Active SLED Opportunity · CALIFORNIA · CITY OF RANCHO CORDOVA

    City Hall First Floor Suite 100 Tenant Improvement Project

    Issued by City of Rancho Cordova
    cityInvitation For BidCity of Rancho CordovaSol. 249437
    Open · 21d remaining
    DAYS TO CLOSE
    21
    due May 14, 2026
    PUBLISHED
    Apr 16, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Rancho Cordova invites bids for tenant improvements at City Hall Suite 100, including demolition, construction, electrical, plumbing, HVAC, and finishes. The project requires a licensed General-B contractor, compliance with all regulations, and completion within 120 working days. Estimated cost is $1.65M. Bids due May 14, 2026.

    Opportunity details

    Solicitation No.
    249437
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    city
    Published Date
    April 16, 2026
    Due Date
    May 14, 2026
    NAICS Code
    236220AI guide
    Agency
    City of Rancho Cordova

    Description

    The City of Rancho Cordova is seeking competitive bids for City Hall First Floor Suite 100 Tenant Improvement Project.

    Estimated Construction Cost: $1,650,000

    Contractor License Required: B- General (with appropriate subcontractors for the supplemental work not defined in their classification)

    Bids due before 2:00 pm on Thursday, May 14, 2026.

    Project Details

    • Department: Facilities
    • Department Head: Matt Thomas (Facilities Manager)

    Important Dates

    • Questions Due: 2026-05-06T00:00:20.209Z
    • Pre-Proposal Meeting: 2026-04-28T18:00:16.967Z — Rancho Cordova City Hall, Community Board Room, 2729 Prospect Park Drive, Rancho Cordova, CA 95670

    Meetings & Milestones

    EventDateLocation
    Bid Opening2026-05-14T21:01:01.980Z________________________________________________________________________________ Microsoft Teams meeting Join: https://teams.microsoft.com/meet/280680409747178?p=BKjChVxyXi2ZAGW8LX Meeting ID: 280 680 409 747 178 Passcode: 79px2q9z ________________________________________ Need help? | System reference Dial in by phone +1 646-680-9078,,469426016# United States, New York City Find a local number Phone conference ID: 469 426 016# For organizers: Meeting options | Reset dial-in PIN ________________________________________________________________________________

    Evaluation Criteria

    • Project Overview

      The project Contractor shall furnish all tools, equipment, apparatus, facilities, labor and material necessary to perform and complete in a good and workmanlike manner, including: the demolition of inter, all in accordance with the Contract Documents and drawings.  

      Project Location:
      2729 Prospect Park Drive, Suite 230, Rancho Cordova CA 95670

      This remodel is designated as a tenant improvement requiring the Contractor to itself establish for its Bid the entire scope of work of the remodel.  The proposed work shall be performed in accordance with the plans, specifications and other contract documents and shall consist for the following scope: Tenant improvement in an existing empty shell 2- story building.  Tenant improvements will occur at the south wing of the second floor, suite 230, approximately, 8,300 SF.

      The Contractor may visit the office prior to bid and establish all work items of demolition, construction, electrical, plumbing, HVAC, communication, security, millwork, finish, and clean-up necessary to deliver an office ready for furniture installation and fully operational. No modifications to the existing building shell.       

      Contractor must field verify measurements prior to carpet and base order.  See finish details for carpet products color and installation details. The City has submitted for building and fire permits.  Contractor is not responsible for permit fees. Contractor will be required to schedule inspections and final sign off.  Any other applicable fees, licenses or permits required for the project will be at the contractor’s expense. All work to be completed by licensed General-B contractor and their designated sub-contractors. All work to be completed in a timely manner, complying with all measures required by all federal, state and city laws, codes, and regulations.    
      All work shall be carried out in a manner that will ensure the safety of all adjacent properties, equipment, vehicles and occupants. 

    • General

      The bidder's attention is directed to the provisions in Section 2, “Bid Requirements and Conditions,” of the Standard Construction Specifications and these special provisions for the requirements and conditions which the bidder must observe in the preparation of and the submission of the bid.

      The bidder's bond shall conform to the bond form in the Bid book for the project and shall be properly filled out and executed. The bidder’s bond form included in that book may be used.

      In conformance with Public Contract Code Section 7106, a Noncollusion Affidavit is included in the Bid book. Signing the Bid book shall also constitute signature of the Non-Collusion Affidavit.

      The Contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations), Part 26 in the award and administration of US DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Each subcontract signed by the bidder must include this assurance.

      Failure of the bidder to fulfill the requirements of the Special Provisions for submittals required to be furnished after bid opening, including but not limited to escrowed bid documents, where applicable, may subject the bidder to a determination of the bidder's responsibility in the event it is the apparent low bidder on a future public works contracts.

    • For Federal Grants

      Here are some notes on how to use this template for Federal Grants:

      Upload latest 12-G under Attachments
      Verify all Caltrans forms in the Bid-Submittal are up to date

      Add your DBE goal in the setup questions.

      Add the trainee requirements below.

      Verify FHWA 1273 has not changed

      Delete this section once complete.

    • Inspection of Site

      Bidders are required to inspect the sites of the work to satisfy themselves by personal examination or by such other means, as they may prefer, of the locations of the proposed work and of the actual conditions at the project sites. Inspections shall be between the hours of 8:00 a.m. and 5:00 p.m. on weekdays only.

      Submission of a bid by the bidder shall constitute acknowledgement that, if awarded the contract, the bidder has relied and is relying on its own examination of (a) the sites of work, (b) access to the sites and (c) all other data and matters requisite to the fulfillment of the work and on its own knowledge of the facilities on and in the vicinity of the sites of the work to be constructed under the contract.

    • General

      The work for this project involves operations during daily operations of an important facility and public safety functions.  The Contractor’s operations, schedule and methods shall be submitted for review by City staff prior to the work in order to avoid interruptions to the operations of City Staff functions at this site, as well as the safety of the public and or occupants.

      All work shall occur in manner, which does not interrupt or produce liability to the occupants and the public.  Passageways shall not be compromised or affected, and all access and work shall be secured to protect all occupants from debris, work and any mishaps.

      Materials to be installed shall be presented to City staff with complete technical, MSDS and color
      information in advance of installation and prior to ordering for approval. All debris, trash and demolition material shall be removed daily as to avoid visual impact, and danger to the occupants and public utilizing the building.  Contractor may need to order a C/D dumpster.  City will approve dumpster placement prior to delivery.  

      All work not meeting the original schedule shall be explained and the schedule updated prior to work continuation.

      The parking lot shall always remain accessible and open to the public.  

      A pre-construction meeting will occur with City Staff and the building occupants to establish operations and activity schedule.  Any work activities or disruption of occupants and the public’s use of the building or site will be submitted for permission which permission can be denied.  A weekly meeting will occur on a date and time mutually agreed to coordinate with City Staff and the building occupants.

      The Contractor will be offered a storage area for its materials and equipment.  All responsibility of the storage and use of the premises are at the sole risk of the Contractor.

    • Plans and Special Provisions Mutually Explanatory

      The Project Plans and Special Provisions are intended to be explanatory of each other. The work shall be performed and completed according to the true spirit, meaning, and intent of the Plans and Special Provisions.

      All work shown on the Plans shall be accurately followed to the scale to which the drawings are made, but figured dimensions are in all cases to be followed where given though they may differ from scaled measurements. Large-scale and / or full-size drawings shall be followed in preference to small-scale drawings. Any discrepancies found in the dimensions shall be brought to the immediate attention of the City Engineer.

    • Description of Work

      The project Contractor shall furnish all tools, equipment, apparatus, facilities, labor and material necessary to perform and complete in a good and workmanlike manner, including: the demolition of inter, all in accordance with the Contract Documents and drawings. Project Location: 2729 Prospect Park Drive, Suite 100, Rancho Cordova CA 95670 This remodel is designated as a tenant improvement requiring the Contractor to itself establish for its Bid the entire scope of work of the remodel. Contractor must field verify measurements prior to carpet and base order. See finish details for carpet products color and installation details. The City has submitted for building and fire permits. Contractor is not responsible for permit fees. Contractor will be required to schedule inspections and final sign off. Any other applicable fees, licenses or permits required for the project will be at the contractor’s expense. All work to be completed by licensed General-B contractor and their designated sub-contractors. All work to be completed in a timely manner, complying with all measures required by all federal, state and city laws, codes, and regulations. All work shall be carried out in a manner that will ensure the safety of all adjacent properties, equipment, vehicles and occupants. Tenant improvement in an existing 2-story office building. Construction Type III-B Sprinklered. Tenant improvements will occur on the First Floor Suite 100, approximately 16,376 SF. The proposed work shall be performed in accordance with the plans, specifications and other contract documents and shall consist for the following scope: demolition, construction, electrical, plumbing, additional restrooms fixtures, new ice machine and plumbing, new entry pathway and exterior entry door to new locker room, HVAC, communication, security, millwork, finishes and cleanup necessary to deliver an office ready for furniture installation and fully operations. Building and fire permits have already been applied for and paid by the city. All permit fees shall be the expense of the City. Building permit will be issued to Contractor upon award. Contractor is responsible for scheduling inspections. The Contractor may visit the office prior to bid and establish all work items of demolition, construction, electrical, plumbing, HVAC, communication, security, millwork, finish, and clean-up necessary to deliver an office ready for furniture installation and fully operational. No modifications to the existing building shell. Contractor to provide detailed daily construction report logs to project manager that includes list of sub contractors, work completed and photographs.

      Such other items or details not mentioned above or in the bid quantities that are required by the Plans and/or these Special Provisions, shall be performed, placed, constructed, or installed in accordance with the Standard Construction Specifications or these Special Provisions.

    • For State Grants

      Here are some notes on how to use this template for State Grants:

      Delete the federal provisions not required for the State Grants

      Remove the FHWA 1273

      Verify Caltrans form in the Bid-Submittal are up to date

      Delete this section once complete.

    • Preparing and Submitting Bids

      Bids shall be made on the blank Proposal forms prepared by the Public Works Department and provided herewith. Bids shall give the prices proposed in figures and shall give all other information requested herein. The bidder or its authorized representative shall sign all bid forms as indicated.

      Submittal of all bids shall be in accordance with the Notice to Contractors and these Instructions to Bidders.

      Bidders must satisfy themselves of the accuracy of the estimate of the quantities of the work to be done by personal examination of the location of the proposed work and by examination of the Plans and Special Provisions of the work. Bidders shall not, at any time after the submission of a bid, dispute or complain of such estimate or assert that there was any misunderstanding in regard to the nature or amount of work to be done. Each bidder shall examine the bidding documents carefully and not later than 5:00 pm on Tuesday, May 5, 2026 shall submit questions through the Question & Answer section of the project on OpenGov for interpretations or correction of any ambiguity, inconsistency, or error which he may discover. Any interpretation or correction by Addendum securely attached to the Contractor’s bid shall be binding. No bidder shall rely upon any interpretation or correction given by any other method. Each bidder represents that its bid is based upon the materials and equipment described in the bidding documents, Plans and Special Provisions.

      Before the award of the Contract, any bidder may be required to furnish evidence satisfactory to the City of the necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract.

    • Disadvantaged Business Enterprise (DBE)

      This project has established a DBE goal of TBD%, which includes all certified DBEs at time of Bid.

    • Bid Opening

      The Agency publicly opens and reads bids at the time and place shown on the Notice to Bidders as specified in County of Sacramento Standard Construction Specifications Section 2-13.

    • Quality Assurance

      The City has an approved Quality Assurance Plan.

    • Contractor's License Form

      Bidder shall be licensed in accordance with the Notice to Contractors.

    • Female and Minority Goals

      The contractor shall follow the Minority Utilization Goals in the LAPM 12-G for Sacramento County.

    • Contractor License

      The Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Public Contract Code § 10164) and as specified in the Standard Construction Specifications General Provisions Section 2-5.

      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.

      Pursuant to Section 1725.5 of the Labor Code, contractors and subcontractors must be registered with the Department of Industrial Relations in order to 1) bid or be listed on a bid for a public works project on or after March 1, 2015, or 2) work on a public works project awarded on or after April 1, 2015.

      Contractors and subcontractors can apply and register on the Department of Industrial Relations web site at: http://www.dir.ca.gov/Public-Works/PublicWorksContractorsAndSubcontractors.html

    • Federal Trainee Program

      The Federal Training program shall be in accordance with the LAPM 12-G.  For the Federal training program, the number of trainees or apprentices is TBD.  Submit all documents required in the LAPM 12-G for the Federal Training Program to the City of Rancho Cordova.

    • List of Subcontractors

      Each bidder shall have listed on the form provided, the name, address and description of the work, of each subcontractor to whom the bidder proposes to sublet portions of the work. For the purpose of this paragraph, attention is directed to the provisions in Section 2-8, “Subcontractors,” and Section 2, “Bid Requirements and Conditions,” and Section 3, “Award and Execution of Contract,” of the Sacramento County Standard Construction Specifications and these Special Provisions with regard to subcontracted portions of the work.

      Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor Commissioner publishes and distributes a list of contractors ineligible to perform work as a subcontractor on public works projects. This list of debarred contractors is available from the Department of Industrial Relations web site at: http://www.dir.ca.gov/DLSE/debar.html.

      Contractor shall complete and return Form 12-B of the Local Assistance Procedures Manual included in the Bid Submittal section of this solicitation.

    • National Highway System

      This project does not affect/enter into the National Highway System.

    • Time of Completion

      As set forth in Section 7-15 of the Standard Construction Specifications, the time for completion of this contract shall be One Hundred Twenty (120) WORKING DAYS.

      The Contractor is required to purchase the traffic signal poles. Due to the time it takes the manufacturer to provide the traffic signal poles, the Contractor will not be penalized working days for the acquisition of traffic signal poles. All other items to be purchase by the Contractor will be subject to the contract working days.

    • List of Subcontractors

      Each bidder shall have listed on the form provided, the name, address and description of the work, of each subcontractor to whom the bidder proposes to sublet portions of the work. For the purpose of this paragraph, attention is directed to the provisions in Section 2-8, “Subcontractors,” and Section 2, “Bid Requirements and Conditions,” and Section 3, “Award and Execution of Contract,” of the Sacramento County Standard Construction Specifications and these Special Provisions with regard to subcontracted portions of the work.

      Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor Commissioner publishes and distributes a list of contractors ineligible to perform work as a subcontractor on public works projects. This list of debarred contractors is available from the Department of Industrial Relations web site at: http://www.dir.ca.gov/DLSE/debar.html.

    • Non-Collusion Affidavit

      Each bidder submitting a bid for any portion of the work contemplated by the documents on which bidding is based, shall execute and attach thereto an affidavit substantially in the form herein provided to the effect that he/she has not entered into collusive agreement with any other person, firm or corporation in regard to any bid submitted.

    • Time of Completion

      As set forth in Section 7-15 of the Standard Construction Specifications, the time for completion of this contract shall be One Hundred Twenty (120) WORKING DAYS.  Contractor shall submit an estimated construction scheduled to be approved by owner prior to start. 

      The counting of working days shall begin ten (10) calendar days from the date the Contractor is notified that the contract has been executed for the City of Rancho Cordova.

    • Bidder's Bond

      Each bid must be accompanied by cash, cashier’s check, certified check or Bidder’s Bond made payable to the City of Rancho Cordova in the amount of 10% of the total bid amount, such guaranty to be forfeited should the bidder to whom the contract is awarded fail to enter into the contract.

    • Liquidated Damages

      As set forth in Section 8-10 of the Standard Construction Specifications, the liquidated damages for this contract shall be the sum of Two Hundred Dollars ($200) per working day.

    • Experience

      Each bidder shall complete the Experience/Qualifications Statement included with the Bidder forms.

    • Unavoidable Delays

      Section 7-12.02, “Unavoidable Delays”, of the Standard Construction Specifications shall apply except as herein modified.

      No extension of time will be granted for a delay caused by a shortage of materials unless the Contractor furnishes to the Engineer documentary proof that he has made every effort to obtain such materials from all known sources, within reasonable reach of the work in a diligent and timely manner. The documentary proof shall indicate that the inability to obtain such materials, when originally planned, did in fact cause a delay in final completion of the entire work which could not be compensated for by revising the sequence of the Contractor’s operations. The term "Shortage of Materials" as used in this section, shall not apply to materials, articles, parts, or equipment that are processed, made, constructed, fabricated, or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials.

    • Actions on Proposals

      The bid bonds for the three acceptable lowest bidders shall be retained until the City of Rancho Cordova has accepted the successful bidder. All other Bidder’s Bonds shall be returned to the bidder five (5) working days after bid opening.

    • Hours of Work

      The Contractor’s attention is directed to Section 7-8, “Peak Hours, Hours of Darkness, Holidays, and Weekends”, of the Standard Construction Specifications.

      Unless otherwise noted in the Special Provisions or approved by the Agency, no work shall be done between the hours of 6 p.m. and 6 a.m. Sunday through Saturday except with written permission of the Facilities Services Manager, or in case of an emergency repair, when necessary for the proper care and protection of work already performed.  Working hours are Monday through Saturday from 6 a.m. to 6 p.m.  Any work that might disrupt occupants, shall be scheduled prior to 8:00am or after 5:00pm if feasible.  Contractor to work with owner on the work schedule.  

    • Differing Site Conditions

      In accordance with Section 7104 of the Public Contract Code, the Contractor must promptly, and before the following conditions are disturbed, notify the Agency, in writing, of any:

      Material that the Contractor believes may be hazardous waste, as defined in Section 25117 of the Health and Safety Code, which is required to be removed to a Class I, Class II, or Class III disposal site in accordance with provisions of existing law.

      Subsurface or latent physical conditions at the site differing from those indicated by information about the site made available to bidders prior to the deadline for submitting bids.

      Unknown physical conditions at the site of any unusual nature differing materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract.

    • Bid Prices

      Bid prices shall include everything necessary for the completion of construction and fulfillment of the contract including, but not limited to, furnishing all materials, equipment, tools, plant and other facilities, and all management, superintendence, labor, required testing and other necessary services. Bid prices shall also include allowance for all federal, state and local tax.

    • Award and Execution

      The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the County of Sacramento Standard Construction Specifications and these Special Provisions for the requirements and conditions concerning award and execution of contract.

      Bid protests are to be delivered to the following address:

      Laurel Bane

      lbane@cityofranchocordova.org 
      City of Rancho Cordova
      2729 Prospect Park Drive
      Rancho Cordova, CA 95670

      The award of the contract, if it is awarded, will be determined based on Base bid to the lowest responsive and responsible bidder whose bid complies with all the requirements prescribed as specified in the County of Sacramento Standard Construction Specifications Section 3-1.

      The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds, to the Agency so that it is received within 10 days, not including Saturdays, Sundays and legal holidays, after the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to the following address:

      Laurel Bane
      City of Rancho Cordova
      2729 Prospect Park Drive
      Rancho Cordova, CA 95670

    • Contractor's Notification

      Promptly notify the Agency’s Engineer if you find either of the following conditions:

        1. Physical conditions differing materially from either of the following:
          • Contract documents
          • Job site examination
        2. Physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the Contract.
          • Include details explaining the information you relied on and the material differences you discovered.
          • If you fail to promptly notify the Engineer, you waive the differing site condition claim for the period between your discovery of the differing site condition and your notification to the Engineer.
          • If you disturb the site after discovery and before the Engineer's investigation, you waive the differing site condition claim.
    • Engineer's Investigation and Decision

      Upon your notification, the Engineer investigates job site conditions and:

      • Notifies you whether to resume affected work
      • Decides whether the condition differs materially and is cause for an adjustment of time, payment, or both
    • Bid Rigging

      The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General.

    • Specifications and Plans

      The County of Sacramento, Municipal Services Agency, Standard Construction Specifications (Standard Construction Specifications) inclusive of the Standard Drawings, adopted January 2016, and these Special Provisions, shall control all work to be done under this contract.  Copies of the Standard Construction Specifications may be obtained from the Municipal Services Agency, Land Division and Site Improvement Review, located in the County Administration Building, 827 Seventh Street, Room 304, Sacramento, California, 95814.

      State Standard Specifications and State Standard Plans, when referred to, shall be the 2023 Caltrans Standard Specifications and 2023 Caltrans Standard Plans dated January 22 2024.

      If there is a conflict between the technical provisions or requirements, the following order of precedence shall govern:

        1. Special Provisions
        2. Project Plans
        3. County of Sacramento, Standard Construction Specifications
        4. County of Sacramento, Standard Drawings
        5. Other referenced specifications
        6. State Standard Specifications
        7. State Standard Plans
    • Partnering

      The City of Rancho Cordova will promote the formation of a "Partnering" relationship with the Contractor in order to effectively complete the contract to the benefit of both parties. The purpose of this relationship will be to maintain cooperative communication and mutually resolve conflicts at the lowest possible management level.

      The Contractor may request the formation of such a "Partnering" relationship by submitting a request in writing to the Engineer after approval of the contract. If the Contractor's request for "Partnering" is approved by the Engineer, scheduling of a "Partnering" workshop, selecting the "Partnering" facilitator and workshop site, and other administrative details shall be as agreed to by both parties.

      The costs involved in providing a facilitator and a workshop site will be borne equally by the City of Rancho Cordova and the Contractor. The Contractor shall pay all compensation for the wages and expenses of the facilitator and of the expenses for obtaining the workshop site. The City's share of such costs will be reimbursed to the Contractor in a change order written by the Engineer. Markups will not be added. All other costs associated with the "Partnering" relationship will be borne separately by the party incurring the costs.

      The establishment of a "Partnering" relationship will not change or modify the terms and conditions of the contract and will not relieve either party of the legal requirements of the contract.

    • Codes and Legal Requirements

      With the exceptions of the State Specifications and State Standard Plans, all reference to codes, specifications and standards referred to in the contract documents shall mean, and are intended to be, the latest editions, amendment, and/or revision of such referenced documents in effect as of the date of this contract.

      The work requirements of authorities shall be the minimum acceptable requirements for the work. Nothing described in these contract documents shall be construed to permit work not conforming to the most stringent of the applicable codes and regulations.

      When contract documents call for materials or construction of better quality or larger size than required by codes, laws, rules and regulations, the contract documents shall take precedence.

    • Cooperation

      Attention is directed to Section 7-1.14, "Cooperation," of the State Standard Specifications and these Special Provisions.

      Contractor shall fully cooperate with all utilities, including, but not limited to, AT&T, Comcast, Sacramento Municipal Utilities District, Pacific Gas & Electric, Cal American Water Company, Golden State Water Company, Sacramento Area Sewer District, Sacramento County Municipal Services Agency and Sacramento County Department of Transportation.

    • Equipment to be Supplied

      All equipment, material and supplies called for in the specifications must be new and currently manufactured items, unless otherwise specified. All equipment must be complete and in operation to the satisfaction of the Engineer at the time of acceptance of the work.

      All incidental parts which are not shown on the Plans or specified herein and which are necessary to complete the project must be furnished and installed as though such parts were shown on the Plans or specified herein.

      All equipment, materials, and supplies to be considered as an approved equal must be submitted to the City for approval no less than fourteen (14) calendar days prior to the bid opening date. If the Engineer finds said equipment, materials, and supplies to be acceptable, an addendum will be issued notifying all bidders no less than four calendar days prior to the bid opening date.

    • Notice for Bonds and Insurances

      Bidders shall comply with the information provided for the performance and payment bond, as set forth in Section 3-4 of the Standard Construction Specifications.

      In the event that hazardous materials are identified prior to construction, or are encountered as an unforeseen condition during construction, the Contractor shall, if necessary, procure and maintain Environmental Liability Insurance as set forth in Section 3-9 of the Standard Construction Specifications. It is acceptable for an environmental Sub-Contractor to provide the required coverage provided the prime Contractor and the City of Rancho Cordova (“City”) are named as "additional insured" and the policy meets the requirements of Section 3-9 of the Standard Construction Specifications. No additional compensation shall be given for the bond or insurances include into bid items.

    • Security Deposit in Lieu of Withhold

      Contractor shall address all forms or correspondence pertaining to Securities in Lieu items to:

      City of Rancho Cordova
      Facilities Department
      2729 Prospect Park Drive
      Rancho Cordova, CA 95670

    • Contractor Identification

      Contractor shall provide the City with the following information for the purpose of compliance with California Unemployment Insurance Code Section 1088.8 and applicable City codes: Contractor’s name, Contractor’s address, telephone number, social security number, and whether dependent health insurance coverage is available to Contractor.

    • Labor Nondiscrimination

      Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations.

    • Notice of Requirement for Nondiscrimination Program (Gov. Code, Section 12990)

      Your attention is called to the "Nondiscrimination Clause", set forth in Section 7 1.01A (4), "Labor Nondiscrimination," of the State Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more.

    • Prevailing Wage

      This contract is subject to the Davis-Bacon Federal minimum wage rates and State prevailing wage rates. Pursuant to Section 110 of the Housing and Community Development Act of 1974 and Section 1770, et. seq. of the California Labor Code, the successful bidder and all subcontractors shall pay not less than the prevailing rate of per diem wages as predetermined by the United States Secretary of Labor and by the Director of the California Department of Industrial Relations.

      Federal wage determinations for this project can be found on the FHWA website noted below and are on file at City Hall 2729 Prospect Park Drive, Rancho Cordova, CA 95670. If there is a difference between the Federal Minimum Wages and the General Prevailing Wage Determinations as predetermined by the Secretary of Labor and by the Director of the California Department of Industrial Relations for similar classifications of labor, the Contractor and subcontractors shall pay not less than the higher wage rate.

      http://www.dir.ca.gov/dirdatabases.html

      Davis Bacon Wage Determinations

      http://www.wdol.gov/dba.

    • Prevailing Wage

      The Contractors attention is directed to Section 6-1.02, “Prevailing Wage,” of the Sacramento County Standard Construction Specifications. Pursuant to Labor Code Section 1770, the Contractor and the Contractor’s Subcontractors shall pay not less than the prevailing rate of per diem wages, including, but not limited to, overtime, Saturday, Sunday, and holiday work, travel and subsistence, as determined by the Director of the California Department of Industrial Relations pursuant to Labor Code Section 1773.

    • Payroll Records

      The Contractors attention is directed to Section 6-1.03, “Payroll Records,” of the Standard Construction Specification. Contractor shall comply with Labor Code Section 1776. Regulations implementing Section 1776 are located in Section 16000 and Sections 16401 through 16403 of Title 8, California Code of Regulations. The Contractor shall be responsible for compliance by the Contractor’s Subcontractors.

    • Child, Family and Spousal Support Reporting Obligations

      Contractor’s failure to comply with state and federal child, family and spousal support requirements regarding a Contractor’s employee or failure to implement lawfully served wage and earnings assignment orders or notices of assignment relating to child, family and spousal support obligations shall constitute a default under this Agreement.

      Contractor’s failure to cure such default within 90 days of notice by City shall be grounds for termination of this Agreement.

    • Retention to Ensure Performance

      Five percent (5%) of each progress payment will be retained until the work has been completed and accepted by the Public Works Director of the City of Rancho Cordova. After fifty percent (50%) of the work has been completed, including approved change orders, the Contractor may request that remaining progress payments be made in full and not subject to further withholding of retention. The City will review the progress to date and the remaining work. If it appears that the work will be successfully completed and is progressing on schedule, the City will process subsequent progress payments in full. However, the City reserves the right to withhold 5% retention on any subsequent progress payment if in the opinion of the City the work is no longer progressing on schedule.

    • Prompt Progress Payment to Subcontractors

      A prime contractor or subcontractor shall pay any subcontractor not later than 10 days of receipt of each progress payment in accordance with the provision in Section 7108.5 of the California Business and Professions Code concerning prompt payment to subcontractors. The 10 days is applicable unless a longer period is agreed to in writing. Any delay or postponement of payment over 30 days may take place only for good cause and with the agency’s prior written approval. Any violation of Section 7108.5 shall subject the violating contractor or subcontractor to the penalties, sanctions and other remedies of that section. This requirement shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

    • Work to be Done Without Direct Payment

      Attention is directed to Section 8-3 of the Standard Construction Specifications. All work not mentioned in these Special Provisions shall be constructed in accordance with the Standard Construction Specifications. Payment for work shown on the Plans and specified herein for which there is no item listed on the bid proposal form shall be included in the prices bid for the related items of work to provide a complete job according to the Plans, and no additional compensation will be made therefore.

    • Compensation Adjustments for Price Index Fluctuations

      No compensation adjustments for price index fluctuations for this project will be provided.

    • Order of Work

      No work may take place prior to receipt of the Notice to Proceed.  When required by the Special Provisions, the Plans, or by the City Engineer with advanced written notification of at least ten (10) working days, the Contractor shall follow the sequence of operations as set forth therein.

      Order of Work shall conform to the provisions of Section 8 “Prosecution and Progress” of the State Standard Specifications and these Special Provisions.

      Contractor shall submit a project schedule for review and approval for all construction operations and as requested by the City.

      At the end of each work day all debris in the work area shall be collected and placed in a suitable disposal bin or pile.  Materials to be used later in construction shall be neatly stockpiled.

      The contractor shall remove from the City’s property and from all public property, all temporary structures, rubbish and waste materials, resulting from their operation at no additional cost to the City. All debris is to be cleared and removed within 24 hours. City Hall will remain open in operation during construction.  

      Full compensation for all work in Order of Work within the Project limits shall be considered as included in the prices paid for the various contract items of work and no separate payment will be made therefore.

    • Beginning of Work

      As stated in Section 7-1 “Beginning of Work”, of the Standard Construction Specifications, the Contractor is advised that, for this project, no field construction work may commence and the counting of working days shall not begin until Notice to Proceed is issued by the City. Work that does not involve field construction such as pre-construction meetings, creation of progress schedules, submittal preparation, may occur prior to the counting of working days.

    • Work On/Around Private Property

      The Contractor’s attention is directed to Section 6-21, “Preservation of Property”, of the Standard Construction Specifications. The Contractor shall protect private improvements from damage. On-site private improvements may include, but are not limited to, trees, shrubbery, lawns, irrigation facilities, structures, mailboxes, parking lot pavement, concrete curbing, and driveway pavement. If such objects are damaged, they shall be replaced, repaired and or restored at the Contractor’s expense, to a condition as good or better as when the Contractor entered upon the property, as determined by the Engineer.

      During the contract period, the Contractor will not unreasonably interfere with business operations within the project limits or unreasonably delay access to or from private residential driveways. The Contractor, under circumstances within his control, will complete construction in a timely and diligent manner. The Contractor is referred to the “Order of Work” Section and these Special Provisions regarding advance notifications to Project area residents / businesses. The Contractor shall not be allowed to impact or restrict use of any residential or business driveways for more than 48 hours. To meet this schedule the Contractor may submit, for approval by the Engineer, high strength or early strength concrete mixtures or high strength or early strength concrete accelerators or additives.

      Work is to be constructed within existing public rights-of-way and within limits of Temporary Construction Agreements as noted on the Plans.

      The Contractor shall be responsible for repairing, replacing, or modifying all landscape and irrigation systems within and outside the right-of-way and within Temporary Construction Agreement areas that are damaged, capped, or removed during construction. Damage shall include all that is caused as a result of any and all work associated with the contract. All repairs to both landscaping and irrigation system shall be done in a manner equal to or better than the previously existing conditions. If irrigation systems are damaged during trenching, curb, gutter and sidewalk improvements or other construction activities, the Contractor shall repair the damage within two (2) calendar days in order to maintain full operation of the system. Any loss and/or subsequent replacement of plant material due to damage of the irrigation system or the neglect to repair it promptly shall be the sole responsibility of the Contractor. Landscape replacement or repair shall be completed as soon as it will not be damaged by further construction activities.

      Three (3) calendar days prior to beginning work on this project, the Contractor shall be required to notify adjacent or nearby residents / businesses. Residents / businesses shall be notified with a City supplied door hanger. The Contractor shall be responsible for inserting the date on which a section of sidewalk (and driveways) are to be constructed. The door hangers will advise residents / businesses of parking and irrigation restrictions during and immediately in advance of the construction of proposed improvements. Any changes in the Contractor’s schedule shall require that re-notification take place at the Contractor’s expense. It is the Contractor’s responsibility to obtain, at his expense, City-approved door hangers.

      Door hangers shall be placed before 1:00 PM three days before beginning work to allow sufficient time for City inspection of the hangers.

      The Contractor shall not be allowed to begin work until the residents / businesses within the work area have been notified. The Contractor shall submit for the Engineer the street addresses, the time, and the date the notices were placed prior to commencing work. The Contractor is responsible for providing on the notice the Contractor’s contact phone number(s) to be reached by the residents / businesses after hours and on weekends.

      Full compensation for advance notification to residents / businesses shall be included in the prices paid for various contract items of work and no additional compensation will be allowed.

      The Contractor shall perform all work outlined in this section without direct payment, as specified in Section 8-3 of the Standard Construction Specifications.

    • Progress Schedule

      Progress schedules will be required for this contract and shall include Preconstruction Conference and Progress Meetings pursuant to Section 7-3 of the Standard Construction Specifications. Progress Schedules must conform to provisions in Section 7-5 of the Standard Construction Specifications.

      At the pre-construction meeting the Contractor shall submit to the City Project Manager a Schedule of Work for all work included in the project. Full compensation for the preparation of progress schedules and schedule of work will be considered as included in the prices paid for the various contract items of work and no separate payment shall be made therefore.

    • Permits, and Licenses, and Certifications

      The Contractor, at the Contractor’s sole expense, must obtain all necessary permits, registrations, certifications, notifications, and licenses for the normal conduct of the Contractor’s business and construction of the Work, and comply with all laws, ordinances, rules and regulations relating to the Work, and to the preservation of the public health and safety.

      Unless otherwise noted in the Special Provisions, building, plumbing, heating, electrical, and similar permits that the Contractor is required to obtain from the County’s Building Inspection and Permits Division for County-owned projects are fee exempt and will be obtained by the Agency.

      The California Environmental Quality Act of 1970 (CEQA) may be applicable to permits, licenses, and other authorizations that the Contractor must obtain from local agencies in connection with performing the Work. The Contractor must comply with the provisions of CEQA in obtaining the permits, licenses, and other authorizations which will be obtained in time to prevent delays to the Work.

      The Contractor must obtain and comply with all required permits, registrations, certifications, and notifications applicable to the Work in conformance with the requirements of Cal/OSHA regulations.

      The Contractor must comply with permits, licenses, or other authorizations applicable to the Work obtained by the Agency in conformance with the requirements in CEQA.

    • Existing Utilities

      The Contractor’s attention is directed to Section 6-11, “Existing Utilities”, of the Standard Construction Specifications and these Special Provisions.

      The Contractor shall be responsible for contacting the utility agencies to determine the exact location and depth of existing underground facilities. The Contractor is required to call Underground Service Alert (USA) at 1-800-227-2600 two (2) working days in advance of performing any excavation work.  When calling be prepared to supply location, nature of work, start date, company name, company address, and company contact telephone number. The Contractor must mark the physical limits of the area of USA utility location per USA requirements.

      All existing utilities within the project limits shall remain in use during construction.  The Contractor shall take adequate measures to ensure that his operations do not harm any existing underground facilities not specifically mentioned or shown on the plans.

      The Contractor shall use caution during his operations so that existing utility conduits are not disturbed.  The Contractor shall repair or replace, at his expense, any utilities damaged by his personnel or equipment during the course of construction work to the satisfaction of the City Engineer.

      After the underground service alert (USA) is complete, the first order of work shall be to pothole existing utilities and notify city engineer of any conflicts.

      Contractor shall coordinate all utility relocation/repairs/adjustments with the utility owners and shall adjust the construction schedule accordingly.

      Full compensation for contacting Underground Service Alert (USA), potholing existing utilities, identifying and notifying the City Engineer of conflicts, and coordinating with the utility companies will be considered as included in the prices paid for the various contract items of work and no separate payment shall be made therefore.

    • Courtesy

      The Contractor's attention is directed to Section 5-6, “Contractor’s Dismissal of Unsatisfactory Employees,” of the Standard Construction Specifications.  The Contractor shall be polite to citizens encountered during the course of work.  Loud music, foul language, and cursing are not permitted. 

    Submission Requirements

    • Project Contact (required)

      Please provide the following regarding the point of contact for your submittal:

      • Full Name (First and Last)
      • Title
      • Phone Number
      • Email
    • Contractor's License (required)

      Any person or entity submitting a bid on this project to engage in the business or act in the capacity of a contractor shall be licensed as a contractor in accordance with the provisions of Division 3, Chapter 9 of the California Business and Professions Code.  A bid submitted to the City by a contractor who is not licensed as set forth above shall be considered non-responsive and shall be rejected by the City.

      Before awarding the contract for this project, the City must verify that the contractor was properly licensed when the contractor submitted his/her bid on this project.  In order for the City to verify the license status of a contractor, the contractor, at the time he/she submits his/her bid for the project, shall provide the City his/her contractor's license information.

      No bid submitted to the City shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of this state.  However, at the time the contract is awarded, the contractor shall be properly licensed in accordance with the laws of this state.  The first payment for work or material under any contract shall not be made unless and until the Registrar of Contractors verifies to the City that the records of the Contractors' State License Board indicate that the contractor was properly licensed at the time the contract was awarded.  Any bidder or contractor not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractors' State License Board.  Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder.

      Please enter the California Contractor's License Number for your company.

    • DIR Registration (required)

      Enter your California Department of Industrial Relations (DIR) Contractor Registration Number.

      Please Note:
      If the City is unable to confirm that the bidder/contractor’s DIR registration is current, the City must disqualify the bidder, as required by Labor Code section 1725.5.”

    • Equal Employment Opportunity Certification (required)

      This certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.)

      Currently, Standard Form 100 (EEO-1) is the only report  required by the Executive Orders or their implementing regulations.

      Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor.

      Bidder shall confirm whether or not Bidder, and any proposed subcontractors, have participated in previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, have filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements.

    • Public Contract Code Section 10285.1 Statement (required)

      In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder shall declare under penalty of perjury under the laws of the State of California that the bidder "HAS" or "HAS NOT" been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University.  The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.


      Note:  The bidder must select "has" or "has not". The above Statement is part of the Proposal.  Submitting this Proposal shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

    • Public Contract Code Section 10162 (required)

      In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire:
      Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation?

    • Public Contract Code Section 10162 - Explanation (required)

      You have indicated that the bidder, an officer of the bidder, or any employee of the bidder that has a proprietary interest in the bidder, has been disqualified, removed, or otherwise prevented from bidding on or competing a federal, state, or local government project because of a violation of law or a safety regulation.

      Please explain the circumstances here.

    • Public Contract Code 10232 Statement (required)

      In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board.

      Note: The above Statement and Questionnaire are part of the Proposal. Submitting this Proposal thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.

    • Subcontractors? (required)

      Will you be using subcontractors for this project?

      In compliance with the provisions of Section 4100-4114 of the Public Contracts Code of the State of California, and any amendments thereof, each Bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work or improvement to be performed under these specifications in excess of one-half of one percent (0.5%) of the prime Contractor’s total bid or ten thousand dollars ($10,000.00) whichever is greater. The prime Contractor shall list the portion of the work which will be done by such Subcontractor.


      If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the Contract, the Contractor shall be deemed to have agreed to perform such portion itself, and the Contractor shall not be permitted to subcontract that portion of the work except under the conditions allowed by applicable law.

    • Subcontractors (required)

      You have indicated that you will be using subcontractors for this project. Please download the attached form, complete it, and upload it back here as part of your submittal.

    • Years of Experience Under Current Business Name (required)

      Please state the number of years for which the Bidder has been engaged in the contracting of business under its current name.

    • Years of Similar Experience (required)

      Please state the number of years of experience the Bidder has in work of a nature similar to that noted in this Bid.

    • Failure to Complete Work Satisfactorily (required)

      Has the Bidder, as a Contractor, ever failed to satisfactorily complete a Contract awarded to it?

    • Failure to Complete Work Satisfactorily - Exceptions (required)

      You have indicated that the Bidder, as a Contractor has failed to satisfactorily complete a Contract awarded to it.

      Please explain:

    • Completed Contracts (required)

      Provide information for at least three (3) contracts that have been satisfactorily completed by the Bidder in the last three (3) years.

      For each contract, provide the following:

      • Year
      • Type of Work
      • Contract Amount
      • Owner/Agency for Whom Work Was Performed
    • Equipment List (required)

      Provide a list of plant and equipment owned by the Bidder, which is definitely available for use on the proposed work as required.

      For each item, please provide:

      • Quantity
      • Name, Type and Capacity
      • Condition
      • Location
      • A document with the equipment list can also be attached under the "Additional Information" question towards the end of this submittal.  Please add “See Attachment in Additional Information” to the Response below.
    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • IRAN Contracting Affidavit (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      NON-COLLUSION AFFIDAVIT
      (Title 23 United States Code Section 112 and
      Public Contract Code Section 7106)

      To the CITY of RANCHO CORDOVA
      DEPARTMENT OF PUBLIC WORKS

      The bidder confirms that they are the party making the foregoing bid and declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose.

      Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder.

      I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.

    • Debarment and Suspension Certification (required)

      The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager:
      •    is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency;
      •    has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years;
      •    does not have a proposed debarment pending; and
      •    has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years.

    • Nonlobbying Certification (required)

      The prospective participant certifies, by submitting this bid or proposal, to the best of his or her knowledge and belief, that:

        1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
        2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in conformance with its instructions.

      This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into.  Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code.  Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

      The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly.

    • Disclosure of Lobbying Activities (required)

      Please download the below documents, complete, and upload.

    • Federal Minimum Wage Rates (required)

      The contractor must use the higher wage rate between the Federal Wage Rates and the California Wage Rates.

      Pursuant to California Labor Code Section 1720 and following, and Section 1770 and following, the successful bidder shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations.

      Copies of the prevailing wage determinations are on file in the office of the City Clerk.

      See the Caltrans Homepage on the internet for the current rates at http://www.dot.ca.gov/hq/LocalPrograms/fedwages.htm or contact your District Local Assistance Engineer for a hard copy.

    • Local Agency Bidder DBE Commitment (15-G) (required)

      Please download the below documents, complete, and upload.

    • DBE Information - Good Faith Efforts (15-H) (required)

      Please download the below documents, complete, and upload.

    • List of Subcontractors (DBE and Non-DBE) (required)

      Please download the below documents, complete, and upload.

      Some information requested here may overlap with subcontractor information already provided above but this form is for a specific purpose so please repeat any necessary information here.

    • CARB Certificate of Reported Compliance (required)

      Is the Contractor or any sub-contractors proposing to use any vehicle and/or equipment subject to California Air Resources Board (CARB) In-Use Off-Road Diesel-Fueled Fleets Regulations  (§ 2449 General Requirements)?

    • Certificate Upload (required)

      Upload CARB Certificate of Reported Compliance

    • Additional Information

      For any additional information requested or required by any of your previously provided answers please upload that additional documentation here.

    • Submittal Confirmation (required)

      The party submitting on behalf of the Company noted on the submittal is authorized to submit on behalf of said Company and has provided any authorization showing such if required by this Bid.

      In accordance with the Business and Professions Code, the party submitting does hereby, under Penalty of Perjury, certify that the following contractor’s license information is true and correct.

    • Project Description (required)

      Provide a basic project description in a single sentence or two. Use full sentences.

    • Trash Collection Day (required)

      What is the scheduled day for trash collection in the project area?

    • Federal or Non-Federal (required)

      Is there federal funding involved in this project? And/or will the federal terms and conditions apply?

      NOTE: If you indicate that there are federal terms and conditions that apply, then be sure to carefully review the Federal Provisions section of this document and remove exceptions or restrictions that do not apply to your individual project.

    • Federal Aid Project ID (required)

      You have indicated that federal terms and conditions apply to this project. What is the Federal Aid Project ID for this project?

    • What is the DBE Goal or Requirement? (required)

      You have indicated that federal terms and conditions apply for this project.

      In percentage, what is the DBE Goal or Requirement for this project? If there is no goal or requirement then put a "0" to indicate 0%.

      NOTE: DO NOT ENTER THE % SIGN, JUST ENTER THE NUMBER INCLUDING ANY DECIMAL PLACES (ex: 4.5)

    • Number of Trainees or Apprentices (required)

      In the Federal Trainee Program clause, how many trainees or apprentices do you wish to state.

      Please write out the number in text and show numeric value.

      EXAMPLE (5):
      five (5)

    • Estimated Cost (required)

      What is the estimated value or cost of this project?

      NOTE: Just enter a number, DO NOT enter the dollar sign.

    • Estimated Value (required)

      Is the estimated value for this project close to or over One Million Dollars ($1,000,000)?

    • Contractor's License (required)

      What is the contractor's license requirement for the prime contractor for this project?

      Type it it out here how you want it to show in the document as if you are filling in the highlighted area:

      CONTRACTOR LICENSE REQUIRE: <LICENSE>

    • Number of Working Days (required)

      What is the number of working days for this project starting from the date of the Notice to Proceed or a date otherwise identified to the contractor as the start of work?

      Please input using the format of both written and numerical value:
      Ex: One Hundred Twenty (120)

    • Determination of Lowest Bid (required)

      Complete the following by filling in the highlighted area:

      The lowest bid will be determined based on _________.

    • Liquidated Damages Amount (required)

      What is the per day amount for liquidated damages that you wish to state in this solicitation?

      Be sure to format with both written and numerical amount.

      EX: Five Hundred Dollars ($500)

    Questions & Answers

    Q (Insurance Requirements): Please confirm an excess is acceptable to meet the $2M occurrence requirement

    A: The minimum requirement for the General Liability is $2,000,000 per each occurrence.


    Q (No subject): Is there a mandatory job walk for this job?

    A: The pre-bid meeting is scheduled for April 28, 2026, at 11:00 A.M. This is not mandatory, but highly recommended.


    Q (No subject): Is this project subject to any self-performance requirements?

    A: The City utilizes the County of Sacramento Specifications and pursuant to said specifications, Contractor’s are required Self-Perform 30% of the project’s scope of work.


    Q (No subject): Plans do not indicate a suitable substrate for ceramic tile. Can you please confirm if standard drywall is wanted or if you cement board where the tile is going?

    A: Regarding the substrate at tiled wall areas, Sheet A8.01, Detail 19 notes that cement board is required at all tile locations.


    Q (No subject): Please provide more information/spec for the glass window that in shown on A4.01 detail 1. There is no spec of page detailing exactly what is wanted.

    A: The city will provide the spec in an addendum.


    Q (Security Systems): Is there a security specification?

    A: No


    Q (Security Systems): What manufacturers are the existing ACS and VSS?

    A: Wiring for access controls are noted on the electrical plan sheets. The City will be responsible for coordinating with their vendor to complete the hookups.


    Q (Security Systems): Are security cameras expected to be installed as part of this project? If so, they are not on the drawings.

    A: No. Security cameras are not included in this project.


    Key dates

    1. April 16, 2026Published
    2. May 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.