SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA

    DESIGN BUILD FOR VERTICAL CONVEYANCE PHASES 2 - 4 PROJECT

    Issued by Orange County - California
    countyRFPOrange County - CaliforniaSol. 234184
    Closed
    STATUS
    Closed
    due May 12, 2026
    PUBLISHED
    Apr 28, 2026
    Posting date
    JURISDICTION
    Orange County
    county
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    County of Orange seeks qualified firms for design-build services for vertical conveyance phases 2-4 at John Wayne Airport. This RFP requires project management, compliance with FAA and County regulations, and a 25% Small Business Enterprise participation goal. Proposals are due May 12, 2026, submitted electronically.

    Opportunity details

    Solicitation No.
    234184
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 28, 2026
    Due Date
    May 12, 2026
    NAICS Code
    236220AI guide
    Agency
    Orange County - California

    Description

    The County of Orange, John Wayne Airport (hereinafter referred to as “County”), is soliciting proposals from qualified firms (hereinafter referred to as “Respondents”) for PM PROVIDES.  Respondents must meet the minimum qualifications and requirements as set forth within the RFP and be capable of providing services identified in the Scope of Work herein.

    The proposed schedule below is subject to change.  Any changes to the schedule for the RFP process will be issued to all Respondents via addenda on the County's eProcurement Portal.

    This is a fully electronic Request for Proposals (RFP). Respondents must submit their proposals online via the County’s online bidding system. Only electronic proposals will be accepted. Facsimile and e-mail proposals will NOT be allowed. For assistance on uploading proposals via County’s eProcurement Portal, please contact procurement-support@opengov.com or https://help.procurement.opengov.com/en/.

    All questions or requests for interpretations must be received within this solicitation by Tuesday, May 5, 2026, before 2:00 pm as specified in the solicitation. Respondents are not to contact other County personnel with any questions or clarifications concerning this solicitation. Verbal clarifications or responses will not be considered binding.

    Background

    John Wayne Airport (“JWA” or “Airport”) in Orange County, California, is classified as a medium hub in the Federal Aviation Administration’s (“FAA”) National Plan of Integrated Airport Systems (NPIAS). It is a primary commercial service airport that handles between 0.25% and 1.0% of total U.S. passenger boardings. Medium hubs are defined by the FAA as airports that account for at least 0.25% but less than 1.0% of total annual passenger boardings in the United States, placing JWA in the medium hub category. JWA serves as the primary commercial gateway to Orange County and features a unified passenger facility known as the Thomas F. Riley Terminal. The facility is divided into three distinct sections: Terminals A, B, and C. Terminals A and B were originally built and opened to the public in 1990. To accommodate growing passenger demand and international service, the airport expanded with the opening of Terminal C in 2011, which added six bridged aircraft gates and a new federal inspection facility. These three terminals collectively manage approximately 11.7 million annual passengers across 22 gates.

    The Airport features full interconnectivity between Terminals A, B, and C on both the landside and airside. Before passing through security, passengers can walk freely across the upper-level Departures area or lower-level Arrivals area to access ticketing, baggage claim, or ground transportation. Once through security, the “airside” concourse is completely seamless and sterile, allowing travelers to walk between all 22 gates without having to exit and re-enter a checkpoint. JWA operates in compliance with the Transportation Security Administration (“TSA”) mandates outlined in the Code of Federal Regulations (“CFR”) Title 49. Specifically, as a primary commercial service airport, JWA maintains a TSA-approved Airport Security Program (“ASP”) as required by 49 CFR Part 1542, which governs the secure operation of the airfield, terminal areas, and the screening of persons and property. These regulations require the airport to designate a 24-hour Airport Security Coordinator (“ASC”), provide adequate law enforcement support for checkpoints, and strictly enforce identification standards, including the REAL ID requirements. JWA operates under a Settlement Agreement. The Settlement Agreement, established in a 1985 accord (amended in 2003 and 2014), enforces caps on noise and capacity. Under the current terms, which extend through 2035, JWA maintains a mandatory nighttime curfew prohibiting commercial departures between 10:00 p.m. and 7:00 a.m. (8:00 a.m. on Sundays) and arrivals between 11:00 p.m. and 7:00 a.m. Furthermore, the agreement mandates a “Million Annual Passenger (“MAP”) Cap,” which currently limits the airport to 11.8 million passengers per year through 2026 for the largest of aircraft (“Class A”) to ensure long-term noise protection for the surrounding corridor communities.

    Project Details

    • Reference ID: 280-3012902-JM (Step Two of a Two Step Procurement)
    • Department: John Wayne Airport
    • Department Head: Charlene Reynolds (Airport Director)

    Important Dates

    • Questions Due: 2026-05-05T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-29T17:00:00.000Z — John Wayne Airport, 18601 Airport Way, Santa Ana, CA 92707, Terminal A, by bag carousel #1

    Addenda

    • Official Notice #1: Pre-submittal Meeting Attendance Sheet (released 2026-04-29T19:28:33.355Z)

    Evaluation Criteria

    • Firm’s Background, Qualifications & Experience (175 pts)
      1. Company Background and Data
        1. Include an overview of firm and brief description of the firm’s history including:
          1. Length of time in business;
          2. Services provided relevant to the RFP;
          3. Describe the Respondent’s experience in performing work of a similar nature to that solicited in this RFP; and
          4. List certifications and/or affiliations that may be relevant to this RFP.
        2. Provide the following information: 
          1. Name and title of person(s) authorized to bind the Respondent;
          2. Main office address; and
          3. Telephone number
        3. List any previous or current contracts with the County of Orange within the last five (5) years. Include:
          1. Agency/Department name, address and contact person;
          2. Contract Number; and
          3. Contract Amount 
        4. Provide a general description of the firm’s prime contractor (if applicable, subcontractor’s) financial condition and identify any conditions (e.g., bankruptcy, pending litigation, planned office closures, or impending merger) that may impede Respondent’s ability to complete the services.
      2. Experience
        1. Descriptions of at least three (3) recent similar projects that the firm has completed (public sector and airport-related experience preferred).  
          1. Include project name, date, and location, 
          2. Include client name and describe the scope of work, 
          3. Describe any obstacles encountered and project outcome, and 
          4. Describe, including experience with successfully coordinating and maintaining project schedules while staying on budget.  
        2. Describe experience developing strategic plans for local governments and knowledge of real estate development including permitting, financing, design, construction, land-use, and environmental planning. 
        3. Describe experience conducting departmental needs assessment studies for office space planning, parking, etc. 
        4. Describe experience with infrastructure planning. 
        5. Describe comprehensive capabilities in public outreach and engagement.  
        6. Provide a description of Respondent’s success in facilitating working sessions and distilling meeting content and feedback into thematic areas for recommendations. 
        7. Provide examples of creating executive-level visual collateral, such as reports and graphics. 
        8. Describe additional relevant information concerning the services offered in this RFP that it considers important in evaluating its services.
    • Key Personnel/Proposed Staffing (150 pts)
      1. Assigned personnel must have a minimum of five (5) years of expertise and experience with emphasis on the public sector with depth and breadth of services available.
      2. Describe the Respondent’s team that is being proposed for the project which includes completing the Key Personnel/Staffing Plan located in the Vendor Responses section.  Provide a brief background of each team member’s experience and the roles and responsibilities they will play in the project. 
      3. Team organization including an identification of the lead Contractor, project manager, and key personnel who will be working on the project. An organizational chart and description of the project team may be included. Key members of the project team should be included in the organizational chart. 
      4. Clearly identify the prime contractor and any sub-contractors or sub-consultants, if relevant, and the general roles of each on the project. 
      5. A statement of qualifications for all team members including resumes and educational background. One-page resumes of all key personnel should be provided (one page per person). The office locations of each team member should be specified on the resumes. The submittal should, as a part of the information provided for subcontractors, include the names, locations, and general roles of the project team members. 
    • Quality/Effectiveness of Work Plan/Project Approach (125 pts)
      1. Provide an outline, detailed description of the process, and a comprehensive timeline for accomplishing the services outlined in the Scope of Work.
      2. The Respondent should document a clear understanding of the scope of services.
      3. The Respondent should describe the current challenges and opportunities specific and how your company is best suited to assist the County in facing those challenges and opportunities.
      4. An explanation of how the Respondent will adhere to the scope of work narrative including an explanation of the following: 
        1. An indication of your understanding of the project. Other factors that may be relevant to the requested services. 
    • Organization/Completeness of Response (25 pts)
      1. Response demonstrates understanding of project and objectives as it relates to the scope of work.
      2. Response demonstrates requirements are addressed and adhered to.
      3. Response is complete, comprehensive, and well-organized.
    • Compliance with the County Model Contract (25 pts)

      *Note:  Respondents submitting exceptions to the County Model Contract of this RFP, will receive a score of “0” for this criterion.

    • Presentation/Interview Scoring Format: 400 points maximum: (400 pts)

      County reserves the right to conduct, or to not conduct, oral interviews and/or presentations with the highest-scored Respondent(s). The decision whether to conduct oral interviews/presentations rests solely with County and the decision of the DPA is final. Respondents shall be ready to attend interview within five (5) calendar days of notification. Any inquiry to determine the responsibility of a Respondent to this RFP may be conducted. Respondent agrees that the submission of a Response is permission by Respondent for County to verify all information contained therein. If County believes it necessary, additional information may be requested from Respondent. The County may also send written questions and ask for written responses within five (5) business days. Failure to comply with any such request may disqualify a Respondent from further consideration. Respondents must be prepared to discuss all aspects of their Response in detail, including technical questions. Respondents will not be allowed to alter or amend their Response through the use of the presentation process.

      NOTE: If interview/presentations are not conducted, the Written Response shall account for 900 total points of the scoring.

    • Cost Proposal (100 pts)

      The Response with the lowest cost receives the maximum points allowed for this criterion. All other proposals receive a percentage of the points available based on their cost relationship to the lowest-priced Response. Cost proposals are to be submitted at the time of the interview, in a sealed envelope.

       

      Should any Preference Policies apply, the Preference Policy Applicable to Cost Proposal criteria will be scored.

    Submission Requirements

    • PART 1: COMPLIANCE STATEMENTS

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Cover Letter/Executive Summary (required)

      All Responses must be accompanied by a cover letter of introduction and executive summary of the Response. The cover letter must be signed by person(s) with authority to bind the Respondent.

      If the Respondent is a corporation, two (2) signatures are required: one (1) signature by the Chairman of the Board, the President or any Vice President; and one (1) signature by the Secretary, any Assistant Secretary, the Chief Financial Officer or any Assistant Treasurer. The signature of one person alone is sufficient to bind a corporation, as long as he or she holds corporate offices in each of the two categories described above. For County purposes, proof of such dual office holding will be satisfied by having the individual sign the instrument twice, each time indicating his or her office that qualifies under the above-described provision. In the alternative, a single corporate signature is acceptable when accompanied by a corporate resolution demonstrating the legal authority of the signatory to bind the corporation.

      An unsigned or improperly signed Response submission is grounds for rejection of the Response and disqualification from further participation in this RFP process. All Responses shall include this Cover Page with appropriate signatures as required.

    • Validity of Response (required)

      The County requires that all response be valid for at least three hundred five (365) calendar days. Submissions not valid for at least three hundred and sixty-five (365) days will be considered nonresponsive. The Respondent shall state the length of time for which the submitted response shall remain valid below: 

      Please state 365 calendar Days if your response will be valid for that period of time.  If your response will be valid for a different period of time please list the appropriate number of calendar days. 

    • Certification of Understanding (required)

      The County assumes no responsibility for any understanding or representation made by any of its officers, employees or agents during or prior to the execution of any Contract resulting from this solicitation unless: 

      1. Such understanding or representations are expressly stated in the Contract; and 
      2. The Contract expressly provides that the County therefore assumes the responsibility. 

      Representations made but not expressly stated and for which liability is not expressly assumed by the County in the Contract shall be deemed only for the information of the Respondent. 

      Respondent certifies that such understanding has been considered in this response.

    • Minimum Qualifications/Requirements Statement (required)

      The Respondent certifies that it has thoroughly examined the County’s requirements and meets all minimum qualifications and requirements set forth in this RFP.

    • Documents Required After Award (required)

      Proposer understands and agrees that upon recommendation of contract award, CMARE will be required to submit the following documents within ten (10) days of notification by County, unless otherwise specified in the RFP:

      1. Insurance Certificate(s) of Insurance including additional Insured Endorsement(s) (see Model Contract).
      2. W-9 Current signed form W-9 (Taxpayer Identification Number & Certification) which includes D-BE’s legal business name(s).
      3. Signed Contract – Selected CMARE will be required to sign a contract upon award.  If CMARE is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
    • Certificate of Insurance (required)

      The Respondent shall certify its willingness and ability to provide the required insurance coverage and certificates as set forth in the Model Contract.

    • Department of the Treasury, Internal Revenue Service Form W-9 Requirements

      All Contractors will be required to submit to County a federal Form W-9, or form W-8 for foreign vendors.  County will inform Contractor, at the time of award, if the Form W-9 or W-8 will be required.

      In order to comply with this County requirement, within ten (10) days of notification of selection of award of Contract but prior to official award of Contract, the selected Contractor agrees to furnish to the agency Deputy Procurement Agent (DPA) the required W-9 or W-8.

      You may upload the appropriate form here or comply within the ten (10) days as described above. 

    • Conflict of Interest (required)

      Does the Respondent have an existing relationship with the County, past or current, for any financial or business reasons, or any other reason?

      An answer of "NO" shall be considered as Respondent certifying that no relationship exists or has existed as outlined below. An answer of "YES" will allow you to disclose the necessary information to the County.

      Respondent with an existing or past relationship with the County, for any reason, shall answer "YES" to this question and disclose:

      1. Any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.
      2. Any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.
    • Conflict of Interest Follow Up Question 1 (required)

      Disclose any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.

    • Conflict of Interest Follow Up Question 2 (required)

      Disclose any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.

    • Skilled Apprentice Requirements (required)

      By confirming here, Respondent certifies an enforceable commitment to the County of Orange to meet the requirements of PCC 22164 (c). 

    • Skilled and Trained Workforce Commitment (required)

      By confirming below, Respondent provides an enforceable commitment that it and its subcontracts at every tier will use a skilled and trained workforce to perform all work on the Project that falls within an apprenticeable occupation in the building and constructions trades as required by Public Contract Code 22185.3(b). Respondent understands that it will not be evaluated for selection unless this commitment is provided.

    • Compliance with Public Contract Code Section 20146(c) (required)

      Respondent provides an enforceable commitment that it and its subcontracts at every tier will use a skilled and trained workforce to perform all work on the Project that falls within an apprenticable occupation in the building and constructions trades as required by Public Contract Code 20146(c). Respondent understands its response shall not be considered unless this commitment is given.

    • Liquidated Damages (required)

      State YES or NO that you are aware of and agree to the Liquidated Damages Clause below, which will be a part of an ensuing contract.

      In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of TBD per day for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE.

      If the Liquidated Damages exceed the unpaid balance of the Contract Price otherwise owed to CMARE, then CMARE shall immediately pay County the difference.

    • Statement of Compliance (required)

      A statement of compliance with all parts of this RFP or a listing of exceptions and suggested changes must be submitted in response to this RFP. 

      • Yes = No Exceptions: This response is in strict compliance with said RFP, including, but not limited to, the terms and conditions set forth in the Contract and its Attachments, and no exceptions thereto are proposed. 


      • No = Exceptions: If there are any proposed exceptions, this response shall proceed to upload a list of any and all exceptions in accordance with the instructions provided after "No" is selected.

      Note: Respondents submitting exceptions to the County Model Contract listed in this RFP will receive a score of “0” for that criteria.

    • Attachment for each proposed exception must include: (required)
      1. The RFP page number and section of the provision Respondent is taking exception to; 
      2. The complete provision Respondent is taking exception to; 
      3. The Respondent’s suggested rewording; 
      4. Reason(s) for submitting the proposed exception; and 
      5. Any impact the proposed exception may have on cost, scheduling, or other areas.
    • Non-Collusion Affidavit (required)

      Each Respondent must execute the Non-Collusion Declaration contained in the RFP and submit it with the Response.

      The County of Orange may require that the Respondent, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors. The County of Orange does not conduct business with Respondents who engage in the act of Collusion. 

    • Non-Collusion Declaration - A (required)

      Has your firm ever initiated discussions with competing consulting firms about the payment structure of an existing or potential future contract with the County of Orange? Respondent must select one (1).

      If Respondent selects Yes answer, Respondent must provide a brief explanation below. A “Yes” answer may preclude you from moving forward in the RFP Process. Respondent must certify both questions below: 

    • Reason for Collusion: (required)
    • Non-Collusion Declaration - B (required)

      If not, has your firm participated in any discussions with competing firms in an effort to influence the payment structure for existing or potential County contracts? Respondent must select one (1). A “Yes” answer may preclude you from moving forward in the RFP Process. 

    • Provide names of competing firms: (required)
    • Iran Contracting Act Certification Form (required)

      Please download the below documents, complete, and upload.

    • Certification Regarding Debarment (required)

      Please download the below documents, complete, and upload.

    • In-Use Off-Road Diesel-Fueled Fleets Regulation form (required)

      Please download the below documents, complete, and upload.

    • The Levine Act: County of Orange Campaign Contribution Disclosure (required)

      The Levine Act compliance is a minimum submittal requirement of this solicitation. 

      Please complete and sign  the County of Orange Campaign Contribution Disclosure Form attached hereto. A proposer’s failure to provide a completed and signed copy will render its proposal as incomplete and nonresponsive. 

    • Small Business Enterprise (SBE) Participation (required)

      Confirmation that your team is including a 25% goal for certified SBE participation.  This may be achieved through sub-contracting the work or through the prime being certified as an SBE.  The 25% goal is achieved throughout the overall contract term. If participation is not achieved, Respondent shall submit Good Faith Effort (GFE) demonstrating attempt to achieve participation.

    • Small Business Enterprise (SBE) Certification(s) (required)

      Please download the below documents, complete, and upload. Also, include any SBE certifications that are applicable. 

    • FAA Certification of Compliance (required)

      Please complete and sign the FAA Certification of Compliance Form attached hereto. A Bidder's failure to provide a completed and signed copy will render its bid as incomplete and nonresponsive. 

    • Litigation against County of Orange in the past seven (7) years (required)

      Respondent must certify either Yes or No:

      1. (Yes) Respondent certifies current/past litigation as follows:

        1. Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against County of Orange in the past seven (7) years.

      2. (No) Respondent certifies that Respondent or any proposed subcontractors do not have any past or current litigation described above. 
    • Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving any proposed subcontractors, or any company that holds a controlling interest in subcontractor firm(s), against County of Orange in the past seven (7) years. (required)
    • Name/Ownership Changes: (required)

      Respondent must certify either Yes or No below:

      1. (Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:

        1. Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.

      1. (No) Respondent certifies that Respondent or any proposed subcontractors have not had any company name change or ownership changes in the past seven (7) years.

    • Respondent shall provide detailed information regarding any company ownership changes (including legal business names) in the past seven (7) years.  (required)
    • Political Reform Act Confirmation (Statement of Economic Interest - Form 700) (required)

      Check the box to confirm - If subject to the Political Reform Act, Respondent shall conform to all requirements of the Act.

      Failure to do so shall constitute a material breach and is grounds for immediate termination of the Contract by County. Respondent shall indemnify and hold harmless County for any and all claims for damages resulting from Respondent’s violation of this Section. 

    • Contractor Safety (required)

      Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor  Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and  Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation  and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall  comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor  shall submit other safety programs that pertain to the type of job that will be performed on site. County  reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect  of safety performance under this Contract.

    • Homeless Service System Pillars Attestation (required)

      Please download the below documents, complete, and upload.

    • Safety Data Sheets (SDS) (required)

      Contractor is required to provide a Safety Data Sheet (SDS) compliant with California Code of Regulations, Title 8, Section 5194, for each hazardous substance that is provided, used or created as part of the goods or  services provided by Contractor to County. The SDS for each substance must be sent to either the County  Project Manager, as specified in the “Notices” provision of this Contract, or to the place of shipment or  provision of goods/services.

    • Contract Signatures (required)

      Upon recommendation of contract award, Respondent will be required to submit the Signed Contract within ten (10) days of County notification, unless otherwise specified in the RFP.

      Selected Respondent will be required to sign a contract upon award. If selected Respondent is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation. 

    • FEDERAL AVIATION ADMINISTRATION (FAA) REQUIREMENTS (required)

      I have read and understood the FEDERAL AVIATION ADMINISTRATION (FAA) REQUIREMENTS 

    • I HAVE READ, UNDERSTOOD AND AGREE TO ALL STATEMENTS IN THIS REQUEST FOR PROPOSAL, AND TO THE TERMS, CONDITIONS AND ATTACHMENTS REFERENCED HEREIN (required)
    • PART 2: COMPANY PROFILE & REFERENCES

      Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.

      *indicates that it is required.

    • Company Legal Name: (required)
    • Company Legal Status (corporation, partnership, etc.): (required)
    • Active licenses issued by the California State Contractor’s License Board: (required)

      Enter License Number

    • DIR Registration No: (required)

      Please enter your DIR (Department of Industrial Relations) Public Works Registration Number.

    • DVBE Certification No: (required)

      To be certified as a Disabled Veteran Business Enterprise by the County of Orange, a business shall meet (1) and (2) below:

      1. Must be certified as a DVBE by the State of California Department of General Services (DGS); and, 

      2. DGS DVBE requirements must be valid at the time of bid/proposal submittal.

    • SBA Certification No: (required)

      Enter certification number

    • SAM.gov Confirmation (required)

      Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.

    • Corporate Office Address (required)

      What is the address of the company's corporate office? Please provide the full street/mailing address.

    • Local Business Address(es): (required)

      Please provide the local business address for the company named above. If there are multiple local addresses then please provide all.

    • Telephone Number: (required)
    • Fax Number: (required)
    • Email Address: (required)
    • Length of time Respondent has been in business: (required)
    • Length of time at current location: (required)
    • Is your firm a sole proprietorship doing business under a different name? (required)
    • If yes, please indicate sole proprietor’s name and the name you are doing business under: (required)
    • Is Respondent incorporated? (required)
    • If yes, State of Incorporation: (required)
    • Contract Signature Authority - Executive Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Executive Signer Authority comes from the President, Vice-President, or Chairperson of the Board.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority - Financial Signature (required)

      If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority.  The Financial Signer Authority comes from the Secretary, Assistant Secretary, Chief Financial Officer, or Treasurer.

      • Contact Full Name:
      • Contact Number:
      • E-mail Address:
    • Contract Signature Authority (required)

      If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.

      • Contact Full Name:
      • Contact Title:
      • Contact Number:
      • E-mail Address:
    • Unique Entity Identifier Number (UEI) (required)

      The County requires a valid UEI number and complete registration.  Your company may obtain one at no cost at https://sam.gov/entity-registration. 

    • Federal Taxpayer ID Number: (required)
    • D-U-N-S Number (required)

      Please provide your company's DUNS number. 

      The County requires a valid D-U-N-S number prior to Contract Award. If needed, your company may obtain one at no cost at www.dnb.com.  If you are unable to provide/obtain a D-U-N-S number, please indicate so in lieu of the number.

    • California Secretary of State registration - active and in good standing (required)

      Please upload your active certificate from the California Secretary of State.

      CA Sec. of State Verification Link = https://bizfileonline.sos.ca.gov/search/business

    • Regular business hours: (required)
    • Regular holidays observed: (required)
    • Contact person in reference to this RFP: (required)

      Please include the following information in this response and note that this person is responsible for monitoring and responding to all communications for this solicitation:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Accounts Payable: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Contact person for Project Manager: (required)

      Please include the following information in this response:

      1. Contact Person Full Name:
      2. Telephone Number:
      3. Fax Number:
      4. Email Address:
      5. Mobile Number:
    • Company Emergency Contact (required)

      State the following for the emergency contact person in reference to this services:

      • Full Name (First and Last) of contact during non-business hours
      • Telephone Number (including area code)
      • Fax Number (including area code), if applicable
      • Cell Phone Number (if different than regular phone)
      • Full Email Address
    • References (required)

      Respondent must demonstrate successful prior performance of comparable services in the public sector arena and provide a minimum five (5) references with three (3) references from public sector entities, including airports and clients that are comparable to the County of Orange for which these types of services have been performed within the past five (5) years.  References cannot be from one of the County of Orange departments or from more than one of the same entity.

      Please provide the following information for each of the five references: 

      • Company Name
      • Contact Name
      • Email Address 
      • Telephone number 
      • Address
      • Contract Effective Dates
      • Contract Amount
      • Brief Contract Description
    • Orange County Projects (required)

      State the number of projects the Prime has completed in Orange County.

    • PART 3: RESPONDENT'S RESPONSE

      Responses must be prepared simply and economically, providing a straightforward, concise description of capabilities to satisfy the requirements of this RFP.  Emphasis should be on completeness and clarity of content with sufficient detail to allow for accurate evaluation and comparative analysis. Response (Part 3) shall not exceed the NO VALUEPage Limit. No Exceptions.

      Note: Responses that exceed the page limit noted above will be disqualified from further consideration. 

      Part 3 - Respondent’s Responses (counts toward the page limit): All required responses in this section count toward the page limit. Additionally, each required item must be submitted on its own page. Combining multiple items on a single page to reduce the page count is not permitted and will result in disqualification.

    • Respondent's Response (required)

      Please upload responses for each of the Scoring Criteria.

      All pages provided in this section will be counted against the Respondents 25 page limit.

    • Qualifications and Related Experience/Technical Expertise

      This section of the Proposal will establish the ability of Respondent company or team to satisfactorily perform the required work by reasons of experience in performing services of a similar nature, demonstrated competence in the services to be provided, strength and stability of the team, staffing capability, workload, record of meeting schedules on similar projects, and supportive client references. As part of its response to the following, Respondent should justify how the minimum qualifications/requirements specified below have been satisfied.

      1. Respondent shall provide:
        1. A brief profile of your firm, including the name, a brief history, description of your firm, types of services offered;
          1. The year founded;
          2. Form of the organization (corporation, partnership, sole proprietorship)
          3. Number of employees
          4. Size and location of offices
          5. Staff and technical capabilities and the type of services that the Respondent is qualified to perform, including any discipline where the Respondent has special expertise.
        2. Describe the Respondent’s experience in performing work of a similar nature described in Attachment A, Scope of Work of the Model Contract.
        3. Describe the Respondent’s experience providing the Services described in Attachment A, Scope of Work of the Model Contract to other governmental agencies in California.
        4. Describe at least three (3) project examples completed in Southern California in the past five (5) years, that demonstrate the Respondent’s qualifications, experience, ability to control costs and adhere to project schedules to accomplish the services noted in Attachment A, Scope of Work of the Model Contract (included in Section III, of this Request for Proposal).
          1. Include the following information for each project: project description and location, project schedule including start and completion dates, description of services provided, total cost of services provided, project progress reporting, schedules performance, key personnel utilized, and photos.
        5. Evidence to demonstrate that Respondent’s personnel and/or firms are licensed in all areas relevant to this Contract.
      1.  
    • Proposed Staffing/Key Personnel Plan (required)

      Respondent shall use County form provided, otherwise all other pages used for this section will be counted against Respondent’s page limit.

    • Respondent's confirmation re: Key Personnel (required)

      CMARE understands that the personnel represented as assigned to the Contract must remain working on the Contract throughout the duration of the Contract unless otherwise requested or approved by the County. Substitution or addition of CMARE’s key personnel in any given category or classification shall be allowed only with written approval of the County’s Project Manager. Note: The written approval of substituted CMARE Key Personnel is for the departmental use only and shall not be used for auditing purposes outside OC Public Works.

      CMARE may reserve the right to involve other CMARE personnel, as their services are required. The specific individuals will be assigned based on the need and timing of the services/classification required. Assignment of additional key personnel shall be subject to County Project Manager written approval. Note: the written approval of additional CMARE Key Personnel is for departmental use only and shall not be used for auditing purposes outside OC Public Works. County reserves the right to have any CMARE personnel removed from providing services to County under this Contract. County is not required to provide any reason for the request for removal of any CMARE personnel.

    • Approach/Understanding of Project (required)

      Respondent shall provide a brief narrative that addresses the services noted in the Scope of Work and demonstrates the Respondent’s understanding of County’s needs and requirements.

      1. Respondent shall:
        1. Describe the Respondent’s understanding of the County’s needs and the proposed approach for effectively providing the services specified within the Scope of Services.
        2. Provide proposed methods of approaching/completing the Project, including identification/acknowledgement of general issues and the necessary resources/solutions to accomplish the required services.
        3. Any recommended changes or additions to the scope of work that would better serve the County’s goals.
    • Proposal Organization/Completeness of Response (required)
    • Type of Request for Proposal: (required)

      Please select the type of RFP you are wanting for your solicitation.

    • Project Address(es) (required)

      Insert Project Address(es) here:

    • Liquidated Damages Amount (required)

      Please enter the Liquidated Damages amount (highlighted section below for reference)

      "In accordance with Government Code Section 53069.85, CMARE agrees to forfeit and pay to County the sum of <insert amount> per day (“Liquidated Damages”) for each calendar day that completion of all the work required by the Contract Documents is delayed beyond the Contract Time, or specified portion of work if designated in a GMP, as may be adjusted by Change Order. County may deduct such sum from any payments due to or to become due to CMARE."

    • A-E Name (required)

      What is the firm name of the Architect-Engineering firm providing bridging documents, requirements and other related supporting technical documents for this project?

    • A-E Address Part 1 (required)

      What is the street/office address of the above named A-E for this project?

      Only the street/office address should be given here, you will be asked to provide the City, State, and ZIP Code in the next question.

    • A-E Address Part 2 (required)

      For the above noted A-E Address, what are the City, State, and ZIP Code?

    • Stipend Amount (required)

      This RFP states:

      When the project award is brought to the Board of Supervisors for approval, staff will request the Board to approve a stipend in the amount of $<0> to each Respondent not awarded the Contract.

      What is the stipend amount that you wish to state? Please state only the numeric value without using a dollar sign. If there is no stipend amount, you may skip this question and it will default to $0.

      EXAMPLE (if $1,000)
      1,000.00

    • Is this a Construction project over $5 Million (required)
    • Was a Request for Qualification (RFQ) required as a 1st step for this RFP? (required)
    • Enter the Phase 1 RFQ # (required)

      Provide the full RFQ # that occurred prior to this RFP? 

      EXAMPLE:
      017-FF#-XXX

    • Description of Services (required)

      Please provide a brief description of services being requested for your solicitation.

    • Does this solicitation require any of these? (required)
    • Is there a license(s) requirement for this project.

      Please enter the license(s) requirement for this project.

    • Staffing Plan? (required)

      Do you want vendors to submit a staffing plan for this project?

    • Pre-Submittal Meeting and Site Visit (required)
    • Respondents Proposal Maximum Page Limit (required)

      Enter the maximum # of pages allowed for the respondent's proposal.

    • Will you need a pricing table section for bidders? (required)

    Key dates

    1. April 28, 2026Published
    2. May 12, 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.