HomeMy WebLinkAboutCash Carpet Service 2026-02-24 UPDExhibit A
REQUEST FOR BID
City of Ukiah
SPECIFICATION E41280
POLICE DEPARTMENT VINYL FLOORING
REPLACEMENT
January 26, 2026
Mandatory Pre-Bid Meeting
2:00 p.m., Wednesday, February 11, 2026
City of Ukiah Police Department
300 Seminary Avenue
Ukiah, California 95482
Bid Due Date
2:00 PM, Thursday, February 26, 2026
I.Introduction
City of Ukiah is seeking bids from qualified Contractors to replace vinyl flooring in the Police
Department, at 300 Seminary Ave., Ukiah, CA 95482.
II.Bid Procedure
PLEASE TAKE NOTICE: This Request for Bid (RFB) is issued as an open market purchase under
Section 1522 of the Ukiah City Code. This is not a formal or informal bid under the provisions of state law
governing RFB’s for Public Projects. The procedures governing open market purchases are at the discretion
of the Purchasing Officer and may vary from bid to bid, depending on the City’s needs. The City Code
encourages the Purchasing Officer to use modern communications, including the telephone, e-mail and the
internet, to obtain the lowest possible price, consistent with the City’s needs. The Purchasing Officer does
use City bidder’s lists when soliciting bids. You may contact the Purchasing Officer if you would like to be
placed on the City’s bidder’s list.
III.Contact Person
The City has designated Myles Fisette, Purchasing Manager, as the contact person for questions
related to the work requested. Questions are to be submitted in writing and can be done so by e-mail at
mfisette@cityofukiah.com.
IV.Bidder’s Conference - Mandatory
A qualified representative of the Contractor is requested to attend a bidder’s conference at the
designated date, time, and location below. Attendance at this conference is mandatory. Failure to
attend this conference will be just cause for the bid to be rejected as non-responsive.
The purpose of this conference will be to clarify the contents of this bid request in order to
prevent any misunderstanding of the City’s position. Any doubt as to the requirements of this
solicitation or any apparent omission or discrepancy should be presented to the City at this
conference. The City will then determine the appropriate action necessary, if any, and may issue a
written amendment to the bid request. Oral statements or instructions will not constitute an
amendment to this solicitation.
Bid Conference Date: Wednesday, February 11, 2026
Bid Conference Time: 2:00 p.m.
Bid conference Location: City of Ukiah Police Department, 300 Seminary Avenue Ukiah, California 95482
V.Bid Submittal Instructions
Bids can be submitted in hardcopy or email. Bids are due on or before 2:00 PM, Thursday
February 26, 2026 to:
City of Ukiah Purchasing Department
Attn: Myles Fisette
411 West Clay Street
Phone: (707) 463-6225
Email: mfisette@cityofukiah.com
It will be the sole responsibility of the bidders to have their bids delivered to the City before the
closing hour and date. Late bids will not be considered and will be returned unopened to the sender. The City
City of Ukiah E41280 POLICE DEPARTMENT VINYL FLOORING
REPLACEMENT - RFB
3
will not be responsible for any cost incurred by the Contractor in preparation of their bid response.
VI. Scope of Work
All labor, equipment and materials for the removal of the existing VCT flooring, floor preparation,
and installation of the new luxury vinyl plank flooring with new 4” rubber wall base per the layout in
Attachment A. This includes measuring, cutting, fabricating, handling of materials, and furniture relocation.
Post-installation cleanup is also part of the job, ensuring all debris associated with the work is removed.
VII. Terms
The City asks that vendors specify their desired payment preferences in their bid response. The actual
payment terms of the contract will be open for negotiation during the contract phase. If no special payments
are requested prior to issuing the work, the City will assume net 30 terms.
The City reserves the right to award to the lowest, responsible bidder. The City also reserves the right
to waive any irregularities and technicalities and request rebids should it be deemed in its best interests to do
so. The price, terms, delivery point, and delivery date may individually or collectively be the basis of the
awarding of the bid. In addition, the City reserves the right to make the selection of specific parts of a bid, or
multiple proposals that will best meet the needs of the City as defined in this RFB. In addition, the City
reserves the right to reject any or all bids. The awarded contractor will enter a “Short Form Construction
Contract”, Attachment B.
VIII. Addenda
If it becomes necessary to revise any part of this Request for Bid (RFB) after it has been issued, the
City will issue an addendum to the RFB containing the revision. All addenda will be posted on the City’s
website at www.cityofukiah.com/purchasing with the rest of the RFB documents. Anyone who intends to
submit a bid in response to the RFB must check the website frequently for any posted addenda. Anyone
submitting a bid will be deemed to have seen and agreed to be bound by the posted addenda.
IX. Warranty
Unless otherwise indicated, the Contractor must provide a 1 year workmanship warranty from the
date of final acceptance. The Contractor shall replace promptly and at his own expense any materials and/or
workmanship which fail during this warranty period.
X. Bidder Qualifications
The City will satisfy itself that the potential contractors are reputable firms with a proven track record
and a proven product. Contractors are asked to provide the information requested under Work Performance
History Capability. References are to be those who you have performed similar scope of work as asked for in
this RFB. References are to include the contact name and phone number. A minimum of three references are
requested.
City of Ukiah RFB E41517 - POLICE DEPARTMENT VINYL FLOORING
REPLACEMENT
4
XI. Insurance Requirements
Bidder’s attention is directed to the insurance requirements – see Attachment C. Contractors shall
furnish to the City, upon award of contract, certificates of insurance covering full liability under Worker’s
Compensation laws of the State of California, Comprehensive General Liability and Business Auto Insurance
with policy limits of not less than $1,000,000 naming the City as an additional insured party.
It is highly recommended that contractors confer with their respective insurance carriers or brokers to
determine in advance of bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein. If an apparent awarded contractor fails to comply with the insurance
requirements, that contractor may be disqualified from award of the contract. If you have questions regarding
the City’s requirements, please contact the City’s Risk Manager at 707-463-6287.
XII. License and Additional Requirements
1) Compliance with Laws and Regulations: All materials, parts and equipment furnished pursuant to
these specifications shall be in compliance with the laws and regulations of the State of California and OSHA.
The contractor shall, if requested by the City, supply certification and evidence of such compliance.
2) Payment Bond: As per California Civil Code Section 9550, a direct contractor that is awarded a
public works contract involving an expenditure in excess of twenty-five thousand dollars ($25,000) shall,
before commencement of work, give a payment (material and labor) bond to and approved by the officer or
public entity by whom the contract was awarded. Please refer to Attachment D for a copy of the sample
forms.
3) Legal Requirements and Permits: The contractor agrees to fully comply with all local, City, State and
Federal laws, regulations and ordinances governing performance of contractual services required, and it will
be the responsibility of the contractor to obtain any and all necessary licenses, permits or clearances,
including the actual cost of licenses.
4) License Requirements: Bidder/Contractor must possess a current State of California contractor’s
license and a City of Ukiah business license. (For information business license, please contact Kathy
Norris, City of Ukiah Finance Department at 707-463-6202.)
a) The Contractor shall possess a valid State of California Class C-15 license. Bidder shall provide proof
of possession of the proper licenses and certificates of registration necessary to perform the work.
Employees actually performing the tasks shall provide proof of proper certificates of registration for
same.
b) The bidder shall keep in force a City of Ukiah business license for the extent of the project.
c) Where subcontractors/jobbers are used, bidder shall provide the City with proof of proper
licenses, certificates and proof of insurance for work performed.
5) Notice to Bidders – Contractor Registration and Prevailing Wages –No contractor or
subcontractor may be listed on a bid proposal for a public works project unless registered with
the Department of Industrial Relations pursuant to Labor Code section 1725.5 [with limited
exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. No
contractor or subcontractor may be awarded a contract for public work on a public works
project unless registered with the Department of Industrial Relations pursuant to Labor Code
section 1725.5. The prime contractor shall be responsible for posting job site notices as
prescribed by regulation. This project is subject to compliance monitoring and enforcement by
the Department of Industrial Relations.
City of Ukiah RFB E41517 - POLICE DEPARTMENT VINYL FLOORING
REPLACEMENT
5
Public Works Small Project Exemption: Small project exemption means that contractors who
work exclusively on small projects are not required to register as public works contractors or file
electronic certified payroll reports for those projects. However, prevailing wages must still be
paid on projects with small project exemption. Contractors are still required to maintain certified
payroll records on a continuous basis, and provide those records to the Labor Commissioner’s
Office upon request. Small project exemption is applied based on the amount of the entire
project, not a contractors subcontracted amount of the project. Small project exemption applies
for all public works projects that do not exceed: $25,000 for new construction, alteration,
installation, demolition or repair; and $15,000 for maintenance.
Each laborer or mechanic of Contractor or any subcontractor engaged in work on the project
under this contract shall be paid, pursuant to provisions of Section 1770, including amendments
thereof, of the Labor Code of the State of California, the Director of the Department of Industrial
Relations, State of California, has ascertained the general prevailing rate of wages for straight
time, overtime Saturdays, Sundays and Holidays including employer payment for health and
welfare, vacation, pension and similar purposes, copies of the General Prevailing Wage
Determination (applicable to the work), for the locality in which the work is to be done can be
reviewed at Website: www.dir.ca.gov/dlsr/pwd/northern.html .
The Labor Commissioner through the Division of Labor Standards Enforcement (DLSE) may at any time
require contractor and subcontractors to furnish electronic certified payroll records directly to DLSE. For
projects that do not meet the “Public Works Small Project Exemption”, contractors and subcontractors must
furnish electronic certified payroll records directly to the DLSE.
XIII.Vendor Background Check
Because the contract work includes locations within the City’s offices where security is very
important, fingerprints and consent to conduct a criminal records check will be required of all persons
who will perform contract services for the apparent low bidder. Only a department within the City
authorized to access the automated systems handling criminal offender record information maintained by
the California Department of Justice will receive or review this information which will include a criminal
record summary of arrests resulting in conviction and arrests pending final adjudication. The successful
low bidder will not be permitted to provide services in these secure areas within City offices, except by
persons who have cooperated with this criminal background check and who have not been convicted of a
crime that would create an undue security risk for the City.
Attachment A