incurring liquidated damages. The project completion deadlines maybe extended to take in to account any delay caused by the City. The final report shall be delivered to the City within four (4) weeks of the completion of the work. The report shall be reviewed for completeness by the City's Representative before payment is made. Tanks are normally scheduled one after another for inspection and repair.
    • Bidder Costs Incurred In Responding to IFB

      All costs associated with the preparation and submission of a Bid shall be borne by the Bidder.

    • 3. City Representative

      CITY Representative is: ___________

      Purchasing Representative: __________

      The CITY Representative is not authorized to commit the CITY to changes in specifications, requirements, or scope of work, changes in price(s), period of performance or delivery date(s) or method of shipment. Changes of a contractual or business nature shall be effective only by written change to the AGREEMENT, issued by the City of Modesto, Purchasing Division.

    • Bidder Familiarity With Service Conditions

      It is the responsibility of each Bidder to become familiar with all of the specifications, terms and conditions and the site conditions (if applicable). The Bidder agrees to and acknowledges all IFB specifications, terms, and conditions and indicates the ability to perform by submission of a Bid. By the submission of a Bid, the Bidder certifies that if awarded a contract it will make no claim against the City based upon ignorance of conditions or misunderstanding of the specifications.

    • Bidder Exceptions

      All exceptions taken to this IFB, and associated specifications shall be specifically and clearly identified on Exceptions, Clarifications and Amendments form. Failure to comply with this provision may deem the Bid as non-responsive. Please review the Sample Agreement and make note on the Exceptions, Clarifications, and Amendments form for any changes. Exceptions taken shall not affect the overall performance and quality of equipment, materials and/or provision of Services required by the City. The Purchasing Manager or designated agent shall make the final decision regarding the acceptability of equipment, materials and/or provision of Services with exceptions.

    • 4. Contractor Contact

      <Enter Contact Information Here>

    • California Labor Code Section 1771.1(A)

      The California Labor Code states that, “A contractor or subcontractor shall not be qualified to Bid on, be listed in a Bid proposal, subject to the requirements of Section 4104 of the Public Contract Code or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5. It is not a violation of this section for an unregistered contractor to submit a Bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, provided the contractor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.” This IFB is subject to the registration requirement set forth above.

    • Contractor Responsibilities

      It shall be the responsibility of the Contractor to restore the grounds and structures to their original condition. The Contractor shall be responsible for the disposal of all materials used or generated during the performance of the work except where otherwise described in this IFB document.

    • City Acceptance/Rejection of Irregular Bids

      An agreement shall be awarded to the Bidder whose Bid most closely satisfies the needs of the City and is deemed the most advantageous to the City. The City reserves the right to reject any or all Bids or to waive any informalities or minor irregularities in a Bid.

    • 5. Term of Agreement

      The term of the AGREEMENT shall be for a period of two (2) years, with three (3) one-year extension options at the sole discretion of CITY, for a total of up to five (5) years.

      Year 1:        MONTH DD, 20___  through MONTH DD, 20___

      Year 2:        MONTH DD, 20___  through MONTH DD, 20___

      Year 3:        MONTH DD, 20___  through MONTH DD, 20___

      Year 4:        MONTH DD, 20___  through MONTH DD, 20___

      Year 5:        MONTH DD, 20___  through MONTH DD, 20___

      Pricing as set forth in Section 1.e. above shall remain firm for the first two years of the AGREEMENT.

      Price increases for any subsequent AGREEMENT years following the second year shall not exceed the percentage change in the Consumer Price Index (CPI) for West Urban Area in any one AGREEMENT year and shall be negotiated through the Purchasing Division.  Requests for price increases shall be submitted by CONTRACTOR in writing, ninety (90) days prior to the annual anniversary date of the AGREEMENT to be effective for the subsequent year.

      Price adjustments for diesel fuel fluctuations may be considered. Thirty (30) day written notice is required for consideration. Any price adjustment shall be negotiated through the Purchasing Division and approved at the sole discretion of the CITY.

      The index used to determine price adjustments on diesel fuel shall come from the Energy Information Administration Website: HTTPS://WWW.EIA.GOV/PETROLEUM/GASDIESEL/, California data.

    • Precedence

      Bidder agrees that any agreement resulting from City’s acceptance of its Bid, together with the terms in any City purchase order and associated specifications provided by the City to Bidder therewith, shall comprise the entire agreement between City and Bidder. Moreover, Bidder agrees that any additional or contrary terms contained in Bidder’s acknowledgement of, shall be null and void.

    • Submittal of No Bid

      If you are not submitting a Bid, you have the option to submit "No Bid" and state the reason you are not submitting a bid for this particular IFB.

    • City Responsibilities

      The City of Modesto shall be responsible for the following:

      • The City shall overflow the water storage tank to facilitate the priming of the pumps by the divers. The tank may remain online throughout the procedure.
      • The City shall ensure that satisfactory free chlorine residual is maintained in the water storage tanks.
      • The City shall provide the Contractor with plan drawings of the water storage tanks (if requested).
      • The City shall provide one off-line tank at a time for a period of up to eight (8) hours to facilitate water storage tank inspections.
      • The City shall be responsible for designating the location and management of the discharge runoff water and disposal of the sediment from the water storage tank.
      • The City shall be responsible for collecting bacteriological samples.
    • Complete Bid Document

      The following City of Modesto forms provided with this IFB constitute the makeup of a complete Bid document and shall be signed wherever indicated and be submitted to the City as required by this IFB.

      Failure to furnish any of these documents or information required within such documents may result in disqualification of Proposer.

      • Pricing Schedule
      • Bidder Exceptions, Clarifications, Amendments (if applicable)
      • Bidder Customer References
      • Financial Interest Disclosure
      • Support of Local Vendors (if applicable)
      • Bidder Company History Statement
      • Bidder Warranty Statements
      • Bidder Experience and Certifications
      • Subcontractor List (if applicable)
      • California Levine Act Disclosure
      • Prevailing Wage Form
    • 6. Insurance Requirements

      During the term of this AGREEMENT, CONTRACTOR shall maintain in full force and effect at its own cost and expense the insurance coverage as set forth in the attached Exhibit (C) to this AGREEMENT and shall otherwise comply with the other provisions of Exhibit (C) to this AGREEMENT. The city utilizes a software program “PINS Advantage” where vendor is responsible for uploading and maintaining updated insurance.

    • 7. Payment

      CONTRACTOR shall invoice CITY not less than once per month based on the cost for services performed and reimbursable costs incurred prior to the invoice date. All invoices shall be paid in full the following payment terms within thirty days after completion and acceptance of the Services by the CITY, and receipt of a properly prepared invoice, CITY will pay CONTRACTOR [TO BE DETERMINED BY IFB RESPONSE IN FINAL AGREEMENT, EITHER “Net 30 terms via CITY’s ePay Program” or “Net 45 Days via manual check”]. The CITY is exempt from payment of Federal Excise Tax, and all invoices shall be exclusive of such excise tax.

      Invoice to:    City of Modesto
      Attn: Accounts Payable
      P.O. Box 642
      Modesto, CA 95353
      Email to:    APvendors@modestogov.com

      At a minimum, invoices shall state the following:

      • This AGREEMENT number
      • CITY department/division name and address
      • Billing period
      • Service hours worked day and week
      • Unit price, extended price, sales tax and total
    • City Representative

      Work under any resulting agreement shall be performed under the general technical guidance and direction of the City of Modesto's "City Representative". The City Representative is not authorized to commit the City to changes in specifications, requirements, or scope of work, changes in price(s), period of performance or delivery date(s) or method of shipment. Changes of a contractual or business nature shall be affected only by written change to the agreement, issued by the City of Modesto, Purchasing Division.

    • Compliance/Non-Compliance

      If Bidder cannot comply with a specification requirement in this IFB, note on the Exception, Clarifications, Amendments form of the specification paragraph, your exception, and your recommendation. The Purchasing Manager will evaluate your recommendation. If after evaluation it is determined that the Bidder is not in compliance with the specification, the Bid may be rejected.

    • 8. Indemnity

      The CONTRACTOR shall hold the CITY, its agents, officials, officers, employees, and volunteers, harmless from and save, defend and indemnify them against any and all claims, losses, liabilities, judgments or damages from every cause, including but not limited to injury to person or property or wrongful death, including reasonable costs and expenses of defense of any judicial or administrative action, arising directly or indirectly out of any negligent or intentional act or omission of CONTRACTOR, or its agents, officials, officers, employees, or volunteers relating to or during the performance of its obligations under this AGREEMENT, except for claims arising from the willful or active negligence of the City.  CONTRACTOR’s obligation to defend, indemnify, and hold the CITY, its agents, officials, officers, and employees harmless under the provisions of this paragraph is not limited to or restricted by any requirement in this AGREEMENT for CONTRACTOR to procure and maintain a policy of insurance.

    • Contractor's Responsibility for Work

      Until the formal acceptance of the work by the City Representative, the Contractor shall be responsible for and have care, custody, and control of the work and of the materials to be used therein, including materials delivered to the work site, materials for which partial payment has been received, and materials that have been furnished by the City. The Contractor shall bear full risk of loss, injury or damage to any part of the work and materials by action of the elements, or from any other cause, whether arising from the execution or non-execution of the work. The Contractor shall rebuild, repair, restore and make whole all loss or damage to any portion of the work or materials, before final acceptance and shall bear the expense thereof, except for such loss or damage caused by the acts of the City, State, or Federal Government.

      Suspension of work for any reasons whatsoever shall not relieve the Contractor of his/her responsibility for the work and materials as specified on the work request. The Contractor shall be responsible for any damage his/her activities cause to adjacent public or private property. The Contractor will take all measures necessary to protect adjacent natural areas from runoff, sedimentation, debris, or other damage resultant from the project activities.

    • Proposed Pricing Format
      • The cost of labor, equipment, fuel, licenses, bonds, permits, and insurance necessary to perform the required provision of Services shall be included in Bid pricing, along with Bidder’s profit margin and any other cost factors.
      • Unless otherwise stated, the Bidder agrees that, in the event of a price decline, the benefit of such lower pricing shall be extended to the City.
      • The City of Modesto shall not pay mileage charges or travel time from the Contractor’s place of business to the job site, or from site to site, or for the Contractor’s travel time to pick up materials.
      • Bidder shall use the pricing schedule provided in this IFB to present Bid pricing.  No other form or format shall be accepted. Bid must be submitted on the Pricing Schedule provided. No alterations may be made to the pricing schedule. Any exceptions, amendments or adjustments should be noted on the Exception, Clarification, Amendments Form.
    • Labor Force and Supervision

      The Contractor shall provide sufficient labor at all times to carry out the project properly and shall ensure that competent workers who are skilled in the type of work required are employed. The Contractor shall ensure that supervision is provided at all times while any work under this contract is being performed. If, in the judgment of the City, any person is incompetent or disorderly, Contractor shall promptly remove such person from the work for the duration of the contract.

    • 9. Venue & Governing Law

      Venue for any dispute or claim arising or related to this AGREEMENT its performance, breach, or interpretation (including issues about its validity or enforceability), shall be exclusively in the Superior Court of Stanislaus County or the United States District Court for the Eastern District of California.

      This AGREEMENT shall be deemed made in, governed by, performed in, and construed and enforced in accordance with the laws of the State of California, without giving effect to its conflicts of law’s provisions or principles.

    • Award of Bid
      • The City may award one or more agreements to one or more Bidder in order to provide for backup, or in case the “primary” contractor is unable to meet the City’s needs.
      • The City reserves the right to decline to award any agreement if it is determined that the proposed pricing is not competitively priced based on similar agreements with public agencies within the State of California or if the bids received fail to meet the City’s requirements.
      • The City reserves the right to select that Bid, which best suits the City’s needs. In addition to price, consideration will be given to the quality and performance of the service to be purchased, and the criteria listed in Modesto Municipal Code Section 8-3.203(f). Regardless of City staff’s recommendation, the City Council reserves the right to award an agreement to the Bidder that best suits the City’s needs as determined by the City Council whether or not said award is consistent with City staff’s recommendation for award.
    • Character of Workers

      If any person employed by the Contractor fails or refuses to carry out the direction of the City Representative or appears to be incompetent or acts in a disorderly or improper manner, that person shall be discharged immediately from the job on the request of the City Representative or Purchasing Manager, and such person shall not again work on any City job.

    • 10. Attorney's Fees

      If a party to this AGREEMENT brings any action, including an action for declaratory relief, to enforce or interpret the provision of this AGREEMENT, the prevailing party shall be entitled to reasonable attorneys’ fees in addition to any other relief to which that party may be entitled.  The court may set such fees in the same action or in a separate action brought for that purpose.

    • Support of Local Vendors

      Should the Bidder that submits the lowest responsive Bid or and would otherwise normally qualify to receive the Bid pursuant to Sections 8-3.203 and 8-3.204 of the Modesto Municipal Code (MMC) not be a local business as defined herein, the lowest Bid or quote submitted by a local business that is within 5% of the lowest Bid, whether or not that Bidder is the second lowest Bidder, may be deemed to be the lowest Bidder if the local Bidder agrees to reduce its Bid to match the Bid or quote of the lowest Bidder in writing within five business days after notification by City Purchasing staff, provided that said local Bidder is deemed to be a responsible Bidder as determined by the Purchasing Manager. To qualify as a local Bidder, the Bidder must have a physical business location within the City of Modesto and a current City of Modesto business license.

    • 11. Commencement and Completion of the Work

      The work contemplated herein shall be commenced as immediately after the agreement administrator receives and has on file:

          1. Proofs of insurance (approved by CITY Risk Manager); and
          2. Executed Agreement;
          3. CONTRACTOR Bid submittal;
          4. IFB No. 20___-____;
          5. Contractor’s City of Modesto business license
    • Subcontractors

      Before the start of any job the Contractor shall provide the name and location of the place of business for each subcontractor that shall perform work or labor or render service to the Contractor. All subcontractors shall be licensed and or certified by the State of California and shall be held to the same standard as the Contractor.

    • Indemnity

      The successful Bidder (the “Contractor”) will be required to hold the City, its agents, officers, employees, and volunteers, harmless from and save, defend and indemnify them against any and all claims, losses, liabilities, judgements or damages from every cause, including but not limited to injury to person or property or wrongful death, including reasonable costs and expenses of defense of any judicial or administrative action, arising directly or indirectly out of any negligent or intentional act or omission of the Contractor, its agents, officers, employees, and volunteers relating to or during the performance of its obligations under this Bid, except for claims arising from the willful or active negligence of the City. Contractor’s obligation to defend, indemnify, and hold the city, its agents, officers, and employees harmless under the provisions of this paragraph is not limited to or restricted by any requirement for Contractor to procure and maintain a policy of insurance. With reference to the foregoing, the parties agree that all risk of loss, including but not limited to damages, property losses and defense of third-party suits, arising out of or relation to the operation of City-owned vehicles by Contractor’s employees will be apportioned to Contractor in accordance with the provisions contained in indemnity.

    • 12. Termination of Services

      Termination for Default:  In the event either party fails to perform under this AGREEMENT or breaches any condition contained herein, the other party shall notify in writing the breaching party of the non-performance.  Within 10 days after receipt of notification, the breaching party shall correct any non-performance to the reasonable satisfaction of the non-breaching party, or such other time as may be identified in the notice.  Failure to correct any non-performance shall allow the non-breaching party to terminate this AGREEMENT for cause.

      Termination by City for Convenience:  The City may also terminate this AGREEMENT the Contractor's performance under the Agreement, either in whole or in part, at its own discretion and without cause.

      Post-Termination Procedure

      Upon receipt of a written notice of termination pursuant to either of the foregoing paragraphs, the CONTRACTOR shall:

          1. Cease its work as directed in the notice of termination as of the termination date and see to it that its employees, subcontractors and agents are notified of such termination and act as specified in the notice of termination;
          2. Terminate all orders and subcontracts except as necessary to complete any portion of the SERVICES that are not terminated;
          3. If directed in writing by the CITY to do so, assign all right, title and interest  in subcontracts and materials in progress to CITY, in which case the CITY will have the right at its discretion to settle, or pay any or all claims arising out of the termination of  such, but in no event shall recovery by any CONTRACTOR or subcontractor include lost profits for portions of the SERVICES not completed or undertaken, including materials not delivered;
          4. Deliver or otherwise make available to the CITY all data, drawings, specifications, reports, estimates, summaries and such other information and material as may have been accumulated by the CONTRACTOR in performing the SERVICES whether completed or in process;
          5. Settle outstanding liabilities and claims, subject to the approval of CITY;
          6. Complete performance of such part of the SERVICES as has not been terminated;
          7. Take such other actions as may be necessary, or as may be directed by the CITY for the protection and preservation of the SERVICES and/or property related to the SERVICES;
          8. If CITY so requests, and at CITY's cost, CONTRACTOR shall provide sufficient oral or written status reports to make CITY reasonably aware of the status of CONTRACTOR’s work on the SERVICES.
          9. CONTRACTOR understands and agrees that CITY may, in CITY’s sole discretion, refuse to pay CONTRACTOR for that portion of CONTRACTOR's SERVICES which were performed by CONTRACTOR on the project prior to the termination date and which remain unacceptable and/or not useful to CONTRACTOR as of the termination date.

            CITY will pay CONTRACTOR for SERVICES actually completed prior to the receipt of the termination notice or otherwise completed in accordance with the notice of termination.  The final payment to the CONTRACTOR after termination for convenience shall be limited to amounts due and owing under the AGREEMENT at time of termination, including the following:
          10. The cost of settling and paying valid claims arising out of the termination of the SERVICES such as subcontractor agreements or contracts for materials;
          11. The AGREEMENT price allocable to the portion of the SERVICES properly performed or goods supplied to the work site by the CONTRACTOR as of the date of termination, as determined in accordance with the notice of termination, reduced by any sums previously paid to the CONTRACTOR for such SERVICES.
    • 13. Compliance With Laws

      CONTRACTOR hereby agrees that CONTRACTOR and its subcontractors, if any, in the performance of the SERVICES described herein, will comply with all federal, state, county and municipal laws, rules and regulations which may be applicable to the work herein contracted for, whether now in existence or hereafter adopted.

    • Delays by the City

      Any act or omission of any kind by the City of Modesto, its officers, agents or employees, which causes the Contractor delay in the completion of the work shall be grounds for extension of time on the part of the Contractor to complete the work but shall give the Contractor no damages for such delay.

    • Prevailing Wage

      Bidder’s workers must be paid no less than the prevailing wage rate as published by the State of California Department of Industrial Relations (DIR), and the successful Bidder shall maintain certified payroll. For additional information regarding Prevailing Wages, please contact the DIR at www.DIR.CA.gov or call its Labor Research and Statistics Unit, Prevailing Wage Unit at 415/703-4774. The City standards available at the following web address shall also apply to the performance of the Bid: City Standards Website: https://www.modestogov.com/ArchiveCenter/ViewFile/Item/1120.

    • Bidder Representation

      Bidder represents that:

      • Bidder has had an opportunity to examine and has examined any and all of the documents, including specifications, any resultant contract and supporting data, and that it has, from the information contained in such documents, specifications, and data, fully acquainted itself with all conditions relevant to the work.
      • Bidder has made all reasonable investigations essential to a full understanding of the difficulties which may be encountered in performing the work.
      • Bidder will complete the proposed provision of Services for the compensation stated in any resultant agreement.
      • Bidder assumes full and complete responsibility for all conditions relevant to the proposed provision of Services and all risks in connection therewith.
      • Bidder represents that it is fully qualified to perform the proposed provision of Services in accordance with the terms of any resultant agreement within the time specified therein.
    • 14. Failure to Perform Satisfactory Work

      It is agreed and understood that if the CONTRACTOR fails to perform the SERVICES as specified herein, CITY's representative may:

          1. Consent to accept such unsatisfactory service with an appropriate adjustment in contract price, based on established cost factors,
          2. Have such required work done by CITY forces or otherwise, and charge the cost thereof to the CONTRACTOR, or
          3. Recommend termination of AGREEMENT between said the CONTRACTOR and the City of Modesto.

      Those discrepancies and deficiencies in the SERVICES that remain uncorrected after the date set for correction may be the necessary justification for a billing adjustment in the month following the occurrence. Unless otherwise negotiated, billing adjustments for this incomplete or uncorrected work shall be permanent retention of 100% of the estimated monthly cost for the SERVICES not corrected or completed.

    • Barricades

      The Contractor shall place barricades and/or safety ribbon as necessary to restrict access to the work areas. The Contractor shall be responsible for maintaining access control of the work areas from the time installation starts until the time the work site is returned to its pre-project condition, including paving and cleanup.

    • Additional and Emergency Protection

      Whenever, in the opinion of the City Representative, the Contractor has not taken sufficient precautions for the safety of the public, or property and structures adjacent to the work site, the City Representative may provide suitable protection with or without first notifying the Contractor. The cost and expense of such protection provided by the City shall be borne by the Contractor. The City shall deduct the cost of such protection from any monies due or to become due to the Contractor.

    • Bid Protest and Appeal Procedures

      Bidders wishing to protest or appeal a contract award decision by the City of Modesto must follow the procedures provided in this section. Protests or appeals which are not submitted in accordance with these procedures will not be reviewed.

      Definitions

      For the purposes of these procedures: "Days" means working days in which City Hall is open for business, excluding holidays and weekends.

      "Bid" includes the term "offer" or "proposal" as used in the context of formal, informal, or negotiated procurements.

      "Announced Decision" includes the term “Notice of Intent to Award Letter”. Once the City has issued an Announced Decision, the date noted will begin the time that a Bidder may lodge a protest.

      Protest Procedures

      • Only a Bidder who has actually submitted a Bid is eligible to submit a protest against the City’s Announced Decision.
      • Subcontractors are not eligible to submit bid protests.
      • A Bidder may not rely on the bid protest submitted by another bidder but must timely pursue its own protest.
      • A written protest to an Announced Decision must be made to the City of Modesto's Director of Finance no later than ten days after the date of the Announced Decision.
      • The protest shall be delivered or sent by registered mail and received by the City by the deadline, or protest will be automatically rejected. Protestors who choose to be represented by legal counsel are responsible for the associated expenses.
      • The protest shall be accompanied by a certified cashier's check in the amount of $300.00, (except for protests of Federally Funded agreements), made payable to the Clerk of the City of Modesto. Protests filed without the requisite fee will be rejected without any additional review.
      • The protest filed with the Director of Finance shall:
          1. Include the name, address, email address and business telephone number of the protestor;
          2. Identify the protest by name, Invitation for Bid (IFB) or Request for Proposal (RFP) number, and IFB/RFP date;
          3. The bid protest must contain a complete statement of the basis for the protest and all supporting documentation. The protest must refer to the specific portion or portions of the Contract Documents upon which the protest is based;
          4. Include all supporting documentation, if any. Documentation submitted after filing deadline will not be reviewed.
      • Bid Protests: A Bidder shall follow, in order, the following steps:
          1. Protest to Director of Finance: Upon receipt of a complete and timely protest, the Director of Finance shall review all the submitted materials and shall create and retain a written record of the review. The Director of Finance shall respond at least generally to each material issue raised in the protest not later than ten days after receipt of the protest. Notice of the Director of Finance's decision may be given by letter mailed through U.S. Postal Service.

            All protests to the Director of Finance shall either be delivered to:

            City Clerk’s Office
            Attn: Director of Finance
            1010 Tenth St. Suite 6600
            Modesto CA 95354

            Or mailed to: 
            City Clerk’s Office
            Attn: Director of Finance
            PO Box 642
            Modesto CA 95353
          2. Appeal to Deputy City Manager: At the protestor’s discretion, the decision of the Director of Finance may be appealed in writing to the City of Modesto's Deputy City Manager(s) no later than ten days after the date of the Director of Finance’s Decision. The scope of the appeal shall be limited by the issues raised in the initial protest to the Director of Finance. The Deputy City Manager shall not be permitted to review any newly raised issues. The Deputy City Manager shall review the appeal, accompanying supporting documents, if any and the written records of the protest review by the Director of Finance. A written record of the Deputy City Manager's review shall be created and maintained. The Deputy City Manager shall give notice of their decision to the protestor within ten days after receipt of appeal.

            Further protest appeals shall either be delivered to:

            City Clerk’s Office
            Attn: Deputy City Manager
            1010 Tenth St. Suite 6600
            Modesto CA 95354

            Or mailed to: 
            City Clerk’s Office
            Attn: Deputy City Manager
            PO Box 642
            Modesto CA 95353
          3. Appeal to City Council: Any protestor seeking to appeal to the decision of the Deputy City Manager may appeal in writing to the City Council by filing with the City Clerk a written notice of such appeal not later than ten days after the date of the Deputy City Manager's decision. The City Clerk will calendar the protest for Council hearing and give notice of the time and place of the hearing as provided in Modesto Municipal Code Sections 1-4.01 through 1-4.05. The City Council’s decision on the appeal shall be final.

            All protest appeals to the City Council shall either be delivered to:

            City Clerk’s Office
            Attn: City Council
            1010 Tenth St. Suite 6600
            Modesto CA 95354

            Or mailed to: 
            City Clerk’s Office
            Attn: City Council
            PO Box 642
            Modesto CA 95353
          4. Optional Alternative Process for Protests of Procurement Actions Exceeding $250,000: A Bidder protesting procurements exceeding $250,000 shall comply with the procedures contained herein, except that in lieu of appeal to the Deputy City Manager a protestor may request that the protest be heard and decided at an administrative hearing.

            A written request for administrative hearing shall be accompanied by a certified or cashier's check in the amount of $1,500, (except for protests of Federally Funded projects); The request for hearing shall include the specific grounds of the appeal.

            The City of Modesto shall select and engage an impartial and qualified person to act as hearing officer in the pending protest. The protestor shall have the right to twice reject the selected hearing officer, provided that the City is notified of such rejection within three days of notice to protestor of the name of the hearing officer.

            The protest shall be heard not later than twenty days after receipt of protestor's request for hearing and the selection of a hearing officer. Protests not made in a timely manner shall be deemed withdrawn, unless the City and the protestor mutually agree otherwise in writing. The protestor’s failure to accept a hearing officer after the third attempt by City staff to identify an impartial hearing officer shall be deemed a withdrawal of the protest.

            The costs of the hearing officer and expenses of the protest shall be borne by the protestor. The sums deposited with the request for hearing shall be credited to the costs of the hearing officer and other hearing expenses.
          5. Mandatory Alternative Process for Protests of Procurements Obtained with Federal Funds: If the protested procurement involves federal funds, the Deputy City Manager, City Council, or hearing officer shall give notice, accompanying their respective decisions, to the protestor that he or she has the right to appeal to the appropriate federal agency, for which an agency name, contact (where available) and address shall be provided by City staff. Such an appeal shall be filed with the appropriate agency within seven business days of the dispatch or rejection notices to the protestor. Federal agencies may entertain protests alleging that the City has failed to adopt written protest procedures or has failed to follow such procedures. The City Council is the highest authority of the City of Modesto, and its decisions are final. A disappointed Bidder for a contract involving expenditures of Federal funds shall have the right to appeal the City Council decision directly to the federal agency as described herein.
    • 15. Assignment of Rights

      The CONTRACTOR offers and agrees, and will require all subcontractors and suppliers to agree, to assign to the CITY all rights, title, and interest in and to all causes of action it and they may have under Section 4 of the Clayton Act (15 United States code, Section 15) or under the Cartwright Act (Business and Professions Code, Section 16700 et seq.), arising from the acquisition of goods, services, or materials pursuant to this AGREEMENT or any allowed subcontract.  The assignment made by CONTRACTOR and all assignments made by subcontractors and suppliers shall be made and become effective at the time the CITY makes final payment to The CONTRACTOR, without further acknowledgment by the parties (Government Code, Sections 4550-4554).

    • 16. City Process/Procedure Approvals

      CITY approval of any process or procedure shall not relieve CONTRACTOR of its responsibility to furnish the required SERVICES meeting all specifications contained herein.

    • Cleanup

      Prior to requesting a final inspection, the Contractor shall carefully cleanup and remove all surplus materials and/or debris of any type resulting from the Contractors’ work from the work site and shall dispose of all of the materials and debris in a proper manner. The work site shall be left clean and neat.

    • 17. DIR Registration

      Pursuant to Labor Code section 1771.1, CONTRACTOR may not engage in the performance of the Services set forth in Exhibit “B”, unless currently registered and qualified to perform public work pursuant to Section 1725.5 thereof.  As required in Section 7029.1 of the Business and Professions Code or by Section 10164 or 20103.5 of the Public Contract Code, during term of this AGREEMENT, CONTRACTOR shall be registered to perform public work pursuant to Section 1725.5 thereof.

    • Disposal of Materials

      The Contractor shall certify that any materials and debris removed from the site shall be disposed of in accordance with applicable Federal, State and local laws, regulations or ordinances. If requested by the City, The Contractor shall furnish proof of disposal.

    • 18. Contractor's Responsibility for Damages

      If CONTRACTOR damages any property belonging to the CITY or a third party, the CONTRACTOR will be required to make repairs immediately, at CONTRACTOR’s sole cost and expense, to the satisfaction of the CITY. In the event that CONTRACTOR fails to perform the necessary repairs, the CITY may either retain from the money due to CONTRACTOR an amount sufficient to repair the damage or perform the repairs and send an invoice to the CONTRACTOR for such costs, which shall be paid within thirty (30) days.

    • 19. Notices

      Any notice, payment or instrument required or permitted by this AGREEMENT to be given or delivered to either party shall be deemed to have been received when personally delivered, or one calendar week following deposit of the same in any United States Post Office, registered or certified mail, postage prepaid, addressed as follows:

      CONTRACTOR:____________
      ____________
      ____________
      ____________
      CITY:City of Modesto
      Purchasing Division
      P.O. Box 642
      Modesto, CA 95353

      Each party may change its address for delivery of notice by delivering written notice of such change of address to the other party.

    • Required Licenses

      Prior to beginning any service that shall be furnished under this specification, the Bidder shall secure the appropriate Business/Delivery license from the City of Modesto.  Business/Delivery license information may be obtained by calling (209) 577-5389 or emailing BusinessLicense@modestogov.com. The successful Bidder shall maintain a City of Modesto business license for the duration of the agreement.

    • 20. Signatory(ies) for Contractor

      Each signatory for CONTRACTOR below warrants and represents that it is legally competent to, and has full authority to, execute the AGREEMENT.

    • Term of Agreement

      The term of the agreement shall be for a period of two-years with three (3) one-year extension options at the sole discretion of City, for a total of up to five (5) years.

      1. Pricing shall remain firm for the first two years of any agreement which may be awarded pursuant to this IFB.
      2. Price increases for subsequent agreement years three, four, and five, shall not exceed the Consumer Price Index (CPI) for West Urban Area in any one agreement year, and shall be negotiated through the Purchasing Division.  Requests for price increases shall be submitted by Contractor(s) in writing, ninety (90) days prior to the annual anniversary date of the agreement to be effective for the subsequent year.
      3. Price adjustments for diesel fuel fluctuations may be considered. Thirty (30) day written notice is required for consideration. Any price adjustment shall be negotiated through the Purchasing Division and approved at the sole discretion of the CITY.

      The index used to determine price adjustments on diesel fuel shall come from the Energy Information Administration Website: HTTPS://WWW.EIA.GOV/PETROLEUM/GASDIESEL/, California data.

    • 21. Quantities

      No minimum or maximum is guaranteed or implied.

    • 22. Funding

      All annual extensions are based upon continuous funding for that purpose by the City Council.  Failure to fund any annual extension shall result in an immediate termination of the AGREEMENT without redress.

    • 23. Other Government/Publicly Funded Agencies

      If mutually agreeable to all parties, the issuance of any resultant contract/purchase order referencing these specifications and modified by mutual agreement between all parties may be extended to other government or publicly funded agencies.  It shall be understood that all terms and conditions as specified herein shall apply.

    • 24. Non-Discrimination
          1. During the performance of this AGREEMENT, CONTRACTOR and any allowed subcontractors shall not unlawfully discriminate against any employee or applicant for employment because of race, color, ancestry, religion, sex, national origin, marital status, age, medical condition (cancer related), physical handicap (including AIDS), sexual orientation, or any other basis prohibited by Federal or California law.  Equal employment opportunity extends, but is not limited to recruitment, compensation, benefits, layoff, termination, and all other conditions of employment.  The CONTRACTOR and any allowed subcontractors shall ensure that the evaluation and treatment of their employees and applicants for employment are free of such discrimination.  The CONTRACTOR and any allowed subcontractors shall comply with the provisions of the Fair Employment and Housing Act (Government Code, Section 12900 et seq.) and the applicable regulations promulgated thereunder (California Administrative Code, Title 2, and Section 7285.0 et seq.).  The applicable regulations of the Fair Employment and Housing Commission implementing Government Code, Section 12900, set forth in Chapter 5 of Division 4 of Title 2 of the California Administrative Code are incorporated into this contract by reference and made a part hereof as if set forth in full.
          2. The CONTRACTOR and any allowed subcontractors shall give written notice of their obligations under this clause to labor organizations with which they have a collective bargaining or other agreement.
          3. The CONTRACTOR shall include the nondiscrimination and compliance provisions of this clause in any allowed subcontracts to perform SERVICES.
          4. The CONTRACTOR shall permit access by representatives of the Department of Fair Employment and Housing and the CITY upon reasonable notice at any time during the normal business hours, but in no case less than 24 hours’ notice, to such of its books, records, accounts, other sources of information and its facilities as said Department or CITY shall require to ascertain compliance with this AGREEMENT.
          5. By executing this AGREEMENT, CONTRACTOR certifies that it shall follow and be in compliance with the Americans with Disabilities Act of 1990, the applicable administrative requirements promulgated in response thereto, and any other applicable Federal laws and regulations relating to handicap discrimination and participation and will continue to do so for at least the duration of the AGREEMENT and any extensions thereof.
    • 25. Contractor Licenses & Permits

      CONTRACTOR warrants and represents that it possesses and shall maintain all licenses and shall secure and maintain all necessary permits necessary to perform the SERVICES.

    • 26. Records

      All final versions of reports, data, maps, models, charts, studies, surveys, photographs, memoranda, plans, studies, specifications, records, files, or any other documents or materials, in electronic or any other form, that CONTRACTOR prepares or obtains pursuant to this Agreement and that relate to the matters covered hereunder shall be the property of the CITY.  CONTRACTOR hereby agrees to deliver those documents to the CITY upon termination of the AGREEMENT, and the CITY may use, reuse or otherwise dispose of the documents without CONTRACTOR’s permission.  It is understood and agreed that the documents and other materials, including but not limited to those described above, prepared pursuant to this AGREEMENT are prepared specifically for the City and are not necessarily suitable for any future or other use.

    • 27. Facilities and Equipment

      Except as set forth herein, CONTRACTOR shall, at its sole cost and expense, provide all facilities and equipment that may be necessary to perform the services required by this AGREEMENT. CITY shall make available to CONTRACTOR only the facilities and equipment listed in EXHIBIT “A” and “B”, and only under the terms and conditions set forth herein.

    • 28. Independent Contractor; Not Agent

      At all times during the term of this AGREEMENT, CONTRACTOR shall be an independent contractor and shall not be an employee of CITY. CITY shall have the right to control CONTRACTOR only insofar as the results of CONTRACTOR’s services rendered pursuant to this AGREEMENT.  Except as City may specify in writing, CONTRACTOR shall have no authority, express or implied, to act on behalf of CITY in any capacity whatsoever as an agent.  CONTRACTOR shall have no authority, express or implied, pursuant to this AGREEMENT to bind City to any obligation whatsoever.

    • 29. Drug Free Workplace

      CONTRACTOR certifies that it is following and in compliance with Sections 8350   8355 of Chapter 5.5 of the Government Code, Drug Free Workplace Act whereby each person or organization awarded a contract/purchase order or grant for the procurement of any property or service from any state agency (city) shall certify to the contracting or granting agency that it will provide a drug free workplace.

    • 30. Assignment

      Neither this AGREEMENT nor any SERVICES hereunder shall be subcontracted or assigned by CONTRACTOR without the prior written consent of the CITY in each and every instance.

    • 31. Waiver

      The waiver by any party to this AGREEMENT of a breach of any provision hereof shall be in writing and shall not operate or be construed as a waiver of any other or subsequent breach hereof unless specifically stated in writing.

    • 32. Headings Not Controlling

      Headings used in the Agreement are for reference purposes only and shall not be considered in construing this AGREEMENT.

    • 33. Miscellaneous

      Time is of the essence in CONTRACTOR’s performance under each provision of this AGREEMENT.

    • 34. Entire Agreement

      This Agreement and its exhibits contain the entire understanding between CONTRACTOR and CITY. Additional or new terms contained in this AGREEMENT which vary from CONTRACTOR’S bid are controlling and are deemed accepted by CONTRACTOR by performance of any SERVICES or other commencement of performance hereunder. The terms and conditions of the IFB, attached hereto as Exhibit B, are incorporated herein. In the event of a conflict between the IFB and this AGREEMENT, this AGREEMENT shall control. All previous bids, offers and communications related to this Agreement, whether oral or written, are hereby superseded except to the extent that they have been incorporated into this Agreement. No future waiver or exception to any of the terms, conditions, and provisions of this AGREEMENT shall be considered valid unless specifically agreed to in writing by the parties.

    • 35. Partial Invalidity

      If any provision in this AGREEMENT is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remaining provisions shall nevertheless continue in full force without being impaired or invalidated in any way.

       

      IN WITNESS WHEREOF, the CITY OF MODESTO, a municipal corporation, has authorized the execution of this Agreement by its City Manager and attested by its City Clerk under authority of Resolution No. 20___-_______, adopted by the Council of the City of Modesto on the ________ day of __________________, 20___ and _____________.has caused this Agreement to be duly executed.

      CITY OF MODESTO
      a municipal corporation
       CONTRACTOR

          
      By________________________________ By________________________________
       JOSEPH P. LOPEZ
      City Manager
        (Signature)
         By________________________________
      ATTEST:  (Name & Title)
         Date: _______________________________
      By________________________________  
       DIANE NAYARES-PEREZ, CMC, City Clerk   
          
      (SEAL)  
         
      APPROVED AS TO FORM:   
           
      By________________________________   
       JOSE M. SANCHEZ, City Attorney   
           
      By________________________________   
       MATTHEW BRALEY, ARM-PE, Risk Manager   

    Submission Requirements

    • Acknowledgements
    • IFB Acknowledgement (required)

      The Bidder submitting acknowledges receipt of the referenced IFB and/or Addenda and offers and agrees to provide the articles and/or services specified on behalf of the Bidder indicated in Bidder’s Bid Forms provided by the City, attached hereto and made a part hereof, this includes any forms for the pricing proposed on the Pricing Schedule.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Preparation of Bids (required)

      Bidder acknowledges that they have quoted price as specified in Bid. No alterations or changes of any kind shall be permitted to the Pricing Schedule as provided. Responses that do not comply shall be subject to rejection in total.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Taxes and Freight Charges (required)

      Bidder acknowledges that:

      1. Unless otherwise required and specified in the IFB, the prices quoted herein do not include Sales, Use or other taxes.
      2. No charge for delivery, drayage, express, parcel post packing, cartage, insurance, license fees, permits, costs of bonds, or for any other purpose, except taxes legally payable by City, will be paid by the City unless expressly included and itemized in the Bid.
      3. Amount paid for transportation of property to the City is exempt from Federal Transportation Tax. An exemption certificate is not required where the shipping paper shows the consignee as one (1) of the City; as such papers may be accepted by the carrier as proof of the exempt character of the shipment.
      4. Articles sold to the City are exempt from certain Federal excise taxes. The City will furnish an exemption certificate.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Award (required)

      Bidder Acknowledges that:

      1. Unless otherwise specified by the Bidder or the IFB gives notice of an all-or-none award, the City may accept any item or group of items of any Bid.
      2. Bids are subject to acceptance by the City at any time within 45 days of opening, unless otherwise specified in the IFB. A Bidder shall not change its bid if accepted within such time.
      3. A valid, agreement based on the sample agreement attached to the IFB and the submitted bid shall be provided, or otherwise furnished, to the successful Bidder within the time for acceptance specified, and such agreement shall be a binding agreement without further action by either party. The agreement shall be interpreted, construed and given effect in all respects according to the laws of the State of California.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Patent Indemnity (required)

      Bidder Acknowledges:

      Bidders who do business with the City shall hold the City, its officers, agents and employees, harmless from liability of any nature or kind, including cost and expenses, for infringement or use of any patent, copyright or other proprietary right, secret process, patented or un-patented invention, article or appliance furnished or used in connection with the contract or purchase order.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Samples (required)

      Bidder Acknowledges:

      Samples of items, when required, shall be furnished free of expense to the City and if not destroyed by test may upon request (made when the sample is furnished), be returned at the Bidder’s expense.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Rights and Remedies of City for Default (required)

      Bidder Acknowledges:

      1. In the event any item furnished by the Bidder in the performance of the contract or purchase order should fail to conform to the specifications therefore or to the sample submitted by the Bidder with its Bid, the City may reject the same, and it shall thereupon become the duty of the Bidder to reclaim and remove the same forthwith, without expense to the City, and immediately to replace all such rejected items with others conforming to such specifications or samples; provided that should the Bidder fail, neglect or refuse to do so, the City shall thereupon have the right to purchase in the open market, in lieu thereof, a corresponding quantity of any such items. City may deduct from any moneys due or that may there after come due to Bidder, or send an invoice to the Bidder which shall be paid within thirty (30) days, the difference between the prices named in the contract or purchase order and the actual cost thereof to the City. In the event that the Bidder fails to make prompt delivery as specified for any item, the same conditions as to the rights of the City to purchase in the open market and to reimbursement set forth above shall apply, except when delivery is delayed by fire, strike, freight embargo, or Act of God or the government.
      2. Cost of inspection or deliveries or offers for delivery, which do not meet specifications, will be borne by the Bidder.
      3. The rights and remedies of the City provided above shall not be exclusive and are in addition to any other rights and remedies provided by law or under the contract.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Payment Terms and Methods (required)

      BIDDER IS ABLE TO CHOOSE FROM EITHER OF THE FOLLOWING PAYMENT METHODS AND ASSOCIATED TIMINGS:

      Option A (Preferred): City of Modesto ePay Payment:

      This secure payment methodology is preferred by an increasing number of the City’s suppliers. On Net 30 day timing, you will receive a single-use Master Card number with a detailed remittance for each payment. You will process the payment through your POS/Card terminal. The payment remittance will be sent from InControl@mastercard.com via email and will contain the following information:

      • 16-digit credit card number
      • Expiration date
      • Security code
      • Total dollar amount of invoices to be paid
      • Invoices reference numbers and corresponding amounts

      ePay results in small percentage rebate of 1.0% to the City through the card issuer. That rebate amount will be considered by the City in its evaluation of Bidder’s pricing proposal hereunder. Information about enrolling in MasterCard ePay program can be obtained from the City’s contact listed on the Cover Page of this IFB.

      Option B – Manual Check:

      On Net 45 Day timing, the City will mail a hardcopy check to Bidder.  The payment will be deemed to have been made when the check envelope is mailed via US Postal Service First Class Mail.  The timing of the mailing will be at the end of the Net 45 Day period.  Additional time should be estimated by the Bidder for the check to be in transit, and to await deposit and clearance by Bidder staff.

    • Did you choose the Payment Term - Option A - ePay? (required)
    • Please enter the preferred email address to set up ePay. (required)
    • California Government Code Section 4552 (required)

      Bidder Acknowledges:

      In submitting a Bid to the City, the Bidder offers and agrees that if the Bid is accepted, it will assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of Services, materials, or services by the Bidder for sale to the purchasing body pursuant to the Bid.  Such assignment shall be made and become effective at the time the purchasing body tender’s final payment to the Bidder.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • No Guarantee or Warranty (required)

      Bidder Acknowledges that:

      The City makes no guarantee or warranty as to the condition, completeness or safety of any material or equipment that may be traded under a contract or purchase order resulting from this Bid.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Minor Irregularities (required)

      Bidder Acknowledges that:

      The City reserves the right, in its sole discretion, to waive any informalities or minor irregularities in a Bid.  

      By checking the "please confirm" box below, you acknowledge the above statement.

    • Bidder Company Information
    • Bidder Company Full Legal Name (required)

      Please provide the full legal name of the Bidder Company on this bid submittal. It may already be provided elsewhere, but please provide here to confirm.

    • Bidder Company Marketplace (or DBA) Name (required)

      Please provide the Company Marketplace Name or DBA (if applicable). It may already be provided elsewhere, but please provide here to confirm.

      NOTE: If the company is not operating under an additional name or a dba, then you may state "N/A" here.

    • Type of Legal Entity (required)

      Is the Bidder Company a Corporation, Limited Liability Company, Partnership, or Sole Proprietorship?

      If the Bidder Company is something other than one of the above options, please answer "No" here and you will be asked to provide more information after this question.

    • Type of Legal Entity - Select (required)

      Please select which of the following legal entity options under which the Bidder Company operates.

    • Legal Entity State of Registration (required)

      In which State is the Bidder Company registered?

    • Type of Legal Entity - Other (required)

      You have indicated that the Bidder Company does not operate as a Corporation, a Limited Liability Company, a Partnership, or as a Sole Proprietorship. Please explain and be sure to note which State the Bidder Company is registered/established.

    • Bidder Company Headquarters Address (required)

      Please provide the full street address for the headquarters of the Bidder Company. Be sure to include the following:

      • Full Street Address
      • City
      • State
      • Country
      • Postal Code
    • Bidder Company Website Address (required)

      Please provide the full company website address for the Bidder Company.

    • Contact Person Details (required)

      Please provide the following information for the Contact person for this bid:

      • Name
      • Title
      • Phone (Office)
      • Phone (Mobile)
      • Mailing Address (Street Address, City, State, Postal Code)
      • Fax Number
      • Email
    • Federal Taxpayer Identification Number (TIN) (required)

      Please provide the Bidder Company's Federal Taxpayer Identification Number here.

    • Duns & Bradstreet (DUNS) Number

      Please provide the Bidder Company's Duns & Bradstreet (DUNS) Number here.

    • Bidder Officer Names and Titles (required)

      Please provide the Names and Titles of the Top Three Bidder Officers in the following manner:

      • Full Name, Full Title
      • Full Name, Full Title
      • Full Name, Full Title
    • Years in Business (required)

      For how long has the Bidder Company been in business? Please indicate in number of years.

    • Closest Bidder Office (required)

      Please provide the address for the Bidder Office closest to the City of Modesto. Please be sure to provide:

      • Full Street Address
      • City
      • State
      • Country
      • Postal Code
    • City of Modesto Business License (required)

      Does the Bidder Company currently possess a valid City of Modesto Business License?

      NOTE: An answer of "No", does not exclude the bid from potential award as it is not required until the contract begins.

    • City of Modesto Business License Number (required)

      You have indicated that the Bidder Company already possesses a City of Modesto Business License, please provide the business license number here.

    • State of California Contractor License Number (required)

      Please provide your State of California Contractor License Number (if available).

    • Contractor License Expiration Date (required)

      Please enter the current expiration date of your State of California Contractor's License (if available).

    • DIR Registration Number (required)

      Please provide your State of California Department of Industrial Relations (DIR) Registration Number (if available).

    • DIR Registration Expiration Date (required)

      Please enter the current expiration date of your Department of Industrial Relations (DIR) Registration Number.

    • Pricing Schedule
    • Pricing Schedule (required)

      Please download the below documents, complete, and upload.

    • Preparation of Pricing Schedule (required)

      All prices and notations must be printed in ink or typewritten. No erasures permitted. Errors may be crossed out and corrections printed in ink or typewritten adjacent and must be initialed in ink by person signing the Bid.

      By checking the "please confirm" box below, you acknowledge the above statement.

    • City Forms
    • Bidder Exceptions, Clarifications, Amendments (required)

      Does the Bidder have any exceptions, clarifications, or amendments to this IFB, sample agreement, or its associated specifications?

    • Bidder Exceptions, Clarifications, Amendments (required)

      Please download the below documents, complete, and upload.

    • Bidder Customer References (required)

      Please download the below documents, complete, and upload.

    • Financial Interest Disclosure (required)

      Please download the below documents, complete, and upload.

    • Local Vendor? (required)

      Is the Bidder a local vendor as defined by the following requirement?

      To qualify as a local Bidder, the Bidder must have a physical business location within the City of Modesto and a current City of Modesto business license.  

    • Support of Local Vendors (required)

      Please download the below documents, complete, and upload.

    • Bidder Company History Statement (required)

      Please download the below documents, complete, and upload.

    • Bidder Warranty Statements (required)

      Please download the below documents, complete, and upload.

    • Bidder Experience and Certifications (required)

      Please download the below documents, complete, and upload.

    • Subcontractors? (required)

      Will the Bidder be using subcontractors for any purpose to perform services noted in this IFB?

    • Subcontractor List (required)

      Please download the below documents, complete, and upload.

    • California Levine Act Disclosure (required)

      Please download the below documents, complete, and upload.

    • Prevailing Wage Labor Craft and Labor Rate (required)

      Please download the below documents, complete, and upload.

    • Additional Bid Information
    • Additional Information (if needed)

      For any additional information requested or required by any of your previously provided answers or as stated within this IFB please upload the additional documentation here.

    • Submittal Confirmation (required)

      Bidder hereby certifies that all information provided within this submittal is accurate to the best of their knowledge and acknowledges that they have provided proof of their authority to submit a proposal on behalf of the stated Company Name committing them to the information contained within said submittal.

      By checking the "please confirm" box below, you certify the above statement.

    • Department Division (required)

      Which Division within the selected City Department owns this particular contract, project, or purchase?

      NOTE: Do NOT use the word "Division" in your entry as that will automatically be filled in.

    • Electronic Pricing Table (required)

      Do you wish to utilize the electronic pricing table available within OpenGov Procurement to obtain pricing/fees/costs for bids?

      If you answer with a "No", the electronic pricing table will not be available for use and you will be required to format the Pricing Schedule Form in the Vendor Questionnaire (Bid Submittal) section of this IFB.

      If you answer with a "Yes", the Pricing Schedule Form will not be used and pricing will need to be obtained within the electronic pricing table. You may also update the Vendor Questionnaire (Bid Submittal) section of this IFB to obtain a breakdown of pricing or some sort of supplemental pricing document if you wish.

    Questions & Answers

    Q (Truck and Trailer Access): Does a 4WD truck and 24' trailer have access to each reservoir within 50'?

    A: Yes.


    Q (Discharge): Is there a place for discharge on-site for each reservoir that is within 100'?

    A: Yes.


    Q (Diver Access): Is there a hatch that is at least 24" for diver access on each reservoir?

    A: Yes.


    Q (Tank or Clearwell Material): What are the reservoirs material? For example, steel, concrete, bolted, welded, etc.?

    A: Tanks 11 and 13 are concrete. All others are welded steel.


    Q (NACE 1 Diver): You stated that the inspector must be NACE 1 certified. Does that mean that the diver must be a NACE 1 Certified coating inspector.

    A: Yes.


    Q (Disposal of sediment bags): Per the spec, the sediment will be trapped into sediment bags. Typically, the bags are allowed to dry out and the owner disposes of them when they are easier to dispose of. Will the City dispose of the sediment bags?

    A: Yes.


    Q (Dichlorination): What is the dichlorination level to be to allow the water to exit the property. We have been involved with projects where the water has had to have been held in sediment tanks until the chlorine levels reach a level of almost zero residual costing the client a lot of money.

    A: Below 1.0 ppm.


    Q (OSHA 29): You quoted OSHA tile 8 under Diving operations. OSHA 29 1910 Subpart T is the updated version to the commercial dive industry. OSHA 29 states that all 3 members of the dive team are certified commercial divers, Will OSHA 29 1910 Subpart T be enforced as well.

    A: B. The Contractor shall provide a minimum of a 3-man crew for sediment removal. Filming the procedure with underwater videotape equipment shall be done while work is being conducted. State of the art video-taping equipment shall be used to allow viewing of the operation while topside. An inspection report for each tank shall be provided on USB Drive. All members of sediment removal crew shall possess and provide a Commercial Diver School certificate


    Key dates

    1. February 24, 2026Published
    2. April 14, 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.