SLED Opportunity · CALIFORNIA · COUNTY OF SACRAMENTO

    General Services Job Order Contracts (JOC) 279, 280, 281, 282, 283, 284, 285

    Issued by County of Sacramento
    countyRFPCounty of SacramentoSol. 225683
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Feb 26, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    County of Sacramento seeks contractors for General Services Job Order Contracts involving labor, materials, and equipment to complete various projects under strict regulatory compliance.

    Opportunity details

    Solicitation No.
    225683
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    February 26, 2026
    Due Date
    April 2, 2026
    NAICS Code
    236220AI guide
    Agency
    County of Sacramento

    Description

    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.

    Project Details

    • Reference ID: 65219 through 65225
    • Department: DGS: CAPSD - Construction
    • Department Head: Joshua Green (Department Director)

    Important Dates

    • Questions Due: 2026-03-24T00:00:00.000Z
    • Pre-Proposal Meeting: 2026-02-26T22:00:00.000Z — An in person or online meeting will NOT be held. Please watch provided presentation video via the link provided below: Pre-Bid Presentation Video Link: https://app.heygen.com/videos/general-services-pre-bid-presentation-2026-02-65d32cbc68ea4aadbcb69fa9acea1fa8

    Addenda

    • Addendum #1 (released 2026-04-01T21:16:11.538Z) —

      Addendum No. 1 -  General Services Job Order Contracts 279-285 (65219-65225)

    Evaluation Criteria

    • ADVERTISEMENT SUMMARY

      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: General Services Job Order Contracts (JOC) 279, 280, 281, 282, 283, 284, 285

      CONTRACT NUMBER: 65219 through 65225

      ESTIMATED CONSTRUCTION COST: $0 (minimum) to $5,500,000.00 (maximum) each.

      ESTIMATED ADJUSTMENT FACTORS: 

      • Normal Working Hours in Non Secured Facility: 1.2250
      • Normal Working Hours in Secured Facility: 1.2650
      • Other than Normal Working Hours in Non Secured Facility: 1.2650
      • Other than Normal Working Hours in Secured Facility: 1.3225

      CONTRACTOR LICENSE REQUIRED: General Building Contractor - A or B

      PRE-BID QUESTIONS DUE VIA Q&A: Date: Monday, March 23, 2026 No later than 5:00 pm

    • NON-MANDATORY PRE-BID MEETING

      A non-mandatory pre-bid meeting will be held on Thursday, February 26, 2026, at 2:00 pm, An in person or online meeting will NOT be held. Please watch provided presentation video via the link provided below: Pre-Bid Presentation Video Link: https://app.heygen.com/videos/general-services-pre-bid-presentation-2026-02-65d32cbc68ea4aadbcb69fa9acea1fa8. The project engineers will be present to provide a project summary and to answer questions.

    • PRE-BID MEETING

      There is no pre-bid meeting for this project.

    • LABOR COMPLIANCE PROGRAM

      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.

    • DISADVANTAGED BUSINESS ENTERPRISE (DBE):

      The County of Sacramento has established the following goal for DBE participation for this project: X - DBE programs are suspended.

    • FAA GENERAL CONTRACT PROVISIONS

      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.

       

    • CALIFORNIA SB 1383, Short-lived Climate Pollutants

      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

    • PROJECT DESCRIPTION

      The work to be performed under this contract includes the furnishing of all labor, materials, and equipment for a Job Order Contract.

      A Job Order Contract (hereinafter called JOC) is a competitively bid, firm fixed priced indefinite quantity contract. The contract documents include a Construction Task Catalog® containing a collection of detailed repair and construction tasks and specifications that have established Unit Prices. All Unit Prices 

      are based on local labor, materials and equipment prices and are for the direct cost of construction. Ordering is accomplished by means of issuance of a Task Order pursuant to the Contract.

      The County uses the Job Order Contracting (JOC) System from The Gordian Group (Gordian) for their JOC Program. The Gordian JOC Solutions includes Gordian’s proprietary JOC Software and JOC Applications, construction cost data, and Construction Task Catalog® which shall be used by the Contractor solely for the purpose of fulfilling its obligations under this Contract, including the preparation and submission of Job Order Proposals, Price Proposals, subcontractor lists, and other requirements specified by the County. The Contractor shall be required to execute Gordian’s JOC System License and Fee Agreement, and pay a 1% JOC System License Fee to obtain access to the Gordian JOC Solution™. The JOC System License Fee applies to all Job Orders issued to the Contractor under the terms of this Contract. The Contractor shall include the JOC System License Fee in the Adjustment Factors.

      The Contractor, under the JOC, furnishes all management, labor, materials, equipment, and required plan check and permits from local jurisdictions needed to perform the work.

    • CONTRACT INFORMATION

      On Thursday, February 26, 2026; Contract Documents will be available at: SacCountyEbids

      The Standard Construction Specifications, which are incorporated by reference in the Contract Documents, may be downloaded at: https://saccountyspecs.saccounty.gov/Pages/default.aspx .

      The contracts awarded will be on the basis which results in the lowest total overall cost to the County for the contracts.

      It is intended that 7 contract(s) will be awarded – one to each of the 7 lowest responsive bids.

      Each bidder may submit one and only one bid for this solicitation. If a bidder submits more than one bid for this solicitation; then that bidder will be disqualified and those bids will be returned to the bidder unopened.

      The Contractor shall have the opportunity to perform Task Orders during the term of the contract as described in Procedures for Ordering Work, JOC General Conditions, 4-5.02 (e.g. ordering work by considering rotation, past and current performance of Task Orders, responsiveness, and/or proposal price vs. independent estimate). The Maximum Contract Amount for each JOC will be $5,500,000.00 each. The Contractor is not guaranteed to receive this volume of Task Orders - this is an anticipated amount.

      The term of the JOC will be for 365 calendar days or expenditure of the Maximum Contract Amount of the Contract, whichever occurs first.

      All Task Orders issued during the term of this contract shall be valid and in effect notwithstanding that the Detailed Scope of Work may be performed, payments may be made, and the guarantee period may continue, after such period has expired. All terms and conditions of the contract apply to each Task Order.

    • JOC GENERAL SERVICES

      Each bidder must submit two price Adjustment Factors to be considered responsive. These same Adjustment Factors must apply to all Unit Prices of Pre-priced Tasks listed in the Construction Task Catalog® of the contract documents. The first Adjustment Factor will be applied to that work anticipated to be accomplished during Normal Working Hours. The second Adjustment Factor will be applied to that work anticipated to be accomplished during Other Than Normal Working Hours.

      The Construction Task Catalog® is priced at a net value of 1.0000. The bid shall be an increase to (e.g., 1.2345) or decrease (e.g., 0.9876) to the Unit Prices listed in the Construction Task Catalog®. Bidders who submit separate Adjustment Factors for separate Unit Prices will be considered non-responsive and their bid will be rejected.

      For bid evaluation purposes only, it is estimated that the work to be accomplished during Normal Working Hours in Non-Secured Facilities will = 60%, Other Than Normal Working Hours in Non-Secured Facilities will = 10%, Normal Working Hours in Secured Facilities will = 20%, and Other Than Normal Working Hours in Secured Facilities will = 10%. However, actual work may deviate substantially. These work distributions shall be used to determine the Award Criteria Figure only.

    • MANDATORY PRE-BID PRESENTATION VIDEO

      A MANDATORY review of the entire pre-bid presentation video is required for bid acceptance. To be eligible to have a bid accepted on these JOCs, a representative of the prime contractor who is going to bid must respond to the Vendor Submission confirmation question (no.17) that the Bidder reviewed the pre-bid presentation video in its entirety. 

    • BID GUARANTEES

      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 $25,000.

    • BONDS

      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.

    • LICENSE REQUIREMENTS

      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.

    • LABOR COMPLIANCE PROGRAM (FEDERAL FUNDING)

      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:

      1. The Davis Bacon Act and related federal acts; or
      2. California Labor Code section 1770 et seq.

      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.

    • NON-DISCRIMINATION

      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.

    • ADDITIONAL FEDERAL PROVISIONS (IF ANY)

      N/A

    • BUY AMERICA

      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).

    • FEDERAL HIGHWAY ADMINISTRATION (FHWA)

      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.

    • CALIFORNIA SB 1383, Short-lived Climate Pollutants

      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.

    • ADVANCED CLEAN FLEETS REGULATION

      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.

    • SHRA and Section 3

      The Contractor’s attention is directed to the Special Provisions for this project for which section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u) (hereinafter “section 3”) requirements apply. CONTRACTOR is advised that the Housing and Urban Development Department (“HUD”) recently issued a comprehensive update to its regulations implementing section 3 requirements (see <link>) effective November 30, 2020.

      Previously, HUD required that agreements or any subcontracts covered by section 3 contain the complete clause codified at 24 CFR § 135.8. This clause has been repealed in its entirety, and HUD no longer requires the inclusion of prescriptive contractual language previously contained in the section 3 clause. Instead, HUD has stated such agreements and/or subcontracts should include customized contract language depending on the particular contract or HUD program. While HUD anticipates providing sample language and/or guidance concerning best contracting practices, such language and/or guidance has yet to be released.

      Consequently, pursuant to 24 CFR §§ 75.17 and 75.27, the Contractor simply is required to include language in its subcontracts stating that section 3 requirements apply, and to further require that all its subcontractors meet the requirements of 24 CFR § 75.19.

    • ECONOMIC SANCTIONS

      Economic Sanctions:  Pursuant to California State Executive Order N-6-22 (Order) imposing economic sanctions against Russia and declaring support of Ukraine, COUNTY shall terminate any contract with any individual or entity that is in violation of the Order or that is subject to economic sanctions therein, and shall not enter a contract with any such individual or entity while the Order is in effect.

      If the contract is $5 million or more, Contractor shall provide a written report to County within 60 days of the effective date of the contract or 60 days upon request regarding compliance with economic sanctions and steps taken in response to Russia’s action in Ukraine, including but not limited to, desisting from making new investments in, or engaging in financial transactions with Russia or Russian entities, and directly providing support to Ukraine, while the Order is in effect. The County shall keep the report on file as evidence of compliance with the Order.

    • QUESTIONS

      Direct pre-bid questions to the Project Manager, Maria Real, via the Q&A tab in the portal. ALL PRE-BID QUESTIONS MUST BE SUBMITTED IN WRITING NO LATER THAN Monday, March 23, 2026 BY 5:00 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.

      Pursuant to the California Public Contract Code 20128.5, Board of Supervisors may award individual annual contracts.

    Submission Requirements

    • What form of Bid Guarantee will Contractor be submitting? (required)

      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.

    • Bid Guarantee

      Upload a scanned copy of your fully executed bid bond here if Contractor is submitting a scanned bid bond.

    • E-Bid Bond

      Please enter your Bid Bond information from Surety2000 below If Contractor is submitting an E-Bid Bond

    • Non-collusion Declaration (required)

      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.

    • Additional Submittals Required With Bid (required)

      Attach all additional submittals specified in the Special Provisions as required at the time of bid.

    • Iran Contracting Act Disclosure Form (required)

      (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:

      1. certify it is not on the current list of persons engaged in investment activities in Iran created by the California Department of General Services (“DGS”) pursuant to Public Contract Code section 2203(b) and is not a financial institution extending twenty million dollars ($20,000,000) or more in credit to another person, for 45 days or more, if that other person 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; or
      2. demonstrate it has been exempted from the certification requirement for that solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).

      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.

    • Type of Business (required)
    • Type your Legal Company Name Here (required)

      State your Company's Name Here. This will be verified against the California Secretary of State's Website.

    • Secretary of State Entity Number (required)

      Provide your Entity Number from the CA Secretary of State. If not registered in CA, provide the Entity Number from your registered state.

    • Contractors State License Board (CSLB) Number (required)

      Please enter your License Number here. This will be verified against the state database 

    • Contractors State License Board (CSLB) License Expiration Date (required)

      Enter your CSLB license expiration date:

       

    • Contractors State License Board (CSLB) License Classifications (required)

      Enter your current CSLB license classifications:

    • California Department of Industrial Relations Registration (required)

      Please enter your Public Works Contractor Registration Number. This will be verified against the state database.

    • SAM.gov (required)

      Please enter your legal entity name for SAM.gov verification.

    • SAM.gov Unique Entity ID (UEI) (required)

      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. 

    • Provide the full contact name, title, and e-mail of the signatory for your firm. Provide contact information for the contract manager for your firm in order to distribute Contract Documents, including other recipients requiring a copy, if awarded.* (required)

      Signatory: name, title, email

      Contract manager/admin: name, phone, email

    • PaymentWorks Contact (required)

      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.

    • Mandatory Pre-Bid Video Presentation Viewing Attestation (required)

      To be eligible to have a bid accepted on this JOC, you must submit this attestation with your bid. 

      I, or an authorized representative from my company, viewed in its entirety the mandatory pre-bid video presentation for this JOC.

    • Adjustment Factor Information (required)

      Respondents should confirm understanding of the following:

      1. Adjustment Factors and extended totals should be rounded to four (4) decimal places. Use conventional rounding methodology (i.e., if the number in the 5th decimal place is 0-4, the number in the 4th decimal remains unchanged; if the number in the 5th decimal place is 5-9, the number in the 4th decimal is rounded upward).

      2. The Other Than Normal Working Hours Adjustment Factor must be greater than or equal to the Normal Working Hours Adjustment Factor.

      3. The Owner reserves the right to correct arithmetic errors in the event of a discrepancy, the Adjustment Factors listed in the column titled “Adjustment Factor Bid” shall take precedence and be used to calculate the extended totals.

      4. The weighted percentages (x multiplier) presented above are only for calculating the Award Criteria Figure. There is no guarantee that the work ordered will be consistent with the weighted percentages. The Award Criteria Figure is only used to compare bids. It is not used to prepare Price Proposals. When preparing Price Proposals, the Bidder shall use one or more of the Adjustment Factors written above.

      Note: Please carefully review the Construction Task Catalog®, Instructions and Technical Specifications. The Adjustment Factors include, but are not limited to the following: Business costs such as overhead costs, insurance and bonding, profit, cost of financing the work, taxes, Subcontractor’s overhead and profit, cost of financing the Work, business risks such as the risk of a lower than expected volume of work, smaller than anticipated Job Orders, inflation or material cost fluctuations; and project related costs such as field offices, equipment and supplies, project management and project supervision, services required to complete project filings and obtain permits, preparation and modification of sketches, drawings, submittals, as-built drawings, and other project records, all taxes for which a waiver is not available, containment of construction of dust and debris, and daily cleanup.

    • Bidder certifies they understand the post-bid submittals specified and required on this project and will comply with the timeline for submission. (required)
    • Adjustment Factor Agreement (required)

      Please confirm understanding of the following:

      CONTRACT SUM:

      1. This Contract is an indefinite-quantity contract for construction work and services. There is no Minimum Contract Value of Job Orders. The initial Maximum Contract Value is $5,500,000.

      2. The Contractor shall perform all Prepriced Tasks for the Unit Prices set forth in the Construction Task Catalog® multiplied by one of the appropriate Adjustment Factors

    • Please provide the full contact name, title, and e-mail of the signatory for your firm. If awarded, please provide contact information (i.e. Full Name, E-mail address, phone number) for the Contract Manager for your firm in order to distribute Contract Documents, including other receipients requiring a copy. (required)
    • FHWA/Title VI Confirmation Questions

      All questions in this section pertain to FHWA/Title VI funding

    • Debarment and Suspension Certification: Title 49, Code of Federal Regulations, Part 29 (required)

      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.

    • Debarment and Suspension Detail (required)

      If there are any exceptions to this certification (reference 14.1), please note here. If not applicable, mark "N/A"

    • Equal Opportunity Certification (required)

      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.

    • Public Contract Code Section 10285.1 Statement (required)

      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.

    • Public Contract Code Section 10162, Part 1 (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, Part 2 (required)

      If the answer to the question above is "Yes", explain the circumstances in the following space.

    • 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 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.

    • Exhibit 10-Q - Standard Form LLL (required)

      Please download the below documents, complete, and upload.

    • Non-Lobbying Certification for Federal Aid Contracts (required)

      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.

    • FHWA 1273/Title VI Attachments Certification (required)

      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.

    • I hereby certify under penalty of perjury that the above statements are true. (required)
    • Is this project Federally funded? (required)
    • If Federally funded, is there a DBE goal? (required)

      DBE programs are currently suspended, select "no" to this question.

    • If you selected "yes" above, insert the DBE goal as follows, or skip if not applicable.

      Ex.) X percent (X%)

    • If Federally funded, Is the "Non-Discrimination" clause applicable (required)
    • If Federally funded, does the "Buy America Act" apply to this project? (required)
    • If Federally funded, does FHWA language apply? (required)
    • Is this project FAA funded? (required)
    • If applicable, Copy/Paste any "Additional Federal Provisions" here or type in "N/A"
    • Is this project going to exceed $1m? (required)

      If project is in excess of $1M, this will Include the Iran Contracting Act Disclosure Form.

    • Insert the estimated construction cost here. (required)

      Include complete dollar figure with $ symbol, commas, and decimal. Ex.) $1,000,000.00

    • Insert the Contractor State License requirement here. (required)

      Ex.) General Engineering Contractor, Class A

    • What Agency is this project for? (required)
    • Which Board is responsible for approving this project? (required)
    • Project Description (required)

      The work to be performed under this contract includes the furnishing of all labor, materials, equipment, and and other incidental work for: project description

    • Will there be a pre-bid meeting? (required)
    • Select the applicable Project Classification (required)
    • Date plans and specifications were approved by the Board (required)

      If this project does not require Board approval, please type "N/A"

    • Will this project require the use of mulch, bark, compost or other organic product? (required)

      This question pertains to County departments only.
      SCWA or SAFCA select "No" here. 

    • What is the Basis for Award? (required)

      Please choose the appropriate option.

    • Do the special provisions alter retention from the standard 5% in the Standard Construction Specifications? (required)
    • Are post-bid submittals required on this project? (Escrow Bid Documents, SOV, etc.) (required)
    • Are additional submittals required at the time of bid on this project? (material lists, reference projects lists, etc.) (required)

    Questions & Answers

    Q (Pre-Bid Meeting (Mandatory) Feb 26, 2026): Can the county hold another Pre-bid Meeting as the pre-bid listed was on the same day as the project release?

    A: Please refer to Introduction "1.3 Timeline."


    Q (No subject): How much was spent on each awarded contract?

    A: The previous Contractor proposals may not accurately reflect current market conditions. You may request access to this type of information under the Public Records Act (PRA). You may also refer to Attachment G, JOC Pre-Bid FAQs.


    Q (No subject): Can you please provide itemized pricing proposals approved by the county with scope of work and any plans related to the projects over the last year?

    A: The previous Contractor proposals may not accurately reflect current market conditions. You may request access to this type of information under the Public Records Act (PRA). You may also refer to Attachment G, JOC Pre-Bid FAQs.


    Q (County Standard Specifications): Can you provide the path or directions to the County Standard Specifications? The link in the 65219-65225_JOCs_279-285_Contract Documents does not take you directly to them. When searching the site the most resent Standard Specifications are November 2024. Please confirm these are the most updated.

    A: Yes, the most current Sacramento County Standard Specifications are dated November 2024. On the Contract Specifications coversheet, a direct link is provided at the end of the note.


    Q (Standard Form LLC): Does this form need to be filled out if there are no lobbying activities to report?

    A: Refer to 21.9 Non-Lobbying Certification for Federal Aid Contracts, no. 2.


    Q ( 21.1. Debarment and Suspension Certification: Title 49, Code of Federal Regulations, Part 29*): I am not totally clear on what a "Yes" or "No" is on this one: 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.

    A: • “has (Yes)” → means you do have one or more of the listed issues • “has not (No)” → means you do NOT have any of those issues


    Q (RFI – Self-Performance Requirement Clarification): 2024- Sacramento County Standard Construction Specs section 2-8 subcontractors require the Contractor to perform, with its own organization, contract work equal to at least thirty percent (30%) of the total bid price unless otherwise modified by the Special Provisions. No additional self-performance requirements or tracking procedures are identified elsewhere in the JOC Contract Documents. Please clarify the following: 1. How will the County determine and track compliance with the 30% self-performance requirement during the course of the project? 2. Will the 30% threshold be calculated based on: o The total job order amount? o The final adjusted job order amount including supplementals? o Or actual cost of work performed? 3. What documentation will be required to demonstrate compliance (e.g., Schedule of Values, subcontract agreements, certified payroll, force account records)? 4. Are Contractor-purchased materials installed by subcontractors considered part of the Contractor’s self-performed work? 5. At what point(s) during the project will compliance be evaluated and what remedies will apply if the threshold is not met? 6. Please confirm whether the 2024 - Standard Specification requirement in Section 2-8 governs in the absence of any additional self-performance provisions in the Special Provisions or Bid Forms.

    A: Section 2-8 in the Sacramento County Standard Construction Specifications has been replaced in its entirety. See section 2-8 of the provided contract documents, Attachment A.


    Key dates

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