Active SLED Opportunity · CALIFORNIA · CITY OF RANCHO CORDOVA

    Rancho Cordova Surface Treatment Project - South White Rock and Stone Creek

    Issued by City of Rancho Cordova
    cityInvitation For BidCity of Rancho CordovaSol. 234683
    Open · 7d remaining
    DAYS TO CLOSE
    7
    due May 21, 2026
    PUBLISHED
    Apr 29, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    The City of Rancho Cordova invites bids for a $2.8M surface treatment project including asphalt repairs, slurry seal, and traffic markings in South White Rock and Stone Creek neighborhoods. Licensed contractors must comply with detailed specifications, traffic control, and environmental requirements. Bids due May 21, 2026.

    Opportunity details

    Solicitation No.
    234683
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    city
    Published Date
    April 29, 2026
    Due Date
    May 21, 2026
    NAICS Code
    237310AI guide
    Agency
    City of Rancho Cordova

    Description

    The City of Rancho Cordova is seeking competitive bids for Rancho Cordova Surface Treatment Project - South White Rock and Stone Creek.

    Estimated Construction Cost: $2,800,000.00

    Contractor License Required: State of California General Engineering Contractor (A) and/or C-12 Earthwork & Paving Contractor License

    Bids due before 2:00 pm on Thursday, May 21, 2026.

    Project Details

    • Reference ID: 40170
    • Department: Public Works
    • Department Head: Albert Stricker (Director of Public Works)

    Important Dates

    • Questions Due: 2026-05-09T00:00:00.000Z

    Evaluation Criteria

    • Mobilization

      This work shall consist of, but not be limited to, preparatory work and operations, including, those necessary for the movement of personnel, equipment, supplies and incidentals to the project site; for the establishment of all offices, buildings and/or other facilities necessary for work on the project; and for all other work and operations which must be performed or costs incurred prior to beginning work on the various contract items on the project site. This item includes the costs associated with obtaining all necessary permits and any associated fees necessary to perform the work; and includes removal of all construction equipment, personnel, construction related materials, temporary facilities, construction markings/paint, debris, and all other construction related items. 
      The Contractor shall photograph the entire site prior to beginning construction per Section 11-1 of the Sacramento County Standard Specifications. Photographs must be taken no more than two (2) weeks prior to beginning Construction and be submitted to the City prior to receiving the first progress payment thereafter. No separate payment shall be made for photographs. Full compensation for photographs is included in the price paid for Mobilization and no separate payment will be made therefore.

       

      Material Storage Area

      At no cost to the City, the Contractor may use a portion of City-owned property, located at 10801 N Mather Blvd. (APN- 072-2360-030) for storage of material only. An exhibit depicting the site is included in the Attachments. Use of this area is at the sole discretion of the City.

       

      Storage or servicing of equipment shall not be allowed. Accessibility of the site shall be limited to the hours between 7am and 6pm. The site shall only be accessed from N. Mather Blvd. Contractor shall not hold the City responsible for security of the site. Contractor shall be responsible for security of its materials and restoration of the site to existing conditions. Contractor's use of this site is subject to the terms and conditions of a City-issued Temporary Use Permit. Contractor may apply for a temporary use permit at: Rancho Cordova Online.

      Similarly, a temporary use permit would be required, should the Contractor lease privately-owned property in Rancho Cordova for the purposes of storing material and equipment.

       

      Drainage Inlet Protection

      The Contractor shall place a protective covering over existing storm drain drop inlets to prevent debris from falling into the storm drain system. The Engineer will require the Contractor to immediately remove drop inlet covers for inspection to determine if any foreign material has fallen into the drop inlet, at the expense of the Contractor. Payment for Drainage Inlet Protection shall be included in the lump sum payment for Mobilization.

       

      Measurement and Payment

      Mobilization shall be paid for on a LUMP SUM basis. Measurement will be based on the percentage of work completed as determined by the Engineer. Progress payments shall not exceed 75% until final closeout documents, including record drawing markups, are received and full demobilization, including equipment and material being removed from the site, has occurred. The contract lump sum price paid for Mobilization shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all the work involved in mobilization and demobilization as specified herein, complete and in place, specified in the Standard Specifications, these Special Provisions, and as directed by the City Engineer, and no additional compensation will be allowed. The lump sum bid for Mobilization shall not exceed 10% of the total bid price.

    • General

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

       

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

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

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

       

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

    • For Federal Grants

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

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

      Add your DBE goal in the setup questions.

      Add the trainee requirements below.

      Verify FHWA 1273 has not changed

      Delete this section once complete.

    • Inspection of Site

      Bidders are required to inspect the sites of the work to satisfy themselves by personal examination or by such other means, as they may prefer, of the locations of the proposed work and of the actual conditions at the project sites. Inspections shall be between the hours of 7:30 a.m. and 5:00 p.m. on weekdays only.

       

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

    • For State Grants

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

      Delete the federal provisions not required for the State Grants

      Remove the FHWA 1273

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

      Delete this section once complete.

    • Plans and Special Provisions Mutually Explanatory

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

       

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

    • Traffic Control Plan

      Provisions for public convenience and safety, construction area traffic control, and hours of work shall be in accordance with the Standard Construction Specifications.  Specific requirements are provided in Sections 6-11, 6-12, 6-13, 6-14, 7-8, and 12 of the of the Standard Construction Specifications. The Contractor shall be responsible for public safety and traffic control within the Project limits and on the approaches to the Project.  

       

      Prior to performing any work that requires a lane closure, a Traffic Control Plan, prepared by the Contractor, shall be reviewed and approved by the City of Rancho Cordova.

      A traffic control plan (or plans) shall be submitted for review for any work requiring modifications of existing traffic patterns.  The traffic control plan shall include provisions for vehicular, pedestrian, and bicycle access.  Additionally, the traffic control plan shall address traffic signal operation for any work performed within 200 feet of a signalized intersection.

       

      Construction shall be suspended and no activities that interfere with public traffic shall be conducted on Memorial Day, Independence Day, Labor Day or Veterans Day, during the four-day Thanksgiving weekend and on December 21 through January 1 unless approved by the Engineer.

       

      The local Fire Department, Sheriff/Police Department, California Highway Patrol, and Regional Transit (if applicable) shall be notified 24 hours in advance of construction work.

      Construction area signs shall conform to the requirements of Section 12-3.07 “Construction Signs” of the Standard Construction Specifications.

      During construction, the Contractor shall not have any parking closures, in the same area, for more than two (2) consecutive working days.

       

      For the residential collectors streets receiving Type 2 slurry and any streets with Type 1 slurry around the schools, the work shall be planned in shifts and shall remain open to traffic maintaining at least one lane of 10-foot minimum pavement width shall be maintained for each direction of travel during standard construction hours. Residential street with Type 1 slurry outside of the schools, can have a full closure with an approved traffic control plan, proper advance warning devices, signing and flag person control. The street orders shall be staggered to minimize parking disruptions for residents and consider the maximum walking distance of 500-feet for a resident to get home. Unless otherwise approved by the City of Rancho Cordova construction shall not be permitted on weekends and holidays.

       

      Cordova Villa Elementary and Navigator Elementary shall be notified ten (10) working days before lane closures adjacent to schools. It is the contractor's responsibility to review bell schedules and be aware of start and stop times of the schools including minimum days.

       

      For Cordova Villa Elementary, Reymouth Ave and S White Rock Rd, when school is in session:

      • No lane closures are allowed before 8:45 AM.

      • No lane closures are allowed Monday through Friday between 30 minutes before and after pickup times.

      • At least one-lane of access shall be opened to the school at all times. Any signage required on school property is subject to contractor receiving school approval.

       

      For Navigator Elementary, Bear Hollow Dr and Queens Arbor Dr, when school is in session:

      • No lane closures are allowed before 8:45 AM.

      • No lane closures are allowed Monday through Friday between 30 minutes before and after pickup times.

      • At least one-lane of access shall be opened to the school at all times. Any signage required on school property is subject to contractor receiving school approval.

       

      Minor deviations from the requirements of this section concerning hours of work which do not significantly change the cost of the work may be permitted upon the written request of the Contractor if in the opinion of the City Engineer, public traffic will be better served and the work expedited.  These deviations shall not be adopted by the Contractor until the City Engineer has approved them in writing.  All other modifications will be made by contract change order.

       

      Pedestrian access facilities that comply with ADA regulations shall be provided through construction areas within the right-of-way as shown on the Project Exhibits and as specified herein.  Pedestrian walkways shall be provided with surfacing of cold mix or hot mix asphalt concrete, Portland cement concrete, or timber.  Surfaces shall be skid resistant and free of irregularities.  After grinding, the contractor shall place cutback at curb return to eliminate tripping hazard.

       

      Paved pedestrian access to sidewalks shall be maintained during all stages of construction.  Walkways shall be maintained in good condition by the Contractor.  Walkways shall be kept clear of obstructions.

       

      Portable delineators, signs and tapers shall be installed per Section 12-3.13 of the Standard Construction Specifications where temporary drop-offs are created by construction.

      Full compensation for providing said pedestrian facilities shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation will be allowed therefore.

       

      Any closure or detour of pedestrian access for contractor’s convenience shall be approved in writing by the City Engineer prior to scheduling work in the area under question.  Any request for temporary closure or detour of pedestrians shall be made in writing and include plans and information showing requested duration, days of the week, routes, signing and safety measures.  Approval or rejection of requests will be at the sole discretion of the City Engineer.  Additional signing and safety measures for pedestrians approved as part of a pedestrian access modification shall be considered as included in the prices paid for the various contract items of work involved and no additional compensation shall be allowed therefore.

       

      PORTABLE CHANGEABLE MESSAGE SIGN(S) (PCMS)

      Four portable changeable message sign(s) shall be furnished, placed, operated, and maintained prior to all work to notify the neighborhood about the project and shall conform to the provisions of Section 12, “Temporary Traffic Control,” of the State Standard Specifications and these Special Provisions.

       

      Contractor shall place a PCMS at any of the following locations or as directed by the Engineer:

      • South White Rock Area
        • S. White Rock Rd (x2)
        • Rockingham Dr (x1)
        • Laurelurst Dr (x1)
      • Sone Creek Area
        • Bear Hallow Dr (x1)
        • Spoto Dr (x1)
        • Baroque Dr (x2)

      The Contractor shall demonstrate that the portable changeable message signs are fully operational prior to beginning any work of this contract that requires a lane closure.

      Full compensation for demonstration that the portable changeable message signs are fully operational prior to use shall be considered as included in the prices paid for Traffic Control Plan and no additional compensation will be allowed, therefore.

       

      Measurement and Payment

      All costs for maintaining traffic control systems shall be included in the LUMP SUM price paid for the Traffic Control Plan and shall include full compensation for furnishing all labor (including flagging costs), materials (including signs and portable changeable message signs), tools, equipment and incidentals, and for doing all the work involved in placing, removing, storing, maintaining, moving to new locations, replacing, and disposing of the components of the traffic control systems as shown on the Project Exhibits, required to maintain traffic as specified in the State Standard Specifications, in these Special Provisions, and as directed by the City Engineer and no additional compensation shall be allowed therefore.

      No additional payment will be made for temporary pedestrian facilities.  

    • Description of Work

      The work to be performed under this contract consists of furnishing all labor, materials, and equipment to construct repairs in the existing asphalt, apply surface treatment, and place traffic lanes and markings in the South White Rock and Stone Creek neighborhoods of the City of Rancho Cordova and other incidental work to be completed within the limits of work shown on the Project Exhibits.

       

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

    • Disadvantaged Business Enterprise (DBE)

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

    • Pavement Surface Preparation

      The Contractor shall be responsible for removing all vegetation from the edge of pavement, and cracks sweeping and washing the pavement in advance of slurry seal coat operations. Pressure washing shall be used for the complete removal of dust that may cause seal coat slippage. The Contractor shall remove and dispose of all pavement markers and traffic markings prior to the slurry seal coat in conformance with these special provisions.

       

      All thermoplastic limit lines, crosswalks and legends applied to the road surface shall be scarified prior to placing the pavement repairs or slurry seal coats. Scarification shall be performed by grinding such that approximately 20% of the underlying pavement is exposed. All material resulting from the grinding operation shall be removed immediately from the right-of-way and shall be transported and properly disposed of off-site. Striping removal shall occur no sooner than one calendar day prior to slurry seal coat operations. If the striping removal is performed on a day other than the day of pavement repair or seal coat operations, the Contractor shall supply and install temporary pavement markings at no additional cost as detailed in these Special Provisions. The Contractor shall be responsible for the removal of the temporary pavement markings prior to placement of the slurry seal coat.

       

      Pavement surface preparation shall include elastomeric applied sealing of pavement cracks. The Contractor shall seal asphalt surface cracks prior to the placement of the slurry seal as specified in these special provisions.

       

      Crack sealing material shall conform to the requirements for polymer-modified sealants as specified in ASTM D36, D5329, D3111, and D70 Specifications. Prior to the application of the crack sealant material the Contractor shall submit the manufacturer’s printed Product Data Sheets to the Engineer to verify conformance with these ASTM Specifications.

       

      Asphalt sealants shall be applied to clean, dry, properly prepared pavement cracks. If crack width is less than ¼ inch, they must be routed before sealant is applied. When ambient temperatures are below 40 degrees F. the Contractor shall use a hot compressed air lance to achieve clean, dry conditions for sealant installation.

       

      Melt sealant in a kettle or melter constructed as an oil jacketed or “double” boiler. Sealant shall be applied at temperatures between 350 degrees and 400 degrees F. The kettle shall have temperature-monitoring capabilities to confirm conformance with this requirement.

       

      Prior to sealant application remove vegetation and all incompressible materials from cracks by means of a hot compressed air lance. Cracks less than one quarter (1/4) inch in width must be routed to a minimum one half (1/2) inch by one half (1/2) inch in shape. Cracks shall be prepared using approved backing material after cleaning, if necessary, to maintain 1 to 1 depth to width profile as specified by the Engineer.

       

      Install heated sealant directly into cracks not to exceed a one (1) inch wide band. Control thickness to one-eight (1/8) inch concave surface appearance.

       

      All manholes, utility vaults, valve boxes and survey monument covers encountered in pavement areas to be repaired or sealed shall be carefully referenced out prior to pavement work by the Contractor. All exposed survey monuments shall be referenced out prior to the pavement work, covered by an appropriate method approved by the Engineer and uncovered after the slurry seal coat is completed without disturbing or damaging the survey monument.

       

      Measurement and Payment:
      The contract price paid for pavement surface preparation work is LANE MILE, along the edge of each paved lane parallel to the pavement’s centerline and adjacent shoulder; and shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals and for doing all work included in the preparation of pavement surface to receive slurry seal coat including the furnishing and placement of crack sealing material, the removal of paint or thermoplastic limit lines, crosswalks and legends and the referencing out of all manhole, utility vaults, valve boxes and survey monuments, as specified in the Standard Construction Specifications, Special Provisions, and as directed by the Engineer and no additional compensation shall be allowed therefore.

    • Preparing and Submitting Bids

      Bids shall be made on the blank Proposal forms prepared by the Public Works Department and provided herewith. Bids shall give the prices proposed in figures and shall give all other information requested herein. The bidder or its authorized representative shall sign all bid forms as indicated. Submittal of all bids shall be in accordance with the Notice to Contractors and these Instructions to Bidders.

       

      Bidders must satisfy themselves of the accuracy of the estimate of the quantities of the work to be done by personal examination of the location of the proposed work and by examination of the Plans and Special Provisions of the work. Bidders shall not, at any time after the submission of a bid, dispute or complain of such estimate or assert that there was any misunderstanding in regard to the nature or amount of work to be done. Each bidder shall examine the bidding documents carefully and not later than 5:00 pm on Friday, May 8, 2026 shall submit questions through the Question & Answer section of the project on OpenGov for interpretations or correction of any ambiguity, inconsistency, or error which he may discover. Any interpretation or correction by Addendum securely attached to the Contractor’s bid shall be binding. No bidder shall rely upon any interpretation or correction given by any other method. Each bidder represents that its bid is based upon the materials and equipment described in the bidding documents, Plans and Special Provisions.

       

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

    • 4" HMA (Type A) Digout

      For all areas requiring 4” HMA (Type A) Digouts, the Contractor shall remove the existing asphalt concrete pavement and base section to a minimum of 4 inches below existing grade as indicated on the Project Exhibits, in conformance with these Special Provisions, or as directed by the City Engineer.

       

      The Contractor shall compact the base material to a relative compaction of 95%.  The Contractor shall then backfill with and compact HMA (Type A) to a height flush with the adjacent existing asphalt section. If unsuitable material is encountered while performing base repairs, the work shall conform to "Unsuitable Material Excavation & Backfill" of these Special Provisions.

       

      The HMA and emulsion tack coat components shall conform to Section 23 “Asphalt Concrete” of the Standard Construction Specifications. HMA (Type A) used in HMA (Type A) Digouts shall be ¾” gradation. HMA binder shall be PG-64-10 and as specified in the Standard Construction Specifications, except as specified herein. HMA shall be placed in a minimum of two lifts. HMA (Type A) used for this operation will be paid for within the contract unit price of the 4” HMA (Type A) Digout bid item.

       

      Supplying, mixing, proportioning and storing HMA (Type A) shall conform to the requirements as specified in Section 23 “Asphalt Concrete” of the Standard Construction Specifications except as specified herein. The Contractor shall submit in writing to the City Engineer a complete mix design as described in Section 23-2 “Mix Formula and Design” of the Standard Construction Specifications.

       

      Sawcut lines shall be vertical, straight, and uniform having a clean, sharp edge.  Sawcut lines shall be constructed parallel and/or at right angles to the direction of traffic flow.  Areas of the grading plane that are low as a result of over excavation shall be filled with HMA (Type A) at the Contractor’s expense.

       

      The dimensions, physical locations, and total number of HMA (Type A) Digout locations found on the Project Exhibits are for estimation purposes only.  The exact dimensions and physical locations shall be marked in the field by the Engineer.  The Contractor’s attention is directed to Section 8, “Measurement and Payment” of the Standard Construction Specifications.  The quantity may be extended, reduced or deleted at the discretion of the City Engineer, with no change in unit price.

       

      In the event that a HMA (Type A) Digout will be left lower than the existing adjacent surface, at the end of each workday, the Contractor shall lessen the elevation difference between the surfaces with temporary asphalt concrete tapers. The slope of the temporary asphalt concrete tapers must not be greater than 1 inch vertical in 12 inches horizontal. When temporary asphalt concrete tapers are used, asphalt concrete for tapers must be commercial quality and may be spread and compacted by any method that will produce a smooth riding surface. Temporary asphalt concrete tapers and all loose material from the underlying surface must be completely removed before placing the permanent surfacing. Elevation differences between planed pavement and lips of gutters are not required to be sloped.

       

      Measurement and Payment:

      The estimate quantity for 4” HMA (Type A) Digout contains a 10% contingency to account for additional areas of asphalt failure identified for replacement during construction by the Engineer.

      4” HMA (Type A) Digout shall be paid for on a per SQUARE FOOT basis. Measurement will be based on the actual square feet of 4” HMA (Type A) Digout installed as determined by measurement along the perimeter of the digout. The contract unit price paid for 4” HMA (Type A) Digout shall include full compensation for furnishing all labor, tools, equipment, incidentals, and for doing all work involved in removal and disposal of excavated material, compacting roadway base/subgrade material, quantities and placement of pavement reinforcing fabric and fabric binder (see Geotextile Fabric [Contingency] material section), and quantities and placement of HMA (Type A) as shown on the Project Exhibits, as specified in the Standard Construction Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation shall be allowed therefore.

    • Bid Opening

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

    • Quality Assurance

      The City has an approved Quality Assurance Plan.

    • Contractor's License Form

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

    • Line Crack Repair

      The Contractor shall remove the existing asphalt concrete pavement and base section to a minimum of 4 inches below existing grade as indicated on the Project Exhibits, in conformance with these Special Provisions, or as directed by the Engineer.

       

      The Contractor shall compact the base material to a relative compaction of 95%.  The Contractor shall then backfill with and compact HMA (Type A) to a height flush with the adjacent existing AC.

       

      The HMA and emulsion tack-coat components shall conform to the Standard Construction Specifications.  HMA (Type A) used for this operation will be paid for within the contract unit price of the Line Crack Repair bid item. The maximum allowable HMA thickness that can be placed in one lift shall be 3 inches.

       

      Any grinding or excavation of line cracks shall not exceed two feet in width, centered over the centerline of each crack. Areas that are low as a result of over excavation shall be filled with HMA (Type A) at the Contractor’s expense.

       

      The dimensions, physical locations, and total number of Line Crack Repair locations found on the Project Exhibits are for estimation purposes only.  The widths of line crack repairs shall not exceed two feet, centered over the crack. The exact lengths and physical locations shall be marked in the field by the City Engineer.  The Contractor’s attention is directed to Section 8, “Measurement and Payment” of the Standard Construction Specifications.  The quantity may be extended, reduced or deleted at the discretion of the City Engineer, with no change in unit price.

       

      Measurement and Payment:

      Line Crack Repair shall be paid for on a per SQUARE FOOT basis. Measurement will be based on the actual square feet of repair limits. Dimensions shall be determined by measuring the length of the cracks and measuring two feet of width on center with the cracks. The contract unit price paid for Line Crack Repair shall include full compensation for furnishing all labor, tools, equipment, incidentals, and for doing all work involved in removal and disposal of excavated material, compacting roadway base/subgrade material, and quantities and placement of HMA (Type A) as shown on the Project Exhibits, as specified in the Standard Construction Specifications and these Special Provisions, and as directed by the Engineer, and no additional compensation shall be allowed therefore.

    • Female and Minority Goals

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

    • UNSUITABLE MATERIAL EXCAVATION & BACKFILL (CONTINGENCY)

      Unsuitable material excavation and backfill shall conform to the provisions in Section 18-5, "Unsuitable Material Excavation" and Section 18-2.05, "Subgrade Preparation," of the Standard Construction Specifications and as specified in these Special Provisions.

       

      If the Contractor encounters unsuitable material in the base or subgrade, the material shall be removed as directed by the City Engineer.  The Contractor shall furnish and place geotextile fabric as specified elsewhere in these Special Provisions.

       

      Backfill to replace unsuitable material removed shall be placed and compacted as specified in Section 18-5.02 of the Standard Construction Specifications.  Suitable backfill material shall include the following:

       

      1. Roadway excavation material approved by the City Engineer.
      2. Geotextile Fabric, as specified elsewhere in these Special Provisions.
      3. Class 2 Aggregate Base.
      4. Approved combination of A, B, and C above.

       

      The selection of the proper backfill shall be at the discretion of the City Engineer.  With the exception of Geotextile Fabric, all backfill materials listed above shall be paid for under the Unsuitable Material Excavation & Backfill bid item.

       

      Measurement and Payment

      Unsuitable Material Excavation & Backfill shall be paid for on a per CUBIC YARD basis. Measurement will be based on the actual cubic yards of unsuitable material removed as determined by the volume of excavated material. The contract unit price paid for shall include, but is not limited to, full compensation for furnishing all labor, tools, equipment, incidentals, and for doing all work involved in removal and disposal of excavated material, subgrade preparation, backfill, aggregate base, and compaction, and no additional compensation will be allowed thereof.

       

      Payment for Geotextile Fabric shall be made under the Geotextile Fabric bid item. The Contractor’s attention is directed to Section 8, “Measurement and Payment” of the Standard Construction Specifications.  The estimated quantity for Unsuitable Material Excavation and Backfill is for bidding purposes only.  The quantity may be extended, reduced or deleted at the discretion of the City Engineer, with no change in unit price.

    • Contractor License

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

       

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

       

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

       

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

    • List of Subcontractors

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

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

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

    • Federal Trainee Program

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

    • List of Subcontractors

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

       

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

    • National Highway System

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

    • GEOTEXTILE FABRIC (CONTINGENCY)

      The estimated quantity for "Geotextile Fabric" is for bidding purposes only.  The need for this item is contingent upon the need for "unsuitable material excavation and backfill" as specified elsewhere in these Special Provisions. 

       

      Material

      Geotextile Fabric material shall be in accordance with Section 50-10 of the Standard Construction Specifications.

      The geotextile shall be furnished in a protective wrapping which shall protect the fabric from ultraviolet radiation and from abrasion due to shipping and handling.

       

      Execution

      The geotextile at the seam shall be either lapped a minimum of 18" or sewn or glued.  If lapped, the fabric shall be placed so that the preceding roll overlaps the following roll in the direction the fill material is being spread.  If sewn or glued, the seam strength shall not be less than 90 percent of the required tensile strength of the unaged fabric. The surface to receive the fabric shall be prepared to a smooth condition free of obstructions and debris that may damage the fabric during installation. The geotextile shall be covered with the fill material within two (2) days of its placement.  Should the fabric be damaged during construction, the torn or punctured section shall be repaired by placing a piece of fabric that is large enough to cover the damaged area and to meet the overlap requirement.

       

      Measurement and Payment:

      Geotextile Fabric shall be paid for on a per SQUARE FOOT basis. Measurement will be based on the actual square feet of Geotextile Fabric installed as determined by measurement along the perimeter of the material. The contract unit price paid for shall include full compensation for furnishing and applying all labor, materials, tools, equipment, incidentals, and for doing all work involved in placing geotextile fabric as shown on the Project Exhibits, as specified in the Standard Construction Specifications, these Special Provisions, and as directed by the City Engineer and no additional compensation will be made therefore. The estimated quantity for Geotextile Fabric is for bidding purposes only.  The quantity may be extended, reduced or deleted at the discretion of the City Engineer, with no change in unit price.

       

      The Contractor’s attention is directed to Section 8, “Measurement and Payment” of the Standard Construction Specifications. The estimated quantity for Geotextile Fabric is for bidding purposes only. The quantity may be extended, reduced or deleted at the discretion of the City Engineer, with no change in unit price.

    • Time of Completion

      As set forth in Section 7-15 of the Standard Construction Specifications, the time for completion of this contract shall be Sixty (60) WORKING DAYS.

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

    • Remove & Replace Speed Lump

      Remove & Replace Speed Lump shall include all labor, equipment and materials necessary to remove existing speed hump down to the existing approach road profile grades, prepare placement surface with a pre-paving tack coat, and placement of HMA (Type A) to construct speed lumps at locations indicated on the Project Exhibits and as indicated per the details indicated on the Project Exhibits.

       

      The Contractor shall remove existing HMA at limits show on the Project Exhibits down to the existing approach road profile grades prior to installation of the new speed lump. Contractor shall not remove additional HMA below existing approach unless directed to do so by the Engineer. If in the opinion of the Engineer removal of additional HMA is necessary, Contract shall remove and replace HMA according to the section "4" HMA (Type A Digout)" section of these Special Provisions.

       

      Preparation of roadway surface with a pre-paving tack coat and placement of asphalt shall conform to the Section 23 "Asphalt Concrete" of the Standard Construction Specifications. HMA (Type A) used for Remove & Replace Speed Hump shall conform to Section 23 “Asphalt Concrete” of the Standard Specifications and these Special Provisions. Placement of “Advanced Warning Pavement Markings for Speed Humps” shown on the detail within the Project Exhibits shall conform to the “Pavement Markings” section of these Special Provisions.

       

      Measurement and Payment

      Remove & Replace Speed Hump shall be paid for on a per EACH basis. Measurement will be based on the actual number of Remove & Replace Speed Hump installed as determined by actual count. The contract unit price paid for shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in sawcutting, cold plane, material transport, disposal, pre-paving tack coat, and placement and compaction HMA (Type A). as shown on the Project Exhibits, as specified in these Special Provisions, and as directed by the City Engineer and no additional compensation will be made, therefore.

      Placement of the “Advance Warning Pavement Markings for Speed Humps” shall be paid under the Pavement Marking bid item.

    • Non-Collusion Affidavit

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

    • Time of Completion

      As set forth in Section 7-15 of the Standard Construction Specifications, the time for completion of this contract shall be Sixty (60) WORKING DAYS.

       

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

    • Liquidated Damages

      As set forth in Section 8-10 of the Standard Construction Specifications, the liquidated damages for this contract shall be the sum of Five Thousand Two Hundred Dollars ($5,200) per working day.

    • Bidder's Bond

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

    • Detail Grind

      In areas requiring Detail Grind, where the existing edge of pavement is higher than the top of the adjacent gutter lip, the Contractor shall cold plane the existing asphalt pavement to an elevation flush with the top of gutter lip and apply slurry seal (Type I or Type II) as indicated on the Project Exhibits. All work shall conform to these Special Provisions and shall be performed at the locations shown on the Project Exhibits or as directed by the City Engineer.

       

      The anticipated average grind depth is approximately 1-1/2 inches. The width of the cold plane is approximately two feet. These measurements are provided for informational purposes only. The Contractor shall perform all grinding necessary to achieve the required conform, regardless of actual depth, at no additional cost to the City.

      The finished surface shall provide a smooth, uniform transition from the lip of gutter to the limits shown on the Project Exhibits or as directed in the field by the City Engineer. The conform shall match the existing cross slope of the adjacent pavement and shall not create abrupt vertical deviations, ridges, or depressions.

       

      The Contractor shall not damage surfacing to remain in place or existing gutter lips during planing operations. Any damage to existing surfacing or gutter lips resulting from the Contractor’s operations shall be repaired or replaced at the Contractor’s expense. For damage caused by the contractor, gutter lips exhibiting spalls greater than 1 inch in depth and 5 inches in any linear direction, as determined by the City Engineer, shall be removed and replaced to the nearest construction joint.

       

      Measurement and Payment

      Detail Grind will be measured and paid for per SQUARE FOOT, based on the actual area of pavement cold planed as shown on the Project Exhibits or as directed in the field by the City Engineer.

      The contract unit price per SQUARE FOOT shall constitute full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for performing all work necessary to complete the Detail Grind, including but not limited to pavement planing, disposal or transport of planed material, surface preparation, protection of existing improvements, and all work required to achieve the specified conform, complete in place, as shown on the Project Exhibits and specified in these special provisions.

       

      Repair of any areas damaged as a result of over-planing or Contractor operations shall be considered incidental to the contract unit price, and no additional compensation will be allowed.

      Slurry seal work is specified and paid for under a separate Contract item and is included herein for informational and coordination purposes only.

       

    • Unavoidable Delays

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

       

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

    • Experience

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

    • Adjust Utility To Grade

      As necessary due to changes in the grade of the roadway and as indicated on the Project Exhibits, the frames and covers of existing utility structures shall be adjusted to grade in accordance with the provisions of Section 39 of the Standard Construction Specifications, these Special Provisions, the Project Exhibits and as directed by the City Engineer.

       

      All utility structures encountered within the limits of slurry seal (TYPE I/II), cold plane, asphalt pavement repairs, and overlays shall be carefully referenced out prior to the placement of asphalt and the locations of all utility structures shall be painted on the surface immediately after paving. Utilities structures include but are not limited to all drainage and sewer manhole covers, utility boxes, water valves, and sewer cleanouts within the construction limits. All utility structures shall be inspected for structural integrity and determined acceptable for adjustment to grade.

       

      Sanitary sewer manholes and drainage manholes shall be raised to grade per Sacramento Area Sewer District (SASD) Standard Detail MH-03. During the adjustment to grade of all utility structures, all openings shall be covered during the entire operation to ensure that no debris can fall into the respective utility system. Extreme care shall be taken to prevent spilling foreign material into the drainage or sanitary sewer system.  The City Engineer will require the Contractor to immediately remove manhole covers for inspection to determine if any foreign material has fallen into the manhole. The Contractor shall be required to immediately remove all foreign material from the manhole’s interior. The Contractor shall coordinate with utility owner and City Engineer to determine if any utility box needs be relocated.

       

      "Existing storm drain drop inlets found within the limits of construction which do not require relocation, or replacement shall be protected in place. See the "Mobilization" section of these Special Provisions.

       

      All materials removed during adjustment, except the existing frame and cover, hood and grate, or utility box and cover shall become the property of the Contractor and shall be disposed of as specified herein these Special Provisions.  If, in the City Engineer’s judgment, the existing frame, cover, hood and grate, or utility box is unsuitable, the existing frame, cover, or hood and grate shall be replaced with new frame, cover, hood and grate, or utility box as appropriate. Unsuitable frames, covers, hood and grates, and utility boxes shall become the property of the Contractor and shall be disposed of as provided above.  The cost of replacing unsuitable frames, covers, hood and grate, and utility boxes which, in the City Engineer’s judgment, were damaged by the Contractor’s operations shall be at the Contractor’s expense.

       

      Contractor shall start raising iron within five (5) days of completing slurry sealing on the street.

       

      Adjusting utilities to grade must be completed, including placing paving material around and to the level of the frame and cover, by the end of the same day on which work is started.  If permanent pavement backfill cannot be completed by the end of the workday, the Contractor must place temporary paving material to the finished grade level of the frame and cover.  The Contractor must maintain the temporary paving smooth and level with the frame and cover until the permanent paving is placed.

       

      All frames, covers, grates, valves, and boxes shall be set flush with the finished pavement surface within a tolerance of ±0.25 inches and shall not rock or create abrupt surface irregularities.

       

      Measurement and Payment

      Adjust Utility to Grade shall be paid for on a per EACH basis. Measurement will be based per individual utility structure adjusted to grade by the Contractor, regardless of the number of adjustment rings, shims, or materials required to achieve finished grade The contract unit price paid for each Adjust Utility to Grade shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in adjusting the utilities to grade including, but not limited to, manhole frames and covers, drop inlet hood and grate, sewer cleanouts, utility boxes, water valves, and monitoring wells to finished grade as shown on the Project Exhibits, as specified in the Standard Construction Specifications and these Special Provisions, and as directed by the City Engineer and no additional compensation will be allowed therefore.

    • Actions on Proposals

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

    • Slurry Seal (Type I or II)

      Slurry seals (Type I or II) shall conform to Section 14-3.03 Seal Coats, 14-3.03A Single Seal, Alternate 1, of the Standard Construction Specifications and Section 37 “Seal Coats” of the 2025 Caltrans Standard Specifications, current International Slurry Seal Association guidelines, and these Special Provisions. Slurry Seal Aggregate shall be Type II per Section 37-2.02C of the State Standard Specification. Type II slurry locations are called out on the Project Exhibits. All other streets in the project area shall be treated with Type I slurry. If the information contained in these documents differs from each other, the following hierarchy shall be followed:

       

      1.    Special Provisions
      2.    2023 Caltrans Standard Specifications
      3.    International Slurry Seal Association guidelines

       

      MATERIALS

      General

      The materials used in slurry seal (Type I or II) shall conform to Section 37 of the 2025 Caltrans Standard Specifications unless otherwise noted in these Special Provisions.

      At least ten working days prior to starting work on placing the slurry seal, the Contractor shall submit a mix design for slurry seal (Type I or II). The design shall be prepared in accordance with the International Slurry Seal Association Design Technical Bulletin No. 111. A change in either the aggregate or emulsion during the course of work will require the preparation of a new mix design. 

      Aggregate shall be 100% crushed with no rounded particles, volcanic in origin and black in color, as supplied by George Reed, Table Mountain, Sonora, CA or approved equal.

      Submittals

      The contractor shall provide material tags for tonnage of the aggregate and emulsion used to show that the application rate of aggregate and emulsion was within the range required by the Special Provisions. If the application rate of aggregate and/or emulsion falls outside the minimum amount required, the Contractor shall reapply the slurry seal on those streets that are determined to have not met the contract requirements.

       

      CONSTRUCTION

      General

      Placement of the slurry seal shall conform to these Special Provisions, Section 37 of the 2025 Caltrans Standard Specifications, and current International Slurry Seal Association guidelines.

      The Contractor shall plan for proper quantities for daily placement of slurry seals so that it can be fully cured prior to removal of all traffic control. All work, including traffic control, must be removed and open to traffic by the deadline of 3:30pm for lane closures. Failure to comply will result in liquidated damages of $5,000 per day.

      Any damage to the slurry seal caused by traffic, except for emergency vehicles, shall be corrected at the expense of the Contractor.

      Traffic control shall consist of full road closure in segments no longer than 500 feet. Approval from the City will be required no less than five working days in advance of closing more than one intersection in close proximity at a time.

      The Contractor shall sequence slurry seal operations such that no resident shall be required to park more than 500 feet from their residence. Streets with full closures shall require a flagger in accordance with and paid for under the Traffic Control Plan item.

      The Contractor shall provide residents with at least one Point of Contact to answer any questions or concerns any resident shall have.  This person(s)’s phone number shall be listed on a notification flyer distributed to affected residents no less than five working days prior to road closure. Should the City receive complaints that the Point of Contact is not reachable or responsive, suspension of work may occur. 

       

      Preparation

      All vegetation on pavement surfaces to be slurry sealed shall be removed completely in advance of the slurry seal and as required by the Engineer.

      The roadway shall be crack sealed no less than 3 weeks prior to slurry seal application.

      Low areas and where the pavement has raveled to create holes, shall be skin patched prior to slurry sealing as required by the Engineer.

      Slurry seal shall not be placed when the atmospheric temperature is below 65 degrees Fahrenheit or during unsuitable weather, unless approved otherwise by the Engineer.

      The Contractor shall remove and dispose of all painted, preformed, and thermoplastic paint markings; and all raised pavement markers prior to placing slurry seal. Removal methods shall conform to Section 15-2.02C of the 2025 Caltrans Standard Specifications. This shall be paid for under "Pavement Surface Preparation".

       

      It is the Contractor’s responsibility to clean pavement surfaces prior to application of the slurry seal. Surfaces shall be free of clay, dust, weeds, and other objectionable materials which may adversely affect bonding of the slurry seal. Cleaning equipment shall be capable of effectively removing clay, dust, and other objectionable materials from the pavement surfaces. The preparation and maintenance of the street surface, to the condition required for proper slurry application, shall be the sole responsibility of the Contractor. The Contractor shall reseal all areas of the pavement which have not been sealed properly and completely or have been damaged by traffic at their own expense.

       

      All surface oil and grease shall be removed, or sealed with emulsified gilsonite or an approved equivalent, prior to application of the slurry seal.

      Contractor shall tie off survey monuments, manholes, water valves, etc. prior to application of the slurry seal. Immediately before commencing the slurry seal operation, all surface metal utility covers (including survey monuments) shall be protected by thoroughly covering the surface with an appropriate adhesive and oiled or plastic paper. No adhesive material shall be permitted to cover, seal, or fill the joint between the frame and cover of the structure. Covers are to be uncovered and cleaned of slurry material by the end of the same work day.

       

      No slurry seal shall be placed until the pavement area has been prepared to the satisfaction of the Engineer, including but not limited to tie downs for striping dimensions.

       

      Equipment 

      The mixing and spreading equipment must have a single or dual auger box to prevent segregation.  The auger box shall be cleaned daily.

      The burlap and rubbers shall be kept clean and free of debris.  The Contractor shall replace the burlap and rubbers daily. The Contractor shall be responsible for cleaning the spreader box and all other necessary equipment at the start of each day and after periods of inactivity where material may have set on the equipment.

       

      Application

      Slurry seal shall be applied onto the gutter lip and cover the fiber utility micro trench but shall not extend more than 3/4 inch onto the gutter lip. Slurry seal application shall be at the rates specified in the 2025 Caltrans Standard Specifications and as approved by the Engineer.

      After the emulsion has broken, the slurry seal shall be rolled with a 6 to 8-ton pneumatic tire roller with a minimum tire pressure of 40 psi. The roller shall be on site prior to the start of slurry placement. Areas which require rolling shall receive a minimum of two (2) full coverage passes.  The pneumatic tire roller shall be inspected to make sure its tires are clean and free from objectionable material prior to beginning operations. 

      Adequate means shall be provided to protect the slurry from damage by traffic until such time that the mixture has cured sufficiently so that the slurry seal will not adhere to, be picked up by, or be damaged by the tires of the vehicles. In the event the slurry seal does not set in 8 hours, the Contractor will not be allowed to place additional material the following day without the approval of the Engineer. If a vehicle drives on the slurry seal prior to it being opened to traffic, the Contractor shall repair the slurry seal at no expense to the City.  

      Areas that are covered by shade or intersections that require to be opened sooner shall receive slurry sand at the request of the City.

      Hand tools shall be available in order to remove spillage. Ridges or bumps in the finished surface will not be permitted.

      The mixture shall be uniform and homogeneous after spreading on the road and shall not show separation of the emulsion and aggregate after settling.

      Any slurry seal tracked onto concrete facilities by the Contractor’s vehicles and equipment or by resident’s vehicles shall be removed by power washing or other means at the Contractor’s expense.

       

      Street Sweeping

      After completing, setting, and rolling of the slurry seal, any loose material shall be immediately removed by sweeping with a vacuum sweeper the day of application. Interim sweeping using a vacuum sweeper shall be accomplished as more loose material appears. At a minimum, interim sweeping shall be accomplished on the 2nd, 3rd, 5th, 7th, 10th,14th, and 21st day after surfacing. A final post construction sweeping of all the slurry seal streets shall be performed 30 days after completion of all of the slurry seal. The entire street surface, including bike lanes, sidewalks and driveways, shall be swept to the satisfaction of the City. No loose material will be allowed in the street, gutters, sidewalks or other areas. If necessary, the Contractor will employ additional vacuum sweepers to remove the loose materials.

       

      The Contractor is required to sweep the road surface immediately prior to applying thermoplastic traffic stripes.

      Final cleaning of the streets shall include removal of any tracked material, misapplied slurry seal, cleaning of all utility covers of any new or old materials, and removal of any miscellaneous debris resulting from construction activities.

       

      Engineer’s Acceptance

      Sampling for testing will be taken of the slurry seal in place, at the contractor’s expense, to determine the amount of material used. Compliance with the mix design will be verified using the City’s testing laboratory of choice, at the Contractor’s expense. The Engineer may sample material from stockpiles, trucks, application equipment, or during application.

      Areas that are damaged or overly segregated, in the opinion of the City Engineer, shall be repaired by the Contractor at no expense to the City. 

       

      Measurement and Payment

      Slurry Seal (Type I or II) shall be paid for on a per SQUARE FOOT basis. Measurement will be based on the actual square feet of Slurry Seal (Type I or II) performed as determined by measurement of the area measured parallel to the ground surface, not including additional quantity used for overlaps. The contract unit price paid for shall include full compensation for furnishing all labor, materials, tools, equipment, incidentals, and for doing all work involved in the slurry seal of asphalt concrete pavement. It includes but is not limited to, surface preparation, crack cleaning and filling, furnishing emulsion, aggregate, additives and water, mix design, asphaltic emulsions, sampling and testing, placement and spreading, protecting the seal until it has set, and street sweeping as shown on the Project Project Exhibits, as specified in the 2025 Caltrans Standard Specifications, these Special Provisions, and as directed by the City Engineer and no additional compensation will be made therefore.

    • Hours of Work

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

    • Thermoplastic Pavement Markings

      Contractor shall replace in kind existing pavement markings except where modifications are shown on the Project Exhibits. All pavement markings (legends) within the project limits shall be thermoplastic and shall be installed by the Contractor as shown on the Project Exhibits and as directed by the Engineer. The work shall conform to Section 48 of the Standard Construction Specifications and these Special Provisions.

      Thermoplastic pavement markings, including numbers and symbols, will be measured and paid for by the square foot for the actual area covered.

       

      Shared roadway bicycle markings (sharrows) shall be placed at the beginning of each bicycle route (in both directions) and at 250-ft intervals, where shown in the Project Exhibits, and as directed by the Engineer. Shared roadway bicycle markings shall conform to the State Standard Plans, the Project Exhibits and these Special Provisions.

       

      Measurement and Payment:
      Thermoplastic Pavement Markings shall be paid per SQUARE FOOT and contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all the work involved in installing the thermoplastic pavement markings as shown on the Project Exhibits, as specified in the State Standard Specifications and as directed by the Engineer and no additional compensation shall be allowed therefore.

    • Bid Prices

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

    • Differing Site Conditions

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

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

       

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

       

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

    • Award and Execution

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

      Bid protests are to be delivered to the following address:

       

      Jesse Yabes
      City of Rancho Cordova
      2729 Prospect Park Drive
      Rancho Cordova, CA 95670

       

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

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

       

      Jesse Yabes
      City of Rancho Cordova
      2729 Prospect Park Drive
      Rancho Cordova, CA 95670

    • Thermoplastic Traffic Stripes

      Contractor shall replace in kind existing traffic stripes except where modifications are shown on the Project Exhibits. All traffic striping within the Project limits shall be thermoplastic and shall be installed by the Contractor as shown on the Project Exhibits and as directed by the Engineer. The work shall conform to Section 48 of the Standard Construction Specifications and these Special Provisions.

       

      New traffic striping shall be installed on each segment of the roadway within seven days that slurry seal is applied to that roadway segment.

       

      New traffic striping of lane lines, crosswalks, and stop bars (skip white and solid white) shall be installed on each segment of the roadway within seven days of application of pavement slurry seal application. If application of lane line striping is not completed on the same day as the application of slurry seal the Contractor shall supply and install temporary pavement markings.

       

      All other required new striping (bicycle lanes, pavement markings) shall be installed within two working days of application of pavement slurry seal application.

      Any failure to install new striping prior to opening the various portions of the roadway to traffic shall necessitate the installation of temporary pavement markings.

       

      Thermoplastic traffic stripes shall be measured and paid for by the linear foot, for the various details referenced in drawings A20A through A20D of the State Standard Plans, along the line of the traffic stripes, without deductions for gaps in broken traffic stripes. A traffic stripe (Detail 9) consisting of a white stripe 4-inches wide, will be measured per lineal foot and each lineal foot shall include one 4-inch-wide stripe. A traffic stripe greater than 4-inches in width (Detail 38) consisting of a white stripe 8-inches wide, will be measured per lineal foot and each lineal foot shall include one 8-inch-wide stripe. A traffic stripe greater than 4 inches in width (Detail 39 and 39A), consisting of a white stripe 6-inches wide, will be measured per lineal foot and each lineal foot shall include one 6-inch-wide stripe. A double traffic stripe (Detail 22) consisting of two, 4-inch-wide yellow stripes will be measured per lineal foot, and each lineal foot shall include two stripes. Crosswalks and stop bars consisting of 12-inch-wide stripe will be measured per lineal foot and each lineal foot shall include one 12-inch-wide stripe, white.

       

      Temporary striping or pavement markings shall conform to the provisions of Section 23-8.02 "Pre-Overlay Preparation" of the Standard Construction Specifications and as specified in these Special Provisions. Portions of roadway shown on the Project ExhIbits to have new traffic markings or striping applied shall be marked with temporary pavement markings for any period of time when said portions of the roadway are open to traffic prior to the application of final striping or marking. Removal of temporary pavement markings, as described above, immediately prior to application of slurry seal or new striping, as appropriate, shall be the responsibility of the Contractor.

       

      The supply, installation and removal of temporary pavement markings within the limits of slurry seal application shall be considered incidental and included in the unit cost paid for the various items of work and no additional compensation shall be allowed, therefore.

       

      Measurement and Payment:
      Thermoplastic Traffic Stripes shall be paid per LINEAR FOOT and contract unit price shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for dong all the work involved in installing the traffic stripes and shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals and for doing all work included in installing temporary pavement markings and shall include full compensation for furnishing all labor, materials, tools, equipment as specified in the State Standard Specifications and as directed by the Engineer and no additional compensation shall be allowed therefore.

    • Contractor's Notification

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

       

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

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

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

      This section includes furnishing and installing pavement markers as shown on the Project Exhibits and the State Standard Plans.  The work shall conform to Section 84 of the State Standard Specifications and these Special Provisions.  Except as otherwise provided in Section 85-1.06 of the State Standard Specifications, pavement markers shall be cemented to the pavement with hot melt bituminous adhesive or Rapid Set type epoxy adhesive.

      Blue reflective pavement markers used to mark fire hydrants shall be placed 6” to the hydrant side of the center stripe or in the center of the roadway when no center strip is present.  Blue reflective pavement markers shall not conflict with permanent traffic stripe and no overlapping shall occur.

      Measurement and Payment

      Fire Hydrant Pavement Markers shall be paid for on a per EACH basis. Measurement will be based on the actual number of Fire Hydrant Pavement Markers installed as determined by actual count. The contract unit price paid for shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals, and for doing all the work involved in furnishing and placing pavement markers, complete in place, including adhesives, and establishing alignment for pavement markers as specified in the State Standard Specifications, these Special Provisions and as directed by the City Engineer, and no additional compensation shall be allowed therefore.

    • Bid Rigging

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

    • Specifications and Plans

      The County of Sacramento, Municipal Services Agency, Standard Construction Specifications (Standard Construction Specifications) inclusive of the Standard Drawings, adopted November 2024, and these Special Provisions, shall control all work to be done under this contract.  Copies of the Standard Construction Specifications may be obtained from the Municipal Services Agency, Land Division and Site Improvement Review, located in the County Administration Building, 827 Seventh Street, Room 304, Sacramento, California, 95814.

       

      State Standard Specifications and State Standard Plans, when referred to, shall be the 2025 Caltrans Standard Specifications and 2025 Caltrans Standard Plans.

       

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

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

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

       

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

       

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

       

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

    • Codes and Legal Requirements

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

       

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

       

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

    • Cooperation

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

       

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

    • Project Record Keeping - Virtual Project Manager (VPM)

      Contractor shall submit daily Progress Reports to the Engineer via the internet utilizing a web site address VPM @ www.virtual-pm.com managed by the City. This web site, “Virtual Project Manager” will be used exclusively by job site foreman to record daily progress, problems, additions/deletions and or request change orders for review by engineers/inspector and Project Manager. A digital camera and daily use of computer and internet access by job site supervisor are required.

       

      Full compensation for Project Record Keeping, as specified herein, shall be considered as included in the prices paid for the various items of work involved as specified in Section 8 3, “Work to be Done Without Direct Payment,” of the Standard Construction Specifications and no additional compensation will be made therefore.

    • Equipment to be Supplied

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

       

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

       

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

    • Notice for Bonds and Insurances

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

       

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

    • Security Deposit in Lieu of Withhold

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

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

    • Contractor Identification

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

    • Labor Nondiscrimination

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

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

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

    • Prevailing Wage

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

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

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

      Davis Bacon Wage Determinations

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

    • Prevailing Wage

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

    • Payroll Records

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

    • Child, Family and Spousal Support Reporting Obligations

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

       

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

    • Retention to Ensure Performance

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

    • Prompt Progress Payment to Subcontractors

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

    • Work to be Done Without Direct Payment

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

    • Compensation Adjustments for Price Index Fluctuations

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

    • Order of Work

      No work may take place prior to receipt of the Notice to Proceed.  When required by the Special Provisions, the Plans, or by the City Engineer with advanced written notification of at least fifteen (15) working days, the Contractor shall follow the sequence of operations as set forth therein.

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

       

      Contractor shall submit a staging and sequencing plan for review and approval for all construction operations and as requested by the City. Sequencing plan shall show how traffic and access to streets and residents will be maintained and pedestrian access through the work zone.  Contractor shall not close any streets without City approval. Contractor shall remove only as much AC that can be placed back that same shift. Contractor shall not close any streets without City approval. Contractor shall only slurry seal as much that can be completed during the same shift. The roadway, or portions thereof, can be closed to vehicular traffic as directed in these Special Provisions and as approved by the City Engineer. Temporary conditions that leave an asphalt surface which is safe to drive on prior to hot mix asphalt placement may be allowed for an extended amount of time. Should the Contractor propose the use of allowing vehicle traffic on a ground (cold planed) or low roadway surface, it must be approved by the City Engineer and sufficiently cleaned and free of debris to the satisfaction of the City Engineer prior to allowing vehicle traffic on it.  Sequencing plans shall be such that residents have access to adjacent streets on street parking during work hours.

       

      Prior to performing any work that requires a lane closure, a Traffic Control Plan, prepared by the Contractor, shall be reviewed and approved by the City of Rancho Cordova.  Traffic Control Plan shall include placement of changeable message signs.

       

      Trash collection day within the project area is scheduled for Monday in the South White Rock Neighborhood, (RC09) and Tuesday in the Stone Creek Neighborhood (RC15). The Contractor will be allowed to coordinate with the trash collection company (Atlas Disposal) to formulate a trash collection plan that does not restrict the project schedule. The trash collection plan must be mutually agreed upon by the Contractor and trash collection company and then approved by the City Engineer.

       

      The Contractor shall not begin roadwork or slurry sealing until drainage inlets are protected from debris and runoff.

       

      At the end of each work day all debris, branches, roots, removed fence, rubbish, and other debris in the work area shall be collected and placed in a suitable disposal bin or pile.  Materials to be used later in construction shall be neatly stockpiled.  All parts of the work shall be left in a neat and presentable condition at the end of the work shift.

       

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

    • Beginning of Work

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

    • Work On/Around Private Property

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

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

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

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

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

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

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

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

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

    • Work On/Around Private Property

      The Contractor’s attention is directed to Section 13-1.01, “Preservation of Property”, of the Standard Construction Specifications. The Contractor shall protect private improvements from damage. On-site private improvements may include, but are not limited to, trees, shrubbery, lawns, irrigation facilities, structures, mailboxes, parking lot pavement, concrete curbing, and driveway pavement. If such objects are damaged, they shall be replaced, repaired and or restored at the Contractor’s expense, to a condition as good or better as when the Contractor entered upon the property, as determined by the Engineer.

       

      During the contract period, the Contractor will not unreasonably interfere with business operations within the project limits or unreasonably delay access to or from private residential driveways. The Contractor, under circumstances within his control, will complete construction in a timely and diligent manner. The Contractor is referred to the “Order of Work” Section and these Special Provisions regarding advance notifications to Project area residents / businesses. The Contractor shall not be allowed to impact or restrict use of any residential or business driveways for more than 48 hours. To meet this schedule the Contractor may submit, for approval by the Engineer, high strength or early strength concrete mixtures or high strength or early strength concrete accelerators or additives at no additional cost to the City.

       

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

       

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

       

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

       

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

       

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

       

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

       

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

    • Right of Way Status

      Except as otherwise noted on the Plans, all work done under this contract shall be conducted within the limits of existing public rights of way and within the limits of Temporary Construction Agreements secured for this work.

    • Progress Schedule

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

       

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

    • Permits, and Licenses, and Certifications

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

       

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

       

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

       

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

       

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

    • Existing Utilities

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

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

       

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

       

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

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

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

       

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

    • Dust Control

      The Contractor shall be responsible for dust control within the project limits and approaches thereto in accordance with Section 17, “Dust Control”, of the Standard Construction Specifications. The Contractor shall conform to all applicable provisions of the referenced section and these Special Provisions. Dust control shall be enforced at all times.

      The Contractor shall provide for watering of all exposed or disturbed earth surfaces at least twice daily. The Contractor shall cover stockpiles of debris, soil, sand or other materials that can be blown by the wind. The Contractor shall sweep the construction area and adjacent streets of all mud and dust as needed. Full compensation for dust control will be considered as included in the prices paid for the various contract items of work and no separate payment shall be made thereof.

    • Air Quality and Noise

      The Contractor is required to comply with all pertinent rules, regulations, ordinances, and statutes of the local noise ordinances as well as of the local air district. The proposed project may result in the generation of short-term construction-related air emissions, including fugitive dust and exhaust emissions from construction equipment. Fugitive dust, sometimes referred to as windblown dust or PM10, would be the primary short-term construction impact, which may be generated during excavation, grading and hauling activities. However, both fugitive dust and construction equipment exhaust emissions would be temporary and transitory in nature. Standard BMP’s to contain fugitive dust should effectively reduce and control emission impacts during construction.

    • Trench & Roadway Excavation

      Trench excavation shall conform to Section 19-1, “Trench Excavation,” of the Standard Construction Specifications and these Special Provisions.  Trench excavation, for the purposes of this project, shall be any excavation for the construction of storm drain improvements within the Right of Way areas.

       

      All utility trenches shall conform to the detail 4-64 “Trench Sections” of the Standard Plans.

       

      No separate payment shall be made for trench excavation.  Full compensation for Trench Excavation, as specified herein, shall include but not be limited to sawcutting, excavation, shoring and bracing, subgrade preparation, compaction, and excess material disposal and shall be considered as included in the prices paid for Saddle Manhole, 12” PVC Storm Drain Pipe and Storm Drain Inlets or other various items of related work and no additional compensation will be made therefore.

       

      After trench and roadway excavation (inclusive of Remove Base & Surfacing), improvement work shall be completed within five (5) working days in accordance with these and any other related specifications.  Failure to complete improvement work as specified above, as determined by the City Engineer, shall result in Liquidated Damages in the sum of ONE THOUSAND DOLLARS ($1000.00) for each and every calendar day beyond the five (5) working days of roadway excavation.

    • Surplus Material Disposal

      Disposal of surplus material shall conform to the provisions in Section 18-2.03 of the Standard Construction Specifications and these Special Provisions, and no additional compensation will be made therefore. The Contractor shall comply with all the provisions set forth in the Sacramento County Land Grading and Erosion Control Ordinance when disposing of surplus material within the City of Rancho Cordova or within Sacramento County. Copies of the Land Grading and Erosion Control Ordinance may be obtained from the Municipal Services Agency Land Grading Section in Room 105, 827-7th Street, Sacramento, telephone number (916) 874 6546. Any questions pertaining to the requirements set forth in the Ordinance should be directed to the above office.

      All excess excavated material, broken concrete, and any other excess material resulting from the construction shall become the property of the Contractor and shall be properly removed from the right-of-way and no additional compensation will be made therefore.

    • Construction Materials & Equipment

      Construction materials shall not be stockpiled on City streets.  If the Contractor requires the use of City streets for construction materials, all construction materials must be removed before the end of the same working day unless approved by City. Contractor must cover the construction materials if a rain event occurs during construction of the project.  City streets shall not be used as a staging area for any of the Contractors construction materials or equipment.  Full compensation for storage of construction materials shall be included in the prices paid for various contract items of work and no additional compensation will be allowed therefore.

    • Cobblestones

      Cobblestones are commonly encountered in City of Rancho Cordova soils. Excavation of the cobblestones may cause sloughing of soils within the excavation. Contractor shall remove cobblestones that protrude more than 2-inches from the excavated face. The Contractor shall stabilize unstable areas immediately if raveling or instability of the soils occurs during the excavation process.

      During horizontal direction drilling (HDD) or trenching, cobblestones may be encountered. No separate payment shall be made for HDD or trenching. No separate payment shall be made for removal of the cobblestones, stabilization, or for placement of backfill material within the project limits. Full compensation shall include but not be limited to excavation, stabilization, subgrade preparation, compaction, excess material disposal and incidentals and no additional compensation will be made therefor.

    Submission Requirements

    • Project Contact (required)

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

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

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

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

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

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

    • DIR Registration (required)

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

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

    • Equal Employment Opportunity Certification (required)

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

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

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

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

    • Public Contract Code Section 10285.1 Statement (required)

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


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

    • Public Contract Code Section 10162 (required)

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

    • Public Contract Code Section 10162 - Explanation (required)

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

      Please explain the circumstances here.

    • Public Contract Code 10232 Statement (required)

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

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

    • Subcontractors? (required)

      Will you be using subcontractors for this project?

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


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

    • Subcontractors (required)

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

    • Years of Experience Under Current Business Name (required)

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

    • Years of Similar Experience (required)

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

    • Failure to Complete Work Satisfactorily (required)

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

    • Failure to Complete Work Satisfactorily - Exceptions (required)

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

      Please explain:

    • Completed Contracts (required)

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

      For each contract, provide the following:

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

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

      For each item, please provide:

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

      Please download the below documents, complete, and upload.

    • IRAN Contracting Affidavit (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

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

      To the CITY of RANCHO CORDOVA
      DEPARTMENT OF PUBLIC WORKS

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

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

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

    • Debarment and Suspension Certification (required)

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

    • Nonlobbying Certification (required)

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

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

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

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

    • Disclosure of Lobbying Activities (required)

      Please download the below documents, complete, and upload.

    • Federal Minimum Wage Rates (required)

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

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

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

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

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

      Please download the below documents, complete, and upload.

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

      Please download the below documents, complete, and upload.

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

      Please download the below documents, complete, and upload.

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

    • CARB Certificate of Reported Compliance (required)

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

    • Certificate Upload (required)

      Upload CARB Certificate of Reported Compliance

    • Additional Information

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

    • Submittal Confirmation (required)

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

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

    • Project Description (required)

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

    • Trash Collection Day (required)

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

    • Federal or Non-Federal (required)

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

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

    • Federal Aid Project ID (required)

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

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

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

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

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

    • Number of Trainees or Apprentices (required)

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

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

      EXAMPLE (5):
      five (5)

    • Estimated Cost (required)

      What is the estimated value or cost of this project?

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

    • Estimated Value (required)

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

    • Contractor's License (required)

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

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

      CONTRACTOR LICENSE REQUIRE: <LICENSE>

    • Number of Working Days (required)

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

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

    • Determination of Lowest Bid (required)

      Complete the following by filling in the highlighted area:

      The lowest bid will be determined based on _________.

    • Liquidated Damages Amount (required)

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

      Be sure to format with both written and numerical amount.

      EX: Five Hundred Dollars ($500)

    Key dates

    1. April 29, 2026Published
    2. May 21, 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.