Active SLED Opportunity · CALIFORNIA · ORANGE COUNTY SANITATION DISTRICT, CA

    On-Call Odor Control Services

    Issued by Orange County Sanitation District, CA
    educationIFBOrange County Sanitation District, CASol. 248291
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 28, 2026
    PUBLISHED
    Mar 31, 2026
    Posting date
    JURISDICTION
    Orange County
    education
    NAICS CODE
    562910
    AI-classified industry

    AI Summary

    OC San seeks contractors for on-call odor control services including installation and modification of portable odor control equipment at wastewater facilities. Contract term is July 2026 to June 2027 with renewal options. Compliance with safety, licensing, and environmental regulations required. Bids due April 28, 2026.

    Opportunity details

    Solicitation No.
    248291
    Type / RFx
    IFB
    Status
    open
    Level
    education
    Published Date
    March 31, 2026
    Due Date
    April 28, 2026
    NAICS Code
    562910AI guide
    Agency
    Orange County Sanitation District, CA

    Description

    OC San is seeking a Contractor to perform modifications to or installations of portable equipment and temporary odor control systems. Work may be performed in the collection system and at both wastewater treatment facilities.

    Project Details

    • Reference ID: S-2026-726
    • Department: Procurement
    • Department Head: - (-)

    Important Dates

    • Questions Due: 2026-04-13T21:00:00.000Z

    Evaluation Criteria

    • Bid Cost

      Bid cost shall be submitted electronically to the OpenGov Procurement solicitation.

    • Purchase Order Contract Term

      The goods/services provided under this Purchase Order Contract shall be delivered as outlined in the Scope of Work.

      The term of this Purchase Order Contract shall begin on 7/1/2026 through 6/30/2027. OC San may exercise the option to renew the Purchase Order Contract for up to four (4) one-year periods based upon the criteria set forth in these specifications if mutually acceptable contract terms can be negotiated.

    • Contract Term

      The goods/services provided under this Purchase Order Contract shall be delivered as outlined in the Scope of Work.

      The term of this Purchase Order Contract shall begin on _____ through ______. OC San may exercise the option to renew the Purchase Order Contract for up to four (4) one-year periods based upon the criteria set forth in these specifications if mutually acceptable contract terms can be negotiated.

    • OC San's Contractor Safety Standards and Human Resources (HR) Requirements

      OC San requires all contractors and service providers to follow and ensure their employees and all subcontractors follow all State and Federal regulations as well as OC San requirements while working at OC San locations. If during the course of a contract, it is discovered that OC San policies, safety manuals, or contracts do not comply with State or Federal regulations, then the Contractor is required to follow the most stringent regulatory requirement at no cost to OC San. Contractor and all their employees and subcontractors shall adhere to all applicable Contractor Safety Standards and Human Resources Policies found at www.ocsan.gov click “Public Information,” then select “Document Center”. Filter by Department: Click Human Resources, then filter by Sub Departments: click “Safety Policies” to access the Contractor Safety Standards 2024-11-05 (Rev11) and Safety Standard Operating Procedures (SOPs).

    • Bid Cost

      Bid cost must be submitted electronically through Orange County Sanitation's OpenGov Procurement portal. The online bid line item(s) for submission of your bid will only be available to your company if an employee attended the mandatory job walk.

    • Spill Response Plan

      The awarded Contractor shall have and maintain an effective spill response plan to minimize environmental impacts. Said plan must be forwarded in writing to OC San approximately 30 calendar days after the award of the Purchase Order Contract. Drivers shall be trained accordingly.

    • Contract Term

      The goods/services provided under this Purchase Order Contract shall be delivered as outlined in the Scope of Work.

      The term of this Purchase Order Contract shall be within ___ calendar days from the effective date of the Notice to Proceed.

    • Instructions to Qualify an Approved Equal

      Requests for approved equals must be received by OC San in writing no later than 2:00 pm on Monday, April 13, 2026. Any request for an approved equal must be fully supported with brochure, technical data, test results, or other pertinent information as evidence that the substitute offered is equal to or better than the specification requirements. Please email to jarbiso@ocsan.gov.

      The burden of proof as to the equality, substitutability, and compatibility of the proposed alternates or equals shall be upon the Bidder, who shall furnish all necessary information at no cost to OC San. OC San shall be the sole judge as to the equality, substitutability, and compatibility of the proposed alternates or equals.

      All Bidders will be notified of all OC San approved equals in an upcoming addendum for this Invitation for Bids no later than April 16, 2026.

      Please see Section Confidential Information as to instructions for the communication of Confidential information to OC San.

    • Bid Pricing

      All pricing and evaluative material contained in submitted bids must be valid through the Purchase Order Contract term. At no time shall the bids be altered.

    • Material Safety Data Sheet (MSDS)

      Awarded Contractor will be required to comply with OSHA's Hazard Communication Standards and must be sent to OC San prior to any deliveries. A copy will remain on file throughout Purchase Order Contract period. An MSDS will accompany each shipment.

    • Contract Renewals

      OC San may exercise the option to renew the Contract for up to four (4) one-year periods  based upon the criteria set forth in these specifications if mutually acceptable Contract terms can be negotiated.

    • Cooperative Agreement

      OC San shall allow the Orange County Water District (OCWD) the availability of the same pricing terms for services identified in this solicitation. Bidders shall indicate on their bid submittal whether they shall extend pricing to OCWD. Inclusion is not mandatory and will have no bearing on the contract award.

      If Contractor agrees to extend pricing to OCWD, the Contractor shall offer traffic control services to OCWD under the terms of this Purchase Order Contract. If OCWD retains Contractor for such services, Contractor agrees that OCWD shall be solely responsible for all obligations of OC San under this Purchase Order Contract with respect to those services. Without limiting the foregoing, OCWD shall issue its own purchase orders, manage the work performed for OCWD, and pay Contractor for services provided to OCWD. By retaining Contractor under the terms of this Purchase Order Contract, OCWD agrees that it shall defend, indemnify, and hold harmless OC San from all claims, demands, actions, or causes of actions arising out of, or in any way connected with, the use of this Purchase Order Contract by OCWD.

    • Bid Validity

      Bids submitted hereunder shall be valid for a period of not less than 180 calendar days from the date of the bid opening.

    • Payment & Invoicing


      Payments shall be made upon approval by OC San Project Manager or their designee, of invoices submitted for work completed as described in the Scope of Work (Exhibit A). OC San, at its sole discretion, shall be the determining party as to whether tasks and deliverables for each Milestone have been satisfactorily completed.

      OC San shall pay, Net 30 days, upon receipt of itemized invoices, submitted in duplicate, in a form acceptable to OC San to enable audit of the charges thereon. The awarded Contractor will mail the invoices to Orange County Sanitation District, 18480 Bandilier Circle, Fountain Valley, CA 92708, Attention Accounts Payable or via email to APStaff@ocsan.gov. All cash discounts shall be taken and computed from the date of completion of tasks or acceptance of equipment/goods, material, installation, and training, or from the date of receipt of invoice, whichever occurs last.

      In an effort to provide quicker payment, OC San may offer payment by Single-Use Account (SUA) or Automated Clearing House (ACH).

      OC San is required to withhold 7% on all payments made to non-California resident service providers for professional services, rents, leases, or royalties paid. Any funds withheld shall be remitted to the California Franchise Tax Board on a quarterly basis. Vendors may be exempt from this requirement by their exemption status and submitting the California Form 590 to OC San’s Financial Management Division via regular mail or email to APStaff@ocsan.gov.

    • Insurance

      Contractor must meet all insurance requirements as outlined in the Determined Insurance Requirement Form and Certification of Ability to Provide Coverages Specified affidavit, which must be executed and submitted within 48 hours of your bid. Certificate of Insurance must only be completed by the awarded Contractor.

    • Safety Evaluation

      All Safety evaluations will be performed utilizing data that is current at the date and time specified for the submittal of Bids.

      • For purpose of evaluating the Safety record of the Bidder, if the Bidder has any Serious, Willful, Repeat, Serious and Willful or Failure to Abate citations pursuant to Part 1 of Division 5 of the Labor Code and has not taken appropriate corrective action to abate further such violations; or if the Bidder has an accident frequency factor between 1.01 and 1.25 and has not taken appropriate corrective action to reduce its accident frequency experience; or if the Bidder has a workers’ compensation experience modification rate issued and published by the Workers’ Compensation Insurance Rating Bureau of California (WCIRB) greater than 1.25 when the accident frequency factor is between 1.01 and 1.25, or if the Bidder does not have injury prevention programs instituted to the extent required by Section 3201.5 or 6401.7 of the Labor Code, the Bidder may be deemed Not Responsible and its Bid rejected.

      • OC San may require the Bidder to submit evidence of such corrective actions as described above and as specified in the "Safety Declaration of Contractor Form" provided with this IFB.

      •  If the Bidder has an accident frequency factor above 1.25 or a workers’ compensation experience modification rate issued and published by the Workers’ Compensation Insurance Rating Bureau of California (WCIRB) above 1.25, the Bid shall be deemed Non-Responsive and the Bid rejected.

      • Should the three (3) apparent low Bidders fail to meet OC San’s requirements, the next apparent low Bidder(s)’s documentation shall be reviewed and evaluated.
    • Bid Withdrawal

      If a bidder wishes to withdraw their bid they may do so without prejudice at any time before the scheduled bid opening.  The withdrawal of a bid does not prejudice the right of a bidder to submit a new bid before the deadline for delivery of bids. A bidder may withdraw their bid prior to the deadline for receipt of bids by clicking the "Unsubmit" button.

    • Contractor License Requirements (State of California)

      In accordance with California Business and Professions Code Section 7028.15, the Contractor must possess the following classification of Contractor’s License: A, as of the date of submittal of the bid documents to OC San. The Contractor must set forth its contractor’s license number and its expiration date on the Contractor’s License and Registration Declaration. In the event the successful bidder is not licensed as required as of the date of submittal of the bid documents, OC San shall reject the bid as being non-responsive. OC San shall, before awarding a Purchase Order Contract, verify that the successful bidder was properly licensed when the Contractor submitted the bid.

    • Safety and Accident Prevention

      Bidder shall comply with all applicable safety and health requirements mandated by federal, state, city, and/or public agency codes, permits, ordinances, regulations, and laws, as well as these Contract Documents, including but not limited to, the OC San’s Contractor Safety Standards and Human Resources (HR) Requirements. OC San reserves the right to stop work for violations of safety and health standards until the hazardous conditions are corrected. The right to stop work includes the right to remove a Contractor or its employees from the worksite.

    • Injury and Illness Prevention Program (IIPP)

      Bidder will be required to submit its IIPP no later than fifteen (15) days from the effective date of the Notice to Proceed for review by OC San pursuant to the Contract Documents. No work may be performed onsite by the Bidder until the IIPP has been reviewed and endorsed by OC San. Upon request by OC San, Bidder shall be required to submit the IIPP of each Subcontractor of any tier providing Work on any OC San jobsite as specified in the sections below.

    • Payment & Invoicing

      OC San shall pay, Net 30 days, upon receipt of itemized invoices, submitted for work completed in accordance with the Scope of Work (Exhibit A). The awarded Contractor will mail the invoices to Orange County Sanitation District, 18480 Bandilier Circle, Fountain Valley, CA 92708, Attention Accounts Payable or via email to APStaff@ocsan.gov. All cash discounts shall be taken and computed from the date of completion of tasks or acceptance of equipment/goods, material, installation, and training, or from the date of receipt of invoice, whichever occurs last.

      In an effort to provide quicker payment, OC San may offer payment by Single-Use Account (SUA) or Automated Clearing House (ACH).

      OC San is required to withhold 7% on all payments made to non-California resident service providers for professional services, rents, leases, or royalties paid. Any funds withheld shall be remitted to the California Franchise Tax Board on a quarterly basis. Vendors may be exempt from this requirement by their exemption status and submitting the California Form 590 to OC San’s Financial Management Division via regular mail or email to APStaff@ocsan.gov.

    • Contractor Registration Requirements (Department of Industrial Relations)

      In accordance with Labor Code Section 1725.5, the Contractor must be registered with the DIR, as of the date of submittal of the bid documents to OC San. The Contractor must set forth its registration number and expiration date on the Contractor’s License and Registration Declaration. In the event the successful bidder is not registered as required as of the date of submittal of the bid documents, OC San shall reject the bid as being non-responsive. OC San shall, before awarding a Purchase Order Contract, verify that the successful bidder was properly registered when the Contractor submitted the bid.

      Subcontractors shall comply with the registration requirement of Labor Code Section 1725.5.

    • OC San Personal Protective Equipment (PPE) Requirements

      OC San will not provide personal protective equipment to Contractors. Contractors are required to wear long pants, long or short sleeved shirts (no tank tops), and all the listed personal protective equipment that meets the following criteria:

      • Enclosed Safety-Toe Shoes must meet ASTM F2413. ASTM numbers must be legible on the tongue or insides of the shoes,
      • Safety Glasses must meet ANSI Z87,
      • Hard Hats must meet ANSI Z89.1, and
      • Safety Vest ANSI/SEA 107-2004 Class 2 requirements.
      • 4-Gas Atmospheric Monitors
    • Non-Exclusive Purchase Order Contract

      This Purchase Order Contract is a non-exclusive contract. OC San reserves the right to enter contracts with one or more companies in order to provide supplemental services.

    • Bonds

      Awarded Contractor shall, before entering upon the performance of this Agreement, furnish bonds in a form approved by OC San’s General Counsel. One in the amount of one hundred percent (100%) of the Purchase Order Contractprice bid, to guarantee the faithful performance of the work, and the other in the amount of one hundred percent (100%) of the Purchase Order Contract bid, to guarantee payment of all claims for labor and materials furnished. This Purchase Order Contract shall not become effective until such bonds are supplied to and approved by OC San. Bonds must be issued by a surety authorized by the State Insurance Commissioner to do business in California and must be maintained throughout the life of the project and during the warranty period.

       

      All Contractors are hereby notified that it is required that the person executing the Bonds must have on file with the County Clerk, County of Orange, a Power of Attorney, and authorization to execute said Bonds for and on behalf of the corporate surety. The purpose of this requirement is to ensure that the provisions of Code of Civil Procedure Section 995.630 requiring such authority to be on file with the Orange County Clerk are satisfied in order for the Orange County Sanitation District and its officers to approve the bond.

    • Accident Frequency Factor

      OC San will evaluate the Bidder’s accident frequency factor for each calendar year submitted on the CAL/OSHA 300/300A Logs & Summaries Form, and its three (3) year average using the Accident Frequency Factor tables shown below.

      Prior to completing the Safety Declaration of Contractor Form, the Bidder shall calculate its accident frequency factor for each calendar year listed and its three (3) year average using the Accident Frequency Factor tables below. The results of those calculations should be used to respond to the Accident Frequency question on the Declaration.

      Total Case Incident Rate Calculation Table – Using the OSHA Form 300 and 300A logs and the table below, the Total Case Incident Rate (TCIR) is calculated for the past three (3) completed calendar years and three (3) year average in the table below. Please see the California Department of Industrial Relations (DIR) website for more detailed information.

        1. The number of nonfatal injuries and illnesses is determined for each year by:
            1. Counting the number of OSHA recordable* cases for the year listed on the OSHA Form 300 (log) or,
            2. Using the 300A (summary), adding the number of recordable cases entered in Column H + Column I + Column J to obtain the total injuries and illnesses.
        2. The number of employee hours worked is located on the OSHA 300A Summary.
        3. Using the BLS formula provided below, the TCIR three (3) year average is calculated.

      *Please see California Code of Regulations Title 8, Chapter 7, Subchapter 1, Article 2 for more information on determining a recordable injury and illness.

      Total Case Injury Rate Formula:

      # OSHA Recordable Injuries/Illnesses x 200,000   =   Company’s Total
      Case Employee Hours Worked for Calendar   =   Year Incidence Rate

      Calendar Year# OSHA
      Recordable Injuries/
      Illnesses
      x 200,000Employee
      Hours Worked
      Bidder's TCIR
      20__ x 200,000  (A)
      20__ x 200,000  (B)
      20__ x 200,000  (C)
      TCIR
      3 Year Average

      A + B + C = D
      3

         (D)

       

      Accident Frequency Factor Calculation Table

        1. The Accident Frequency Factor is calculated by dividing the 3-year average TCIR from the above table (D) by the most recently published DIR data for the Contractor’s industry NAICS code. The 3 Year Average from the table above (D) is copied into the space below identified as (D).
        2. The Bidder’s industry NAICS code is looked up in the California Department of Industrial Relations (DIR) Nonfatal Occupational Injuries and Illnesses in California, Summary Tables at http://www.dir.ca.gov/OPRL/nonfatal.htm for each corresponding year.**
        3. DIR data has an approximate one (1) year publishing delay. If the current year is unavailable, use the most recent available date from the DIR site. For example, 2020 DIR data will be used for projects being bid in the 2022 calendar year, unless if 2020 DIR data is published at the time of bid.

      Formula:

               Bidder's TCIR     
      DIR Industry Average
                =  Accident Frequency Factor

       

      Calendar YearBidder TRIRDIR Industry
      Average
      Bidder's TCIR
      3 Year Average
       (D) 
      DIR Industry Average  (E)
      3 Year Accident
      Frequency Factor
       D/E = F (F)


      **DIR data has an approximate 10-month publishing delay. If the current year is unavailable, please use the previous year. For example,2010 BLS data will be used for both 2010 and 2011.

    • Subcontractors Safety Evaluation

      Bidder’s must pre-qualify their Subcontractors prior to submitting their Bids. To safety pre-qualify Subcontractors, each Subcontractor must have completed the “Safety Declaration of Contractor Form”, as provided in this IFB.

      As described above, Bidders shall submit to OC San each Subcontractor’s “Safety Declaration Form”, completed Workers’ Compensation Experience Rating Form (also referred to as an Experience Rating Worksheet), and CAL/OSHA 300/300A Logs and Summaries for each of the last three (3) completed years as follows:

          1. For Subcontractors listed on "List of Subcontractors Form", List of Subcontractors and all other Subcontractors of all tiers who will commence Work within the first ninety (90) days after Award of Contract, the required documentation shall be submitted by the date specified for the submittal of Bids.
          2. For Subcontractors of all tiers who will commence Work at the Project site after the initial ninety (90) days of Award of Contract, the required documentation shall be submitted to OC San not less than 30 days prior to the commencement of Work at the Project site, or such other date as may be specified by OC San.
          3. OC San will perform the safety evaluation of the successful Contractor’s Subcontractor(s) pursuant to the criteria specified for Contractor in this Section. The successful Contractor shall substitute all Subcontractor(s) who fail the safety evaluation, with Subcontractor(s) who do meet the minimum safety requirements for the prices as submitted in the Schedule of Prices and at no additional cost to OC San.
    • Iran Contracting Act Verification

      The Iran Contracting Act of 2010 (Public Contract Code sections 2200-2208) prohibits Bidders engaged in investment activities in Iran from bidding on or entering into or renewing contracts with public entities for goods and services of one million dollars ($1,000,000) or more.

      Bidders bidding on or entering into or renewing an OC San contract for goods or services of $1,000,000 or more must either:

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

      The DGS list of entities prohibited from contracting with public entities in California per the Iranian Contracting Act of 2010 may be found at: https://www.dgs.ca.gov/PD/Resources/Page-Content/Procurement-Division-Resources-List-Folder/List-of-Ineligible-Businesses#@ViewBag.JumpTo.

      California law establishes penalties for providing false certifications, including civil penalties equal to the greater of $250,000 or twice the amount of the contract for which the false certification was made; termination of an existing contract; and inability to bid on a contract for three years.

      When submitting its Bid of one million dollars ($1,000,000) or more, Bidder shall complete and submit the Iran Contracting Act Verification Form, and any necessary documentation, when applicable.

    • Bidder's Bond

      A Bidder’s Bond of not less than ten percent (10%) of the total bid amount will be required with each bid and no bid will be considered unless such bid security is submitted. Said Bidder’s Bond may be in the form of a Cashier’s or Certified Check, payable to Orange County Sanitation District, or a Surety Bond, in the form approved by OC San’s General Counsel (see Bid Bond form in Bidder's Response Section), issued by a qualified corporate surety licensed to do business in California. The Bidder’s Bond is hereby given as a guarantee that the Bidder will enter into the Purchase Order Contract at the bid price and all other conditions met, if the award is made to Bidder by OC San. In case of refusal or failure to do so within fifteen (15) days of notice of such award, the bid security shall be forfeited to said Orange County Sanitation District.

    • Liquidated Damages

      In the event the Contractorfails to achieve completion of the work within the term of this Purchase Order Contract or achievement of any designated Milestones, after due allowance for extensions of time made in accordance with the Purchase Order Contract if any, OC San will sustain damage which would be extremely difficult and impracticable to ascertain. The Parties therefore agree that in each such event, Contractorwill pay to OC San the sum of TBDper day, as Liquidated Damages, and not as a penalty, for each and every calendar day during which completion of the work, as required in Exhibit A, is so delayed. Contractor agrees to pay such Liquidated Damages and further agrees that OC San may offset the amount of Liquidated Damages from any monies due or that may become due Contractorunder this Purchase Order Contract. Contractoralso agrees that to the extent the amount of Liquidated Damages exceeds any monies due to the Contractor under this Purchase Order Contract, Contractorshall pay all such amounts to OC San upon demand. If this provision is found for any reason to be void, invalid, or otherwise inoperative so as to disentitle OC San from claiming Liquidated Damages, OC San is entitled to claim against the Contractordamages at law for the Contractor's failure to complete the work during the term of this Purchase Order Contract.

    • Assignment of Contract

      This Purchase Order Contract will not be assigned to another Contractor without prior written authorization of OC San.

    • Contractor Performance Evaluation

      At the completion of the Purchase Order Contract, OC San may conduct a Contractor performance evaluation which may be used in future assessments of determining Contractor responsibility for future contract awards with OC San. The written evaluation may be subject to public review and copying pursuant to the California Public Records Act.

    • Pricing

      Bid price for On-Call Odor Control Services shall remain firm during the Purchase Order Contract period.

      All prices shall be F.O.B. destination. The bid shall include all cartage and taxes per gallon except California State Sales Tax. The sales tax will be paid by OC San. The sales tax shall not apply to freight charges.

    • Vehicle Registration

      All documents required for registration of vehicle(s) shall be supplied with vehicle(s) at time of delivery.

    • Preparation Costs

      All costs incurred in the preparation, submission and/or presentation of any bid responding to this Bid package, including, but not limited to prospective bidder’s travel and personal expenses shall be the sole responsibility of the bidder and shall not be reimbursed by OC San.

      OC San shall not pay for any costs incurred for bid preparation as a result of termination of this Invitation for Bids or termination of the Purchase Order Contract resulting from this bid.

    • Non-Exclusive Contract

      This Purchase Order Contract is a non-exclusive contract. OC San reserves the right to enter contracts with one or more companies in order to provide supplemental services.

    • California Voluntary Protection Program (Cal/VPP) Annual Reporting Requirement

      OC San is a Cal/VPP STAR Site. To maintain certification, OC San is required to provide the California Occupational Safety and Health Administration (Cal/OSHA) with an annual report detailing the safety and health information of our Contractors. Bidder acknowledges that if it is awarded a Purchase Order Contract, for the duration of the Purchase Order Contract Term, they shall provide an annual report detailing their safety and health information, including, but not limited to, their total number of employees, work hours, number of injuries and illnesses, and number of injury and illness cases involving days away from work, restricted work activity and/or job transfer by the 20th day of January each calendar year.

    • Disqualification of Bids

      More than one bid from any person, firm, partnership, corporation, or association under the same or different names will not be accepted and any reasonable grounds for believing that any firm, partnership, corporation, or association has a legal interest in more than one bid will be cause for rejecting all bids in which person, firm, partnership, corporation, or association has an interest. Apparent collusion among the Bidders will likewise be sufficient cause for rejecting any or all bids, and the participants in such collusion may be barred or disqualified from submitting future bids to OC San.

      Bids in which the prices obviously are inconsistent may be rejected. The wording of the bids shall not be changed. Any additions, conditions, limitations, or provisions inserted by the Bidder will render the bid irregular and may cause its rejection. OC San reserves the right to reject any and all Bids, extend deadlines, and enter negotiations with any Bidder.

    • California Law

      The Purchase Order Contract with the awarded Contractor shall be governed by the laws of the State of California.

    • Delivery

      The equipment/goods shall be delivered F.O.B. destination to Orange County Sanitation District, Plant No. 1, 10844 Ellis Avenue, Fountain Valley, California, 92708, and/or Plant No. 2, 22212 Brookhurst, Huntington Beach, California, 92646, within the lead time as indicated on the Bid Documents.

    • Assignment of Contract

      This Purchase Order Contract will not be assigned to another Contractor without prior written authorization of OC San.

    • Pricing

      Bid price for On-Call Odor Control Services shall remain firm during the Purchase Order Contract period.

      All prices shall be F.O.B. destination. The bid shall include all cartage and taxes per gallon except California State Sales Tax. The sales tax will be paid by OC San. The sales tax shall not apply to freight charges.

    • Termination

      OC San reserves the right to terminate the Purchase Order Contract, in whole or in part, without cause at any time, by written notice to awarded Contractor. Such notice of termination shall terminate the Purchase Order Contract and release OC San from any further fee, cost or claim by awarded Contractor other than for work performed to the date of the termination. Upon receipt of a termination notice, awarded Contractor shall immediately discontinue all work under the Purchase Order Contract (unless the notice directs otherwise). OC San shall thereafter, within (30) days, pay awarded Contractor for work performed (cost and fee) to the date of termination.

    • Gray Market Vendors

      All equipment purchases must carry the manufacturer’s warranty and liability on such equipment. Evidence to substantiate the dealer’s relationship with the manufacturer may be required.

      Vendor shall certify that it is an Authorized Channel or Distributor for the listed Manufacturers in Exhibit A as of the date of their bid submission, and that it has the certification/specialization level required by the manufacturer to support both the product sale and product pricing, in accordance with the applicable certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box.

      The Vendor confirms to have sourced all products submitted in this offer from the listed manufacturers in Exhibit A through Authorized Channels only, in accordance with all applicable laws and current applicable policies of the manufacturer at the time of purchase.

      NOTE: ALL ITEMS MUST MEET THIS PROVISION. IF ANY ITEMS ORDERED ARE NOT IN COMPLIANCE WITH THIS PROVISION ALL ITEMS WILL BE RETURNED AT BIDDER’S EXPENSE FOR A FULL REFUND THAT WILL INCLUDE PRODUCT COSTS, SALES TAXES, SHIPPING/HANDLING CHARGES AND RETURN SHIPPING AND HANDLING CHARGES.

    • Receipt of Bids

      All Bidders must submit their bid electronically and upload all required forms by the date and time called for in the Invitation for Bids, which is at 2:00 pm on Tuesday, April 28, 2026.

    • California Law

      The Purchase Order Contract with the awarded Contractor shall be governed by the laws of the State of California.

    • Staff Assistance

      Contractor will be provided with the name and contact information of the Project Manager at the start of the Purchase Order Contract. Upon award of Purchase Order Contract, questions regarding the Scope of Work, scheduling, etc. for this project should be addressed to the Project Manager. Also, upon award of Purchase Order Contract, please refer all contractual matters, aside from those of a technical nature, to the buyer as referenced in the Bid documents.

    • Confidential Information

      Bids submitted to OC San may contain technical, financial, or other information that, if publicly disclosed, may cause substantial injury to the Bidder’s competitive position, or may be a trade secret. To protect such information from disclosure, the Bidder may upload a Public Copy of their bid that redacts any purported confidential information. The file uploaded should be clearly titled “Public Copy”.

      Redaction consists of the Bidder making the sensitive information unreadable. This can be done by blacking out the text with a marking pen or covering the text with a blank piece of paper. By redacting or covering the text rather than deleting the text, the pagination of the original bid will be preserved.

      In the event a “Public Copy” is not provided at time of Bid submission, OC San shall assume that the bidder has declared and agreed that no Confidential Information exists in its bid and make the original bid available in its entirety to Public Information Records Requests.

      OC San will use its best efforts to inform the Bidder of any request for any financial records or documents marked “Trade Secret”, “Confidential” or “Proprietary” provided by the Bidder to OC San. OC San will not advise as to the nature or content of documents entitled to protection from disclosure under the California Public Records Act.

      OC San will not be held liable for any damage or injury which may result from any disclosure of information provided by Bidder. In submitting a Bid, the Bidder agrees to indemnify, defend, assume, and pay for all costs incurred by OC San including, but not limited to, attorneys’ fees awarded by the court, if the Bidder asserts that information provided by Bidder is confidential information, and in reliance upon Bidder’s affidavit, OC San does not disclose material provided to OC San by the Bidder.

    • Pre-Contractual Expenses

      OC San shall not under any circumstances be liable for Bidder’s cost of engaging in any activity prior to the effective date of award, if any, of a Purchase Order Contract resulting from this IFB.

    • Termination

      OC San reserves the right to terminate the Purchase Order Contract, in whole or in part, without cause at any time, by written notice to awarded Contractor. Such notice of termination shall terminate the Purchase Order Contract and release OC San from any further fee, cost or claim by awarded Contractor other than for work performed to the date of the termination. Upon receipt of a termination notice, awarded Contractor shall immediately discontinue all work under the Purchase Order Contract (unless the notice directs otherwise). OC San shall thereafter, within (30) days, pay awarded Contractor for work performed (cost and fee) to the date of termination.

    • California Air Resources Board Mobile Source Certification

      As required by California Air Resources Board (CARB) Mobile Source Regulations, Bidders are required to provide certification(s) that the Bidder and its Subcontractors comply with the new CARB requirements. CARB set emission standards for mobile sources to protect the public health and welfare of Californians.  Therefore, when submitting its Bid, Bidder shall complete and submit California Air Resources Board Mobile Source Certifications Forms, and any necessary documentation, when applicable.  Failure to submit the required certifications for the Bidder and its Subcontractors may deem the Bidder non-responsive.

      Bidders shall assess their current fleet to determine if they need to make adjustments or updates to meet the new standards.  The regulatory requirements may be viewed at the websites specified below.

    • Protests

      By submitting a Bid, each Bidder hereby agrees and understands that the Bidder must comply with Orange County Sanitation District's "Filing of Protests and Protest Procedures".

    • Addenda

      Any OC San changes to the requirements will be made by an addendum to this Invitation for Bids (IFB). Any addendum issued pertaining to this Bid shall be incorporated into the terms and conditions of any resulting Purchase Order Contract. OC San will not be bound to any modifications to or deviations from the requirements set forth in this Bid as the result of oral instructions.

    • Pre-Contractual Expenses

      OC San shall not under any circumstances be liable for Bidder’s cost of engaging in any activity prior to the effective date of award, if any, of a Purchase Order Contract resulting from this IFB.

    • Damage to OC San Property

      Any OC San property damaged by the Contractor or the Contractor’s personnel will be subject to repair or replacement by the Contractor at no cost to OC San.

    • Clarifications

      Should a Bidder require clarification of this Bid; the Bidder shall notify OC San in writing in accordance with Section Inquiries below. Should it be found that the point in question is not clearly and fully set forth, OC San will issue an addendum clarifying the matter which will be posted to this IFB on OC San's OpenGov Procurement portal.

    • Delivery Hours

      Unless otherwise noted in Scope of Work, the awarded Contractor will deliver goods through OC San’s Warehouse at Plant No. 1. All deliveries shall be scheduled Monday through Friday, between 7:00 AM PT and 3:30 PM PT.

    • South Coast Air Quality Management District's (SCAQMD) Requirements

      It is the Contractor’s responsibility that all equipment furnished and installed be in accordance with the latest rules and regulations of the South Coast Air Quality Management District (SCAQMD). All contract work practices, which may have associated emissions such as sandblastings, open field spray painting or demolition of asbestos containing components or structures, shall comply with the appropriate rules and regulations of the SCAQMD.

    • Damage to OC San Property

      Any OC San property damaged by the Contractor or the Contractor's personnel will be subject to repair or replacement by the Contractor at no cost to OC San.

    • Inquiries

      Prospective Bidders are required to put all questions, clarifications or comments in writing and submit online via the Q&A process for this Bid at OC San’s OpenGov Procurement portal at https://procurement.opengov.com/portal/ocsan on Monday, April 13, 2026 at 2:00 pm.

    • Right to Review Services, Facilities, and Records

      OC San reserves the right to review any portion of the services performed by the Contractor under this Purchase Order Contract, and the Contractor agrees to cooperate to the fullest extent possible. The Contractor shall furnish to OC San such reports, statistical data, and other information pertaining to the Contractor's services as shall be reasonably required by OC San to carry out its rights and responsibilities under its Contract with its bondholders or noteholders and any other Contract relating to the development of the project(s) and in connection with the issuance of its official statements and other prospectuses with respect to the offering, sale, and issuance of its bond and other obligations.

      The right of OC San to review or approve drawings, specifications, procedures, instructions, reports, test results, calculations, schedules, or other data that are developed by the Contractor shall not relieve the Contractor of any obligation set forth herein.

    • Price Confirmation

      Prior to the award of the Purchase Order Contract, the apparent low Bidder will need to confirm that each line item is at the correct pricing. In the event there is a discrepancy between the submitted bid price and the confirmed price, in comparison to other Bids received, OC San shall have the option to either reject the Bid in its entirety or remove that item from the bid cost.

    • Permits, Ordinances and Regulations

      Any and all fees required by Federal, State, County, City and/or local laws, codes and/or tariffs that pertain to work performed under the terms of this Agreement will be paid by the awarded Contractor. Fees demanded for obtaining certificates, including associated inspection fees and expenses or regulatory body inspectors shall be paid by the Contractor.

    • South Coast Air Quality Management District's (SCAQMD) Requirements

      It is the Contractor’s responsibility that all equipment furnished and installed be in accordance with the latest rules and regulations of the South Coast Air Quality Management District (SCAQMD). All contract work practices, which may have associated emissions such as sandblastings, open field spray painting or demolition of asbestos containing components or structures, shall comply with the appropriate rules and regulations of the SCAQMD.

    • Discrepancies

      If a discrepancy occurs between the unit price and the total stated price for an item, the unit price shall prevail and the total price shall be corrected accordingly.  If a discrepancy occurs between the stated grand total price for all items and the actual total for all items, the individual item prices shall prevail, and the grand total price shall be corrected accordingly.  If a discrepancy occurs between the terms of the bid and of the IFB (including plans and specifications), the terms of the IFB (including plans and specifications) shall prevail.

    • Right to Review Services, Facilities, and Records

      OC San reserves the right to review any portion of the services performed by the Contractor under this Purchase Order Contract, and the Contractor agrees to cooperate to the fullest extent possible. The Contractor shall furnish to OC San such reports, statistical data, and other information pertaining to the Contractor's services as shall be reasonably required by OC San to carry out its rights and responsibilities under its Contract with its bondholders or noteholders and any other Contract relating to the development of the project(s) and in connection with the issuance of its official statements and other prospectuses with respect to the offering, sale, and issuance of its bond and other obligations.

      The right of OC San to review or approve drawings, specifications, procedures, instructions, reports, test results, calculations, schedules, or other data that are developed by the Contractor shall not relieve the Contractor of any obligation set forth herein.

    • Warranty

      Manufacturer’s standard warranty shall apply unless otherwise stated in this solicitation. All manufacturer warranties will begin at date of acceptance of the equipment/goods.

    • Permits, Ordinances and Regulations

      Any and all fees required by Federal, State, County, City and/or local laws, codes and/or tariffs that pertain to work performed under the terms of this Agreement will be paid by the awarded Contractor. Fees demanded for obtaining certificates, including associated inspection fees and expenses or regulatory body inspectors shall be paid by the Contractor.

    • Contractor's Employees Compensation

       

      General Prevailing Rate – OC San has been advised by the State of California Director of Industrial Relations of its determination of the general prevailing rate of per diem wages and the general prevailing rate for legal holiday and overtime work in the locality in which the work is to be performed for each craft or type of work needed to execute this Purchase Order Contract. The Contractor agrees that not less than said prevailing rates shall be paid to workers employed on this works Purchase Order Contract as required by Labor Code Section 1774 of the State of California. Per California Labor Code 1773.2, OC San will have on file copies of the prevailing rate of per diem wages at its principal office and at each job site, which shall be made available to any interested party upon request.

      Forfeiture For Violation - Contractor shall, as a penalty to OC San, forfeit fifty dollars ($50.00) for each calendar day or portion thereof for each worker paid (either by the Contractor or any subcontractor under it) less than the prevailing rate of per diem wages as set by the Director of Industrial Relations, in accordance with Sections 1770-1780 of the California Labor Code for the work provided for in this Purchase Order Contract, all in accordance with Section 1775 of the Labor Code of the State of California.

      Apprentices – Sections 1777.5, 1777.6, 1777.7 of the Labor Code of the State of California, regarding the employment of apprentices are applicable to this Purchase Order Contract and the Contractor shall comply therewith if the prime Purchase Order Contract involves thirty thousand dollars ($30,000.00) or more or twenty (20) working days or more; or if Contracts of specialty contractors not bidding for work through the general or prime Contractor are two thousand dollars ($2,000.00) or more or five (5) working days or more.

      Workday – In the performance of this Purchase Order Contract, not more than eight (8) hours shall constitute a day’s work, and the Contractor shall not require more than eight (8) hours of labor in a day from any person employed by him hereunder except as provided in Section Forfeiture for Violation above. Contractor shall conform to Article 3, Chapter 1, Part 7 (Section 1810 et seq.) of the Labor Code of the State of California and shall forfeit to OC San as a penalty, the sum of twenty five dollars ($25.00) for each worker employed in the execution of this Purchase Order Contract by Contractor or any subcontractor for each calendar day during which any worker is required or permitted to labor more than eight (8) hours in any one calendar day and forty (40) hours in any one week in violation of said Article. Contractor shall keep an accurate record showing the name and actual hours worked each calendar day and each calendar week by each worker employed by Contractor in connection with the project.

      Registration; Record of Wages; Inspection - Contractor shall comply with the registration requirements of Labor Code Section 1725.5. Pursuant to Labor Code Section 1771.4, the Work is subject to compliance monitoring by the California Department of Industrial Relations. Contractor shall maintain accurate payroll records and shall submit payroll records to the Labor Commissioner pursuant to Labor Code Section 1771.4(a)(3). Penalties for non-compliance with the requirements of Section 1776 may be deducted from progress payments per Section 1776.

      Contractor shall comply with the job site notices posting requirements established by the Labor Commissioner per Title 8, California Code of Regulations Section 16461(e).

    • Warranty

      Manufacturer’s standard warranty shall apply unless otherwise stated in this solicitation. All manufacturer warranties will begin at date of acceptance of the equipment/goods.

    • Award Recommendation

      An Award Recommendation may be made to the lowest responsive and responsible Bidder for the total lump sum cost of equipment/goods. OC San reserves the right to reject any or all Bids, waive any or all irregularities and accept or reject any portion of each individual Bid. Any missing bid requirements may deem the bid as non-responsive. OC San will be the sole authority in the evaluation of the bids, responsiveness, and responsibility. OC San shall not be liable for any costs incurred in connection with the preparation and submittal of the bid due to rejection or otherwise.

      OC San reserves the right to award its total requirements to the lowest responsible, responsive bidder or to apportion those requirements among several as OC San may deem to be in its best interest.

    • Freight (F.O.B. Destination)

      Awarded Supplier assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all equipment/goods deemed necessary under this Purchase Order Contract.

    • Equipment Warranty

      All manufacturer warranties will begin at date of acceptance of the equipment/goods. The Contractor shall warrant all equipment/goods and parts supplied under this Agreement for a period of one (1) year from date of completion of site work and signed acceptance by OC San’s Project Manager. Contractor shall be responsible for repairing or replacing the defective part at no cost to OC San, including installation and freight. This warranty does not cover parts damaged by decomposition from chemical reaction or wear caused by abrasive materials, nor does it cover damage resulting from misuse, accident, neglect, or from improper operation, maintenance, modification, or adjustment.

    • New and Used Equipment/Goods

      Shall be new and unused and of current production year.

    • Award Recommendation

      An Award Recommendation may be made to the lowest responsive and responsible Bidder for the total lump sum cost of services. OC San reserves the right to reject any or all Bids, waive any or all irregularities and accept or reject any portion of each individual Bid. Any missing bid requirements may deem the bid as non-responsive. OC San will be the sole authority in the evaluation of the bids, responsiveness, and responsibility. OC San shall not be liable for any costs incurred in connection with the preparation and submittal of the bid due to rejection or otherwise.

      OC San reserves the right to award its total requirements to the lowest responsible, responsive bidder or to apportion those requirements among several as OC San may deem to be in its best interest.

    • No Commitment to Award

      Issuance of this Invitation for Bids (IFB) and receipt of Bids shall not commit OC San to award a Purchase Order Contract. OC San expressly reserves the right to postpone Bid opening for its own convenience, to accept or reject any and/or all Bids received in response to this Invitation for Bids, or to cancel all or part of this Bid.

    • Freight (F.O.B. Destination)

      Awarded Supplier assumes full responsibility for all transportation, transportation scheduling, packing, handling, insurance, and other services associated with delivery of all equipment/goods deemed necessary under this Purchase Order Contract.

    • Competency of Bidders

      Subcontractors listed by the Bidder must be properly licensed under the laws of the State of California for the type of work which they are to perform. Alternate Subcontractors shall not be listed for the same work.

    • New and Used Equipment/Goods

      Shall be new and unused and of current production year.

    • Contract

      OC San will require the awarded Contractor to enter into a Purchase Order Contract, which shall incorporate all the terms, conditions, and provisions of the IFB, including Scope of Work, and associated documents. A draft Contract containing key provisions required by OC San is attached to this IFB.

    • Purchase Order Contract

      OC San will require the awarded Contractor to enter into a Purchase Order Contract, which shall incorporate all the terms, conditions, and provisions of the IFB, including Scope of Work, and associated documents. A Purchase Order Contract containing key provisions required by OC San is attached to this IFB.

    Submission Requirements

    • Bidder's Bond (required)

      Please download the attached Bidder's Bond Form, complete and upload along with any additionally required information.

    • Bid Information (required)

      Please upload all information as required by this IFB not addressed in one of the below required submittal areas.

    • Cost/Fee Information (required)

      Please upload your pricing information here.

    • Contractor's License Declaration
    • Bidder's Contractor's License Number (required)

      Please enter your Contractor's License Number as issued by the Contractors State License Board in California.

    • Contractor's License Expiration Date (required)

      What is the current expiration date of the license provided?

    • California Code Acknowledgement (required)

      Bidder acknowledges that Section 7028.15(e) of the Business and Professions Code provides as follows:

      "[A] bid submitted to a public agency by a contractor who is not licensed in accordance with this chapter shall be considered non-responsive and shall be rejected by the public agency. . . .

      "[A] local agency shall, before awarding a bid, verify that the contractor was properly licensed when the contractor submitted the bid."

      Bidder acknowledges that Section 1725.5 of the Labor Code provide as follows: “A Contractor shall be registered pursuant to this section to 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 public work contract.” 

    • Bidder's DIR Registration Number (required)

      Please enter your DIR Registration Number as issued by the California Department of Industrial Relations.

    • DIR Registration Expiration (required)

      What is the current expiration date of Bidder's DIR Registration?

    • Forms
    • Non-Collusion Affidavit (required)

      Please download the attached Non-Collusion Affidavit, complete and upload.

    • Total Cost Exceeds $1,000,000? (required)

      Does the total cost of your bid or proposal exceed $1,000,000?

    • IRAN Contracting Act Verification (required)

      Please download the attached IRAN Contracting Act Verification Form, complete and upload.

    • List of Subcontractors (required)

      Please download the attached List of Subcontractors Form, complete and upload.

    • Safety Program and 300/300A OSHA Logs and Summaries (required)

      Please download the attached Safety Program and 300/300A OSHA Logs and Summaries Form, complete and upload along with any additionally required information.

    • Safety Declaration of Contractor (required)

      Please download the attached Safety Declaration of Contractor Form, complete and upload along with any additionally required information.

    • Financial Resources (required)

      Please download the attached Financial Resources Form, complete and upload along with any additionally required information.

    • California Air Resources Board Mobile Source Certifications
    • Advanced Clean Fleet (ACF): 13 CCR 2013- 2013.4; 13 CCR 2015-2015.6 (required)

      Disclosure: Vehicles with a GVWR greater than 8,500 lbs. and light-duty package delivery vehicles operated in California may be subject to the California Air Resources Board Advanced Clean Fleets regulations. Such vehicles may therefore be subject to requirements to reduce emissions of air pollutants. For more information, please visit the CARB Advanced Clean Fleets webpage at: https://ww2.arb.ca.gov/our-work/programs/advanced-clean-fleets 

      Would the Project require Contractor or Subcontractor vehicles of > 8,500 lbs GVWR (gross vehicle weight rating)?

    • Advanced Clean Fleet (ACF): 13 CCR 2013- 2013.4; 13 CCR 2015-201 - Yes (required)

      Please provide one of the following:

        1. Current Certificate of Reported Compliance; or
        2. A signed statement explaining why your entity is not subject to the terms of Title 13, California Code of Regulations, Sections 2013 through 2013.4 and 2015 through 2015.6.
    • Advanced Clean Fleet (ACF): 13 CCR 2013- 2013.4; 13 CCR 2015-2015.6 - No (required)

      Bidder confirms:

      This Project will not require the use of Contractor or Subcontractor vehicles of > 8,500 lbs GVWR.

    • Truck & Bus Regulation (T&B): 13 CCR 2025 (required)

      Would the Project require CONTRACTOR or Subcontractor vehicles that consist of diesel vehicle(s) > 14,000 lbs GVWR (gross vehicle weight rating) for purposes other than to transport material to OC SAN?

    • Truck & Bus Regulation (T&B): 13 CCR 2025 - Yes (required)

      Please provide one of the following:

        1. Current Truck & Bus Certificate of Compliance; or
        2. A signed statement explaining why your entity is not subject to the terms of Title 13, California Code of Regulations, Section 2025.
    • Truck & Bus Regulation (T&B): 13 CCR 2025 - No (required)

      Bidder confirms?

      This Project will not require the use of Contractor or Subcontractor vehicles of > 14,000 lbs GVWR for purposes other than to transport material to OC SAN.

    • Clean Truck Check (CTC): 13 CCR 2195-2199.1 (required)

      Would the Project require Contractor or Subcontractor vehicles that consist of non-gasoline vehicles > 14,000 lbs GVWR (gross vehicle weight rating)?

    • Clean Truck Check (CTC): 13 CCR 2195-2199.1 - Yes (required)

      Please provide one of the following:

        1. Affirmation of Fleet Wide Compliance for Clean Truck Check; or (Must be dated within 12 months of that vehicle(s) operation)
        2. A signed statement explaining why your entity is not subject to the terms of Title 13, California Code of Regulations, Section 2195-2199.1.
    • Clean Truck Check (CTC): 13 CCR 2195-2199.1 - No (required)

      Bidder confirms:

      This Project will not require the use of Contractor or Subcontractor vehicles of > 14,000 lbs GVWR. 

    • Off-Road Diesel Amendments (ORD): 13 CCR 2449-2449.2 (required)

      Would the Project require Contractor or Subcontractor use of off-road diesel equipment (construction equipment)?

    • Off-Road Diesel Amendments (ORD): 13 CCR 2449-2449.2 - Yes (required)

      Please provide one of the following:

        1. Current Certificate of Reported Compliance for ALL fleets on the Project; or
        2. A signed statement explaining why your entity is not subject to the terms of Title 13, California Code of Regulations, Section 2449-2449.2.
    • Off-Road Diesel Amendments (ORD): 13 CCR 2449-2449.2 - No (required)

      Bidder confirms:

      This Project will not require Contractor or Subcontractor use of off-road diesel equipment.

    • Submittal
    • Additional Information (if needed)

      For any additional information requested or required by any of your previously provided answers or as stated within this IFB, please upload the additional documentation here.

    • Submittal Confirmation (required)

      Bidder hereby certifies that all information provided within this bid response is accurate to the best of their knowledge. Bidder acknowledges that they have examined and carefully studied all Contract Documents, Attachments, any Addenda and that they have provided any necessary proof of their authority to submit a bid response on behalf of the Company Name stated on the bid thereby committing the Company to the information contained within.

    • Type of Purchase (required)

      Will this IFB result in the purchase of non-chemical goods, equipment, vehicles, or IT related licenses or subscriptions?

      OR

      Will it result in the purchase of services, chemicals, or construction?

    • OSHA Safety Requirements (required)

      Do OSHA safety requirements apply to this IFB?

    • Pre-Bid and Job Walk (required)

      Will there be a job walk and will there be a pre-bid? Select which of the following combinations of job walk and pre-bid apply to your solicitation.

    • Pre-Bid Meeting Teams Link (required)

      What is the full link to the teams meeting that can be used to join via computer or mobile application?

    • Pre-Bid Meeting Conference ID (required)

      What is the Conference ID for the MS Teams meeting scheduled for the Pre-Bid Meeting?

    • Pre-Bid Call In Number (required)

      What is the Call-In number provided for the MS Teams meeting for those wishing to join by phone?

    • Job Walk Date (required)

      Example:  November 13, 2025

    • Job Walk Time (required)

      At what time will the job walk begin? Please be sure to put the whole time, such as "PT" and "AM".

      EXAMPLE:
      9:00 AM PT

    • Do CARB Requirements Apply? (required)

      Will vehicles be utilized in the completion of service?

    • Formal or Informal? (required)

      Is this IFB considered Formal or Informal?

      Select formal if estimated value exceeds $100,000.

    • Financial Evaluation Required? (required)

      Is the value of this IFB considered to be close to or over $300,000?

    • Provider Type (required)

      Is this IFB seeking a Consultant, or a Service Provider, or a Contractor?

    • Contract OR Purchase Order Contract (required)

      Will this IFB result in a Contract or in a Purchase Order Contract?

    • Renewal Options (required)

      How many renewals will be allowed for this contract? And for how long?

    • Scope or Specifications? (required)

      Will you be providing a scope of work? Or will you be providing a set of technical specifications?

    • Scope of Work Documentation (required)

      Will you be uploading a scope of work as an attachment/exhibit to this IFB? Or will you be providing a Scope of Work in a section of the document?

      NOTE: You can choose to do both if you wish, providing an overview of the scope in the applicable section and uploading an attachment.

    • Bid Bond (required)

      Will this IFB require the Bidder to submit a Bid Bond/Bid Security?

    • Contract Bonds (required)

      Will the procurement require Payment and Performance Bonds?

    • Liquidated Damages? (required)
    • Amount of Liquidated Damages? (required)

      Ex: One Hundred Dollars ($100)

    • Pricing (required)

      Will you be obtaining pricing by vendor upload of a price sheet or attachment in the vendor questionnaire section of this IFB? Or will you be using the electronic pricing table available within OpenGov Procurement?

    • Special Requirements? (required)

      Are there any special requirements for this IFB?

      NOTE: An answer of "Yes" here will allow you to specify any such requirements within the IFB Document. Be sure to review this portion of the Instructions to Bidders.

    • Approved Equals? (required)

      Will there be an option to approve any proposed equals?

    • Addendum Date for Approved Equals (required)

      What is the date by which the addendum notifying bidders of any approved equals will be posted?

      Please be sure to fill in your response as below in bold.

      All Bidders will be notified of all OC San approved equals in an upcoming addendum for this Invitation for Bids no later than January 31, 2026.

    • Cooperative Agreement? (required)

      Will this be a cooperative agreement?

    • Contractor's License? (required)

      Will there be a contractor's license required?

    • License Type (required)

      What is the required license type?

      Please fill in your answer as if you are filling in the highlighted section below. Separate multiple licenses by a comma.

      In accordance with California Business and Professions Code Section 7028.15, the Contractor must possess the following classification of Contractor’s License: ___,

    • DIR Registration (required)

      Will this require DIR Registration?

    • Spill Response Plan? (required)

      Will a spill response plan be required?

    • Chemicals Requiring MSDS? (required)

      Will there be any chemicals in the SOW that will require a MSDS?

    • IIPP or SSSP? (required)

      Will an Injury and Illness Prevention Program (IIPP) or Site Specific Safety Plan (SSSP) apply?

    • Cal/VPP? (required)

      Does California Voluntary Protection Program (Cal/VPP) apply?

    Key dates

    1. March 31, 2026Published
    2. April 28, 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.