SLED Opportunity · CALIFORNIA · COUNTY OF SACRAMENTO
AI Summary
County of Sacramento seeks contractors for the Fair Oaks Boulevard Bicycle & Pedestrian Mobility Project - Phase 2, involving labor, materials, and equipment to improve bicycle and pedestrian infrastructure.
The Project includes, without limitation, furnishing all necessary labor, materials, equipment and other incidental and appurtenant Work necessary to satisfactorily complete the Project, as more specifically described in specifications. This Work will be performed in strict conformance with the specifications, permits from regulatory agencies with jurisdiction, and applicable regulations. The quantity of Work to be performed and materials to be furnished are approximations only, being given as a basis for the comparison of Bids. Actual quantities of Work to be performed may vary at the discretion of the County.
Addendum No. 1 - 4584 Fair Oaks Boulevard Bicycle & Pedestrian Mobility Project - Phase 2
Addendum No. 2- 4584 Fair Oaks Boulevard Bicycle & Pedestrian Mobility Project- Phase 2
Addendum No.3 - 4584 Fair Oaks Boulevard Bicycle & Pedestrian Mobility Project - Phase 2
Addendum No. 4 - 4584 Fair Oaks Boulevard Bicycle & Pedestrian Mobility Project - Phase 2
Notice is hereby given that the Board of Supervisors of the County of Sacramento will receive sealed bids for the following project:
BID DATE: Thursday, April 9, 2026
SUBMIT BIDS TO: COUNTY OF SACRAMENTO. SUBMIT ELECTRONIC RESPONSES VIA THE SACRAMENTO COUNTY ELECTRONIC BIDDING PORTAL (SACCOUNTYEBIDS). BIDDERS MUST ELECTRONICALLY SUBMIT THEIR BID ONLINE NO LATER THAN 2:00 PM ON THE DAY OF THE BID. BID OPENING(S) WILL AUTOMATICALLY OCCUR ONLINE AT 2:01 PM AT THE FOLLOWING LINK: SACCOUNTYEBIDS.
Responses delivered by hand, fax, telephone, e-mail, or any postal carrier will not be accepted. If bidder uploads a file to SacCountyEbids, it is the bidder's responsibility to ensure the file is not corrupt or damaged. If County is unable to open an attachment because it is damaged, corrupt, infected, etc., it may disqualify bidder’s submission. See this training guide for assistance in entering your online response.
FOR: Fair Oaks Boulevard Bicycle & Pedestrian Mobility Project - Phase 2
CONTRACT NUMBER: 4584
ESTIMATED CONSTRUCTION COST: $10,200,000.00
CONTRACTOR LICENSE REQUIRED: General Engineering Contractor, Class A
PRE-BID QUESTIONS DUE VIA Q&A: Date: Thursday, April 2, 2026 No later than: 2:00 pm
PROJECT DESCRIPTION: The work to be performed under this contract includes the furnishing of all labor, materials, equipment, and other incidental work for: The work to be performed under this contract includes the furnishing of all labor, materials, equipment, and other incidental work for: clearing & grubbing, pavement grinding, pavement removal, tree removal, roadway excavation, aggregate base, asphalt pavement, pavement repair, pavement overlay, slurry seal, pavement delineation, construction of curb, gutter, and sidewalk, sidewalk curb ramps, landscaping and irrigation, installation of drainage facilities, two new traffic signals and three traffic signal modifications, roadway signage, and all other work specified on the plans and in the Special Provisions.
BASIS FOR AWARD: The basis for award shall be base bid only, with no additive or deductive items, or no consideration of additive or deductive items.
CONTRACT INFORMATION: Contract Documents are contained herein and include: Notice to Contractors, the Sacramento County Standard Construction Specifications, the Special Provisions, the Bid Proposal form and any attachments, exhibits, drawings, addenda, and/or documents provided by the Project Manager that pertain to this project.
A mandatory pre-bid meeting will be held on NO VALUE, at NO VALUE, NO VALUE. The project engineers will be present to provide a project summary and to answer questions.
Attendance of the Pre-Bid Conference is MANDATORY for this project. The mandatory pre-bid conference and walk-through will be held for the purpose of reviewing questions regarding the project. A representative of the prime Contractor must be in attendance and sign the log. A representative of the County will be present to review the project with the bidders, allow bidders to walk the site and to answer questions. Bids received from bidders who do not attend this meeting will be deemed non-responsive.
A non-mandatory pre-bid meeting will be held on NO VALUE, at NO VALUE, NO VALUE. The project engineers will be present to provide a project summary and to answer questions.
There is no pre-bid meeting for this project.
Each bid must be submitted on the bid forms provided in the Contract Documents; however, if none are provided, the surety may issue on its own paper. Each bid must also be accompanied by security in the form of a bid bond issued by a corporate surety, a certified check or cashier's check payable to the Treasurer of Sacramento County, or cash for an amount not less than ten percent (10%) of the aggregate sum of the bid.
The successful bidder shall be required to execute a material and labor Payment Bond and Performance Bond, issued by a corporate surety, acceptable to the County of Sacramento, each for not less than one hundred percent (100%) of the contract price.
Pursuant to Public Contract Code, section 22300, the Contractor may, at its own expense, substitute securities for any money being withheld by the County to ensure performance under this contract. The Contractor must notify the County of its intent to pursue this option prior to the issuance/execution of a contract.
Award of this contract requires a valid California contractor's license with the classification identified above.
Public Contract Code, section 4104(a)(1), requires that any person making a bid must submit the name, location of the place of business, and the subcontractor’s license number on the bid form.
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 County of Sacramento received final approval from the Director of California Department of Industrial Relations as a Labor Compliance Program effective March 15, 1994. All questions regarding this Labor Compliance Program and prevailing wage requirements should be directed to the Labor Compliance Section at: 916-875-2711. In accordance with Section 1771.5 of the California Labor Code, the payment of the general prevailing rate of per diem wages or the general prevailing rate of per diem wages for holiday and overtime is not required for any public works project of $25,000 or less when the project is for construction work, or for any public works project of $15,000 or less when the project is for alteration, demolition, repair, or maintenance work.
This is a Construction project in accordance with Labor Code section 1771.5.
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 at the office of the County of Sacramento Labor Compliance Program, 9700 Goethe Road, Suite D, Sacramento, CA 95827, and are also available at http://www.dir.ca.gov/DLSR/PWD.
All labor on the project shall be paid no less than the minimum wage rates as established by the U.S. Secretary of Labor or as determined by the Director of the California Department of Industrial Relations. The higher of the two rates will be paid in accordance with the following statutes:
Copies of the minimum wage rates established by the Secretary of the U.S. Department of Labor (https://sam.gov/wage-determinations) and the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations (http://www.dir.ca.gov/OPRL/PWD/index.htm) are on file at the office of the Labor Compliance Program, 9700 Goethe Road, Suite D, Sacramento, California 95827, and are available upon request.
The County of Sacramento will not accept lower State wage rates not specifically included in the Federal Minimum Wage Decision. This includes “helper” (or other classifications based on hours of experience) or any other classification not appearing in the Federal Wage Decision. Where the Federal Wage Decision does not contain the State wage rate determination otherwise available for use by the Contractor and subcontractors, the Contractor and subcontractors shall pay not less than the Federal minimum wage rate which most closely approximates the duties of the employees in question.
The County of Sacramento received final approval from the Director of the California Department of Industrial Relations to enforce a Labor Compliance Program effective March 15, 1994. All questions regarding this Labor Compliance Program and prevailing wage requirements should be directed to the office of Labor Compliance Program at 916-875-2711.
This is a Construction project in accordance with Labor Code section 1771.5.
The County of Sacramento has established the following goal for DBE participation for this project: X - DBE programs are suspended.
This contract is subject to State contract non-discrimination and compliance requirements pursuant to Government Code section 12990.
The County of Sacramento hereby notifies all Bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, disadvantaged & minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
N/A
This project is subject to the “Buy America” provisions of the Surface Transportation Assistance Act of 1982, as amended by the Intermodal Surface Transportation Efficiency Act of 1991 (23 USC 313).
Contractor will, at all times during the term of this Agreement, comply with the provisions of the FAA Airport Sponsor Assurances (Assurances) and any subsequent revisions, updates, or amendments thereto. The provisions of the Assurances may change during the Term of this Agreement, and those changes will be incorporated into this Agreement without the necessity of a formal amendment. County is not responsible for notifying Contractor of any changes to the Assurances. Contractor is required to contact the FAA for any updates or revisions. The Assurances document is available on the FAA’s website, and is incorporated into this Agreement by this reference. https://www.faa.gov/airports/aip/grant_assurances
FAA GENERAL CONTRACT PROVISIONS FOR SOLICITATIONS
BUY AMERICAN PREFERENCE
The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list.
The bidder must complete and submit the Buy America certification included herein with their bid or offer. The County will reject as nonresponsive any bid or offer that does not include a completed Certificate of Buy American Compliance.
TITLE VI SOLICITATION NOTICE
The County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 USC §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, businesses will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
DAVIS-BACON REQUIREMENTS
The Davis-Bacon Act ensures that laborers and mechanics employed under the contract receive pay no less than the locally prevailing wages and fringe benefits as determined by the Department of Labor. 2 CFR § 200, Appendix II(D); 29 CFR Part 5.
CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.
DISADVANTAGED BUSINESS ENTERPRISE
The requirements of 49 CFR part 26 apply to this contract. It is the policy of the County to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.
FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE)
All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, et seq, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part-time workers.
The Contractor has full responsibility to monitor compliance to the referenced statute or regulation. The Contractor must address any claims or disputes that arise from this requirement directly with the U.S. Department of Labor – Wage and Hour Division.
TRADE RESTRICTION CERTIFICATION
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror –
1. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR);
2. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and
3. has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor:
1. who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S. firms published by the USTR; or
2. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list; or
3. who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA.
CERTIFICATION REGARDING LOBBYING
The Bidder or Offeror certifies by signing and 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 Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an 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 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 Form to Report Lobbying,” in accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly.
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.
PROCUREMENT OF RECOVERED MATERIALS
Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever:
1. The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or
2. The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year.
The list of EPA-designated items is available at www.epa.gov/smm/comprehensive-procurement-guidelines-construction-products.
Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the contractor can demonstrate the item is:
a) Not reasonably available within a timeframe providing for compliance with the contract performance schedule;
b) Fails to meet reasonable contract performance requirements; or
c) Is only available at an unreasonable price.
The Contractor's attention is directed to Attachment 1 of the Bid Proposal, "FHWA 1273, rev. 10.23.23"
FHWA 1273 is required with this project and will be physically incorporated into the executed contract
(Excluding ATTACHMENT A – EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN
DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS).
Each subcontract and any lower tier subcontract that may in turn be made shall have the "FHWA 1273 -
Required Contract Provisions Federal-Aid Contracts" physically incorporated into the subcontract.
Noncompliance shall be corrected. Payment for subcontracted work involved will be withheld from
progress payments due, or to become due, until correction is made. Failure to comply may result in
termination of the contract.
CONTRACTOR’s failure to comply with relevant SB 1383 regulations, effective January 1, 2022, to include reporting requirements in the provision of Recycled Paper Products and Printing and Writing Paper and/or Recovered Organic Waste Products is a material breach of this Contract. CONTRACTOR shall be required to submit SB 1383 compliance reports to the County as directed. Reports must be submitted to: sb1383reports@saccounty.gov.
Information on SB1383 can be found here: California’s Short-Lived Climate Pollutant Reduction Strategy
Vehicles with a gross vehicle weight rating greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board (CARB) Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, see CARB Advanced Clean Fleets and Advanced Clean Fleets Regulation & Advisories | California Air Resources Board.
The apparent low bidder shall provide copies of valid Certificates of Reported Compliance as described in California Code of Regulations, title 13, ("13 CCR") section 2449(n) for the bidder’s fleet, and fleets of any listed subcontractors, of vehicles subject to 13 CCR section 2449 which may be use in performance of this project.
If the apparent low bidder’s fleet, or any subcontractor’s fleet, is exempt or is not subject to the regulation bidder shall clearly indicate the applicable exemption in the bidder’s response. For more information, see CARB Advanced Clean Fleets Regulation Exemptions and Extensions Overview | California Air Resources Board.
Certificates of Reported Compliance and/or exemptions must be submitted by the apparent low bidder by 4:00PM on Monday following Bid Opening and must be received by the County prior to contract award.
Direct pre-bid questions to the Project Manager, David Markowski, via the Q&A tab in the portal. ALL PRE-BID QUESTIONS MUST BE SUBMITTED IN WRITING NO LATER THAN Thursday, April 2, 2026 BY 2:00 pm. Questions received after that time will not be answered. Responses will be by addenda to the bid documents.
The Board reserves the right to reject any or all bids, to waive any informality in any bid, and to determine which bid, in their judgment, is the lowest responsive bid of a responsible Bidder.
By order of the Board of Supervisors of the County of Sacramento, Sacramento County, California, dated: Jan 13, 2026.
Clerk of the Board
County of Sacramento
Bid security must be a bidder bond, a certified check or cashier’s check payable to the Treasurer of the County of Sacramento, or cash. Bids secured by personal checks or personal guarantees will be rejected.
Upload a scanned copy of your fully executed bid bond here if Contractor is submitting a scanned bid bond.
Please enter your Bid Bond information from Surety2000 below If Contractor is submitting an E-Bid Bond
The undersigned declares:
I am an authorized representative with binding authority for my company, the party making the foregoing bid.
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 and that this declaration is executed on the date this bid is submitted.
Please download the below documents, complete, and upload.
Bidder shall certify that the bidder entered the PERCENTAGE OF BID ITEM SUBCONTRACTED in Column (C) of the Designation of Subcontractor form NOT the percentage of total bid.
Attach all additional submittals specified in the Special Provisions as required at the time of bid.
(California Public Contract Code, sections 2202-2208)
When responding to a bid or proposal or executing a contract or renewal for a County of Sacramento contract for goods or services of $1,000,000 or more, a vendor must either:
To comply with this requirement, please select one of the options below. Please note: California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; contract termination; and three-year ineligibility to bid on contracts. (Public Contract Code section 2205.)
OPTION #1 - CERTIFICATION
I certify I am duly authorized to execute this certification on behalf of the vendor/financial institution, and the vendor/financial institution is not on the current list of persons engaged in investment activities in Iran created by DGS and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if that other person/vendor will use the credit to provide goods or services in the energy sector in Iran and is identified on the current list of persons engaged in investment activities in Iran created by DGS.
OPTION #2 – EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may permit a vendor/financial institution engaged in investment activities in Iran, on a case-by-case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or renews, a contract for goods and services. If you have obtained an exemption from the certification requirement under the Iran Contracting Act, please select "EXEMPTION" below, and attach documentation demonstrating the exemption approval with your electronic submission.
State your Company's Name Here. This will be verified against the California Secretary of State's Website.
Provide your Entity Number from the CA Secretary of State. If not registered in CA, provide the Entity Number from your registered state.
Please enter your License Number here. This will be verified against the state database
Enter your CSLB license expiration date:
Enter your current CSLB license classifications:
Please enter your Public Works Contractor Registration Number. This will be verified against the state database.
Please enter your legal entity name for SAM.gov verification.
Provide your SAM.gov Unique Entity ID (UEI). If your firm does not have a UEI, go to: https://sam.gov/content/entity-registration to obtain one.
Signatory: name, title, email
Contract manager/admin: name, phone, email
Please provide the name and e-mail for a finance point-of-contact for your firm that will receive an invitation to complete the vendor registration process on the County's PaymentWorks portal.
To clarify, if you are set-up with other agencies using PaymentWorks, that information is not available to the County, so you must complete this process for the County.
All questions in this section pertain to FHWA/Title VI funding
The bidder, under penalty of perjury, certifies that it ___ has (indicated by "Yes") / ___ has not (indicated by "No"), except as noted below, or any other person associated therewith in the capacity of owner, partner, director, officer, and 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.
If there are any exceptions to this certification, insert the exceptions in the text box following this certification.
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action.
Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification.
If there are any exceptions to this certification (reference 14.1), please note here. If not applicable, mark "N/A"
Contractor hereby certifies that it has (indicated by "Yes") / has not (indicated by "No") participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has 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.
Note: The above 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.
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has ___ (indicated by “Yes”, has not ___ (indicated by “No”) been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1.
Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
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?
If the answer to the question above is "Yes", explain the circumstances in the following space.
In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final un-appealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board.
NOTE: The above Statements and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of these Statements and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
Please download the below documents, complete, and upload.
The prospective participant certifies, by signing and 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," found in section 14.8, Exhibit 10-Q of these vendor submissions.
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 sub recipients shall certify and disclose accordingly.
I hereby certify under penalty of perjury that the information above is true.
Please refer to Attachments, FHWA 1273 and Title VI Appendices (Attachments 1 and 2).
Federal funding requirements require that the prime contractor's executed agreement physically incorporate these forms.
Additionally, the prime contractor must incorporate into its subcontractor agreement(s), FHWA 1273 and Title VI Appendices (Attachments 1 and 2).
By certifying below, you confirm that you understand the above requirement and that you will provide a copy of a subcontractor agreement including such attachments as soon as possible upon County's request.
DBE programs are currently suspended, select "no" to this question.
Ex.) X percent (X%)
If project is in excess of $1M, this will Include the Iran Contracting Act Disclosure Form.
Include complete dollar figure with $ symbol, commas, and decimal. Ex.) $1,000,000.00
Ex.) General Engineering Contractor, Class A
The work to be performed under this contract includes the furnishing of all labor, materials, equipment, and and other incidental work for: project description
If this project does not require Board approval, please type "N/A"
This question pertains to County departments only.
SCWA or SAFCA select "No" here.
Please choose the appropriate option.
Q (additional bid items): Please provide bid items for mobilization and traffic control.
A: Please see Section 8-1.03A, "Payment for Mobilization", of the Standard Construction Specifications and Section 12-3,"Public Safety and Traffic Control", of the Special Provisions
Q (Demo): Please clarify which bid item removal of existing DI's are to be paid under.
A: Please see Section 15-1.06, "Miscellaneous", found on page 41 of the Special Provisions.
Q (Section 7-Prosecution of the Work): What are the traffic control restrictions for University Ave?
A: Thank you for your question. An addendum is forthcoming.
Q (7-8.01 (allowable times and hours of work)): This section states that "no lane or road closures will be permitted outside of the allowable hours of work. All traffic lanes shall be open, each day, before the start of the shift and by the end of shift". The limits of excavation encroach upon the traffic lanes and placement of pcc curb & gutter and asphalt concrete will not be able to constructed in the same shift. A long term closure and reduction of the existing number of traffic lanes in both directions is required (24 hours, 7 days/week). Will the County be providing traffic handling plans?
A: Thank you for your question. An addendum is forthcoming.
Q (bid item 90 (hot mix asphalt HMA-LG = 7,308 tons)): Please identify and describe the scope of work for bid item 90 (i.e. typical x-sections, layout, etc.).
A: Thank you for your question. An addendum is forthcoming.
Q (Hot Mix Asphalt Bid Items): Please clarify the intended use for Bid Item No. 12 - Hot Mix Asphalt vs Item 90 - Hot Mix Asphalt (Fair Oaks)? Is item No. 12 utilized on either Howe Ave, Fulton Ave, or Munroe St?
A: Thank you for your question. An addendum is forthcoming
Q (Sawcut pavement repair areas): The cross sections (X-sheets) in the back of the Contract Drawings indicate some asphalt pavement repair areas to be sawcut while other pavement repair areas do not require it. Please clarify whether or not all the pavement repair edges need to be sawcut?
A: Thank you for your question. An addendum is forthcoming
Q (7-8.01): Can the County provide direction regarding staging of the project? The project involves a road that is currently 3 lanes in each direction being modified to 2 in each direction. Spec Section 7-8.01 states that "No road or lane closures will be permitted outside of the allowable hours of work. All traffic lanes shall be open each day, before the start of shift and by the end of shift." This is impractical by nature of the work. Concrete improvements, including curb, gutter, ramps, and asphalt patching can not be removed and replaced with the same shift to allow for reopening of lanes without significant drop offs. Additionally, the spec states, "Any reduction to a single through lane in either direction on Fair Oaks Boulevard shall be performed during nighttime hours only between 9:00 pm and 5:00 am." Which operations, if any will be allowed by the County to be constructed during these night closures?
A: Contractors attention is directed to Addendum #1, item 4.
Q (15.102 Trees, Shrubs, Ground Cover, and Lawns): The above referenced section states, "Trees and shrubs slated for removal shall be removed during the period of September through January in order to avoid the nesting season." The section then states, "any trees that are to be removed during nesting season, which is February through August, shall be survey by an Agency approved biologist and may only be removed if no nesting birds are found." Based on the timeline of bidding, award, etc., we would anticipate this project may start in the summer. is there a possibility that the project may not start until September?
A: Please see Section 7-1, "BEGINNING OF WORK", of the Standard Construction Specifications.
Q (Existing Structural Sections): Is there a geotechnical report available for review? If not, please provide existing structural sections for the roadways so roadway excavations and pavement repair grinds can be accurately calculated.
A: Thank you for your question. An addendum is forthcoming.
Q (Pavement Repair): Legends on Pavement Repair sheets PR1 to PR4 call to "Remove 6" existing section and place 6" HMA-LG" for Case A and "Remove 4" existing section and place 4" HMA-LG" for Case B. Detail D on Sheet CD1 notes, "Depth of 4"-6" grind/remove ex structural section shall be measured from the bottom of the area to be planed, not from the original surface." Does this mean that in areas to be milled 2", the removal section would actually be 6" to 8" from existing? Do pavement repair section need to be brought back to existing grade or can they be left at bottom of milled surface?
A: Thank you for your question. An addendum is forthcoming
Q (Bid Item 12-Hot Mix Asphalt (HMA-LG)): Please clarify what scope of work is to be covered under bid item 12-Hot Mix Asphalt (821 Tons). Per Addendum 1, Bid item 90 Hot Mix Asphalt HMA-LG (7,227 Tons), covers all asphalt on Fair Oaks Boulevard, Fair Oaks Frontage Road, and paving associated with median curb removal.
A: Thank you for your question. An addendum is forthcoming
Q (Addendum 1 - Pavement Repairs): Sheet PR4R1 provided in Addendum 1 replaced pavement repairs shown on Fulton Ave to Case "D", cold plane 2" Max. Please clarify if there is to be HMA placed on top of the cold plane, or if the area shall be permanently left cold planed.
A: Thank you for your question. An addendum is forthcoming
Q (Pavement Repair Sawcut): The Contract Drawings indicate saw cutting the pavement repair areas. Would the County consider eliminating the saw cutting since the repair areas will receive pavement fabric with a 2" overlay? Further saw cutting each repair area will take significant time, should the County not eliminate the saw cutting please increase the project working days.
A: Thank you for your question. An addendum is forthcoming
Q (Notice to Proceed): When does the County anticipate award and issuing a Notice to Proceed for this project?
A: Please see Section 7-1, "BEGINNING OF WORK", of the Standard Construction Specifications.
Q (Fulton Ave/Fair Oaks Blvd): To ensure public safety while removing median island trees and hardscape to complete the improvements per Sheet No. 44, would the County approve an extended closure of the Fulton Ave and Fair Oaks Blvd intersection? We propose detouring traffic via Munroe Street to facilitate this work.
A: Thank you for your question. An addendum is forthcoming
Q (No subject): Please confirm if there is a geotech report available for bidders.
A: Thank you for your question. An addendum is forthcoming
Q (BI 25 - PCC Median / BI): Can you Let us know where the PCC Median work is located? I can only find a small amount of this on Fair Oaks Blvd. from Sta. 55+27 - 56+00. Also, can you confirm that the driveway work at 2550 Fair Oaks Blvd. is the only driveway location that must be completed by August 1, 2026 as per section 7-1.01 (paragraph 5) of the specifications? Thanks!
A: Thank you for your question. An addendum is forthcoming
Q (Regrade Existing Ditch): How will the Contractor be compensated for re-grading the existing ditch per Detail A on Sheet C04 (Page No. 46)?
A: Thank you for your question. An addendum is forthcoming
Q (City Sacramento Drainage Inlet S-20): Can Item No. 54 - Gutter Drain No. 20 (City DI) be pre-cast or do they need to be poured in place?
A: Thank you for your question. An addendum is forthcoming
Q (Existing backflow): The irrigation schedule on sheet LS8 indicates 'Existing backflow preventers to be protected in place. Contractor to install insulated enclosure at each RP device, see special provisions.' However, special provisions do not mention this. Please provide missing information.
A: Thank you for your question. An addendum is forthcoming
Q (Type of irrigation system): Clarify the type of irrigation system: potable or reclaimed?
A: Thank you for your question. An addendum is forthcoming
Q (Geotechnical report): Please provide a geotechnical report if available.
A: Thank you for your question. An addendum is forthcoming
Q (Sleeves materials): Irrigation note 4 on sheet LS8 indicates that all irrigation control wire conduit and sleeving shown in paving must be Schedule 40 PVC. However, the irrigation schedule shows Schedule 80 PVC electrical conduit. Please clarify the required material
A: Thank you for your question. An addendum is forthcoming
Q (Earth saw trench): No symbol of earth saw trench is shown for sleeve under existing paved areas from station 81+63 to station 82+13 and from station 91+31 to station 91+44 Fair Oaks Blvd. Please clarify the installation method for sleeve and conduit at these locations.
A: Thank you for your question. An addendum is forthcoming
Q (Drip tubing): There are three locations that have drip tubing crossing existing paved areas from station 71+62 to station 71+86 Fair Oaks Blvd. However, the sleeve symbol is only shown at two locations. Please confirm and clarify: 1- Confirm sleeve is also required for the remaining location. 2- Provide the size of sleeve. 3- Clarify if tubing can be installed inside sleeve. 4- Clarify installation method since earth saw trench symbol is not shown.
A: Thank you for your question. An addendum is forthcoming
Q (Drip valves): The remote-control valves A27 on sheet LS11 and A18 on sheet LS12 connect to drip rings. They are supposed to be drip remote control valves; however, the symbols of remote control are shown. Please clarify.
A: Thank you for your question. An addendum is forthcoming
Q (Concrete slurry): Referring to detail A/LS7, please provide the installation depth of concrete slurry bed at grouted cobble.
A: Bidders attention is directed to Plan Sheet PP1 through PP8
Q (Mulch material): Referring to legend on sheet LS14 and Pricing Proposal, clarify the material of wood mulch which replaces areas of existing turf/ground cover (wood chip mulch or bark mulch). Also clarify if item no.79 covers the quantity of this type of mulch; otherwise, provide another item for wood mulch.
A: Thank you for your question. An addendum is forthcoming
Q (Mulch material): Item no.79 shows 403 cy of bark mulch. However, there are two types of bark mulch shown on section 50-43.08: tree bark and shredded bark. Please clarify which type of mulch is used.
A: Please see Section 20-2.05,"MULCH", of the Special Provisions.
Q (Plant legend): Referring to sheet LS14, the plant legend for shrubs indicates 'Cis Pul.' However, this shrub does not appear on the plan, while the callout 'Cis Lad' is shown instead. Please clarify
A: Thank you for your question. An addendum is forthcoming
Q (Repair and replace existing landscape and irrigation.): Clarify which items are supposed to cover the related cost of lawn replacement, repair and replace existing landscape and irrigation.
A: Thank you for your question. An addendum is forthcoming
Q (Lawn replacement): Referring to the legend on sheet LS14, the symbols of 90/10 Blue Turf mix for lawn replacement and repair and replace existing landscape are not shown on plans. Please provide the limits of both conditions for bidding purposes.
A: Bidders attention is directed to Plan Sheet LS18
Q (Slurry Seal Limits): Please clarify the limits of slurry seal for Munroe Street. Sheets PD3 and PD4 do not provide a callout for "Begin Slurry Seal"
A: Thank you for your question. An addendum is forthcoming
Q (Existing wires ): Please confirm existing wires are to be utilized for all new remote-control valves and drip remote control valves as shown on irrigation plans LS9–LS13. Otherwise, please advise.
A: Thank you for your question. An addendum is forthcoming
Q (As-built plans): Repairing and modifications of existing irrigation system are called out at multiple locations. Please provide an irrigation as-built plan for bidding purposes.
A: Thank you for your question. An addendum is forthcoming
Q (Detail for trenching): Please provide a detail for irrigation system trenching under paved areas and clarify the required trench depth and backfill material for bidding purposes, as standard drawing L-23 (County of Sacramento) does not address trenching within paved areas.
A: Bidders attention is directed to the Standard Construction Specifications , Detail 4-64.
Q (Bid Date Extension): Due to the number of RFIs that are pending answers, would like to request a bid extension of one week from the time answers are provided to allow for all bidders and subcontractors, an opportunity to review answers that are currently pending.
A: Thank you for your question. An addendum is forthcoming
Q (Median Curb Removal): Detail C on CD1 calls to grind or sawcut to remove AC 6" below AC surface and replace with 6" HMA-LG. Is this removal of 6" AC to be paid as Bid Item 93 Pavement Repair Grind (6")?
A: Bidders attention is directed to Section 18-2, "ROADWAY EXCAVATION", of the Special Provisions.
Q (Grades): Please provide new and proposed grades for the project. Due to the nature of the project, with the work being broken inconsistent throughout the project, the cross sections are insufficient to get an accurate verification of roadway ex quantities and the plan and profile sheets do not contain enough information.
A: Thank you for your question. An addendum is forthcoming
Q (Bid Item 30 - 2550 Fair Oak Driveway Conform): Please clarify the scope of Bid Item 30 - Driveway Conform (2550 FAIR OAKS BLVD) which is lump Sum? Is there a particular reason this driveway conform is separated from the other driveway conform work? Does the lump sum item include removal, curbs, aggregate base, and hot mix asphalt?
A: Bidders attention is directed to Section 15-1.06, "MISCELLANEOUS", and Section 27-8.01, "DRIVEWAY CONFORM", of the Special Provisions.
Q (Modified Type 4/4A Curb after overlay): Reference Details B & E / LS7 (Drawing LS7, Sheet 64) – the details depict and note the Modified Type 4 & 4A Curb at the colored concrete fields to be placed on top of the “Finished Surface Final Overlay”. Is it the County’s intent to complete all pavement repairs including pavement fabric and 2” overlay before installing the Type 4 & 4A curb?
A: Bidders attention is directed to the Standard Construction Specifications, Detail 4-30.
Q (Quantities): Please provide a quantity table providing roadway ex, concrete removal, aggregate base, and HMA for Fair Oaks Blvd, Fulton Avenue, Fair Oaks Frontage Road, and Munroe Street.
A: Please bid these items as you see them.
Q (Trenching detail): Question and Answer No. 37 states, “Bidders’ attention is directed to the Standard Construction Specifications, Detail 4-64,” for irrigation system trenching under paved areas. However, Detail 4-64 applies to sleeves under existing paved areas and planting areas. Please provide an installation detail and backfill requirements for sleeves installed under NEW PAVING.
A: Please bid this item as you see it
Q (Wood mulch): The legend on Sheet LS14 indicates areas of existing turf/ground cover to be replaced with mulch (see “Wood Mulch,” left side). Wood mulch Note No. 6 indicates that a 1" layer of compost shall be placed on top of finished grade, followed by 4" of wood mulch. However, the callouts on Sheets LS16 through LS18 indicate a 3" layer of mulch only. Please clarify the required installation depth of the wood mulch and whether compost is required. Additionally, please clarify which bid item is intended to cover the cost of compost, as the quantity for Bid Item No. 76 (Preparing Planting Areas) does not appear to include these areas.
A: Thank you for your question. An addendum is forthcoming
Q (tree removal): items 5&6 total up to 34 trees, but the trees marked are 39? which total is correct?
A: See General Note #3 on Drawing TR1, TR2, and TR3 of the Project Plans.
Q (Bid Date Extension): Since the County anticipates issuing another Addendum, could you please consider extending the bid date so as not to conflict with multiple County projects bidding on the same date. Currently this project is set to bid on the same day as the AC Overlay Project Phase A Contract 4685 and the Skyking Road Extension Contract 4701.
A: Please bid this Project as you see it.
Q (Addendum #3 RFI and Bid Date Extension Request): Due to Addendum #3's considerable amount of revised and updated information, please extend the RFI deadline a few days and please extend the bid date one week to allow bidders time for review.
A: Please bid this Project as you see it.
Q (HMA - LG Paving Quantities): Bid Item 12 HMA-LG - 741 Tons matches our take-off quantity of asphalt pavement to be placed adjacent to Curb and Gutter replacements shown in Typical Sections Sheets 2-10 and Plan Sheets 15-22 at depths of 4" AC over 6" AB, 4.5" AC over 23" AB & 2" AC over 14" AB. Bid Item 90 HMA -LG (Fair Oaks) over runs our take-off quantity of asphalt pavement to be placed by approximately 3000 tons. It appears that 2-inch cold plan gets replaced with the RHMA-G, not the HMA-LG. Please clarify.
A: Please see Drawing TS1 through TS9 and Drawings XS1R1 through XS10R1
Q (Addendum #3- Question #40): Response #30 to Question #40 in Addendum #3 refers to Drawings XS1-XS10 replaced in Addendum #3. These do not appear to provide additional grade information for the project and are missing information for other streets as well. Please provide additional information so that roadway ex quantities can be accurately determined as there are no quantity tables to reference.
A: Please see Drawing TS1 through TS9, PR1R1, PR2R2, PR3R1, PR4R2, and Drawings XS1R1 through XS10R1
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.