SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA

    Passenger Survey Services for Tracking and Data

    Issued by Orange County - California
    countyIFBOrange County - CaliforniaSol. 231089
    Closed
    STATUS
    Closed
    due Apr 3, 2026
    PUBLISHED
    Mar 17, 2026
    Posting date
    JURISDICTION
    Orange County
    county
    NAICS CODE
    541910
    AI-classified industry

    AI Summary

    County of Orange seeks bids for continuous passenger survey services at John Wayne Airport to gather real-time feedback via Wi-Fi, benchmark performance, and provide strategic reporting to improve passenger satisfaction.

    Opportunity details

    Solicitation No.
    231089
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    March 17, 2026
    Due Date
    April 3, 2026
    NAICS Code
    541910AI guide
    Agency
    Orange County - California

    Description

    The County of Orange, John Wayne Airport, (hereinafter referred to as County) is requesting competitive bids from qualified vendors (hereinafter referred to as Bidder) for Passenger Survey Services for Tracking and Data. The County has attempted to provide all information available.  It is the responsibility of each Bidder to review, evaluate, and, where necessary, request any clarification prior to submission of a bid.  The awarded Contract, (hereinafter referred to as Contract) will be between the County and awarded Bidder, (hereinafter referred to as Contractor) in accordance with the model contract terms, conditions and scope of work.

    This is a fully electronic solicitation – only electronic bids submitted through the County’s online bidding system will be allowed; no other form of bid submittals will be accepted. Prior to submitting a bid, Bidders are advised to carefully read the instructions below, including the model contract and any solicitation attachments and/or exhibits. 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's Question & Answer section as specified in the solicitation. Respondents are not to contact other County personnel with any questions or clarifications concerning this solicitation.

    Background

    John Wayne Airport (JWA) is seeking bids from qualified contractors to implement a comprehensive survey program to understand the passengers' experiences, attitudes, and behaviors. The survey program will be used to gather actionable insights to improve airport services and overall passenger satisfaction.

    The successful bidder shall work closely with JWA employees to design, deploy, and manage the survey program, ensuring data is collected, analyzed, and reported efficiently.

    Project Details

    • Reference ID: 280-3006303-GL
    • Department: John Wayne Airport
    • Department Head: Charlene Reynolds (Airport Director)

    Important Dates

    • Questions Due: 2026-03-27T23:00:05.413Z

    Addenda

    • Addendum #1 (released 2026-03-19T22:24:47.088Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Review

      Before submitting a bid, Bidders shall carefully review the General Instructions and examine the solicitation contents, including the Model Contract Terms, Conditions and Scope of Work. Bidders shall include in their bid response a monetary sum to cover the cost of all items included in the Contract.  The Model Contract contained in this solicitation is the Contract proposed for execution.  Upon award, awarded Bidder will be required to sign and submit Contract for execution.

    • OCLSB:

      Effective January 1, 2020, County of Orange Board of Supervisors adopted the OCLSB Preference policy.  Implementation of the OCLSB Preference policy supports local businesses, the local economy and the development of the County’s tax base.

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

      1. Local Business Requirements:
        1. Maintains their principal center of operations (i.e. headquarters) within Orange County, and:
        2. Has:
          1. A business address located in the County of Orange that is not a post office box, or
          2. A valid business license or certificate of occupancy issued by the County of Orange or by an Orange County city, or other documentation acceptable to the County of Orange. 
      2. Small Business Requirements:
        1. Must be certified as a Small Business by the State of California Department of General Services (DGS): and,
      3. Above requirements must be valid at the time of proposal submittal through the time of award of the contract. The terms and conditions of the contract shall additionally require the contractor to remain in compliance with the Local Business requirements (pursuant to subsection (a) above) through the term of the contract, including any extensions or renewals, and shall provide that contractor’s failure to comply may be construed by County as a material breach of the contract.
    • BUYER NOTE - add to pricing section in the Description (optional) section.

      BUYER NOTE - add to pricing section in the Description (optional) section.

      Notes:

      Abbreviations:

      (ADD)

      Additive Bid Item

      CF = Cubic Foot

      LS = Lump Sum

      (DED)

      Deductive Bid Item

      CY = Cubic Yard

      MO = Month

      (DEL)

      Deletable Bid Item

      EA = Each

      TON = Tom (2000 lbs.)

      (NA)

      Non-Adjustable Bid Item

      GAL = Gallon

      SF = Square Foot

      (S)

      Specialty Bid Item

      LB = Pound

      SY = Square Yard

      (AL)

      Allowance

      LF = Linear Foot

      T&M = Time & Materials

       

      Allowances

      ALLOWANCE NO. 1:       All Bidders shall include this amount in their Construction Total Cost to be used for County’s contingency – this amount will cover the cost for additional work requested by the County that is outside the scope of work for this project. County will not pay a mark-up for profit and overhead on any Change paid out of the contingency allowance.

       

      ALLOWANCE NO. 2:       All Bidders shall include this amount in their Construction Total Cost to be used for permit fees. Should the actual costs be less than the allowance, Contractor shall not be entitled to refund of unexpended funds. If permit fees exceed deposit amount, Contractor shall be reimbursed (through an executed change order) for all costs other than Contractor caused re-inspection fees.

    • Availability of Documents

      The Contract Documents, General Conditions, Plans, and Special Provisions are available electronically via the County’s OpenGov Procurement portal at: https://procurement.opengov.com/portal/ocgov

    • Title VI Solicitation Notice (Federal Contract Provision Guidelines Section A5.3.1)

      Title VI Solicitation Notice: The (Title of Recipient), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4), 28 CFR § 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owner’s race, color, national origin, sex, creed, age, or disability in consideration for an award.

    • Background

      John Wayne Airport (JWA) is seeking a qualified contractor to implement a continuous passenger survey program that captures real-time feedback from travelers via the Airport’s Wi-Fi system. The program’s intent is to provide actionable insights, benchmark JWA’s performance against other airports, and deliver executive-level reporting to guide strategic decisions. The contractor will be responsible for survey deployment, data management, benchmarking analysis, and providing JWA leadership with strategic insights into passenger satisfaction and operational performance.

      John Wayne Airport (JWA) is seeking bids from qualified contractors to implement a comprehensive survey program to understand the passengers' experiences, attitudes, and behaviors. The survey program will be used to gather actionable insights to improve airport services and overall passenger satisfaction.

      The successful bidder shall work closely with JWA employees to design, deploy, and manage the survey program, ensuring data is collected, analyzed, and reported efficiently.

    • Scope of Work (SOW)

       

      I. Overview:

      John Wayne Airport (JWA) is seeking a qualified contractor to implement a continuous passenger survey program that captures real-time feedback from travelers via the Airport’s Wi-Fi system. The program’s intent is to provide actionable insights, benchmark JWA’s performance against other airports, and deliver executive-level reporting to guide strategic decisions. The contractor will be responsible for survey deployment, data management, benchmarking analysis, providing JWA leadership with strategic insights into passenger satisfaction and operational performance.

       

      II. Project Goals and Objectives: The primary objectives of the survey program are:

      1. Benchmarking and Sentiment Analysis: Assess JWA’s performance against peer and national airport averages, while also capturing passenger sentiment (positive, neutral, negative) to better understand traveler perceptions.
      2. Real-Time Insights: Provide continuous, near real-time data to support operational decision-making.
      3. Strategic Guidance: Deliver executive-level reporting with actionable recommendations for improvement.
      4. Passenger Loyalty & Satisfaction: Track key indicators such as satisfaction, loyalty, and Net Promoter Score (NPS).

       

      III. Contractor Requirements: Bidders shall submit the following as part of their proposal (See Vendor Responses 5.1):

      1. Examples of Past Work: Provide at least three examples of previous survey programs executed, including the organizations worked with, project duration, and key outcomes achieved.
      2. Benchmarking Capability: Documentation of the ability to provide comparative data between airports on key performance indicators.
      3. Experience with Airports or the Aviation Industry: Preference will be given to bidders with direct airport or aviation industry experience, including benchmarking across multiple airports.

       

      IV. Scope of Services:

      1. Survey Design & Deployment:
      1. Contractor shall design concise surveys that can be completed within approximately 2-3 minutes, with the number of questions determined by the contractor in collaboration with JWA based on project needs.
      2. Surveys must run continuously, with the ability to add or adjust questions at any time.
      3. Contract shall provide timely feedback, branding materials, and approvals for survey designs, deployments, and reports.
      1. Benchmarking and Comparative Data:
      1.  Contractors shall provide benchmarking data comparing JWA to peer airports and industry averages.
      2.  Benchmarking shall include, but not be limited to, key factors such as airport access, check-in, security, terminal facilities, food/beverage/retail, and baggage claim.
      1. Data Reporting & Analytics:
      1.  Contractor shall provide a secure, web-based dashboard with daily updates.
      2.  Contractor shall provide role-based access controls for JWA staff using the reporting dashboard.

                            Dashboard must allow JWA staff to:

      • Export both aggregate and respondent-level data.
      • Filter results by terminal, concourse, gate, or time period.
      • Conduct sentiment and text analytics on open-ended responses.
      1.  Contractor shall provide unlimited survey responses at no additional cost.

            D.    Optical Point-In-Time Surveys:

        1. Contractors shall support additional short surveys on emerging topics at JWA’s request. These may be deployed to a subset of passengers with rapid turnaround (results within 48 hours).
      1.  Executed Support:
      1. Contractor shall deliver quarterly reports with expert analysis, trend insights, and actionable recommendations.
      2.  Contractor shall provide an annual executive presentation for JWA leadership, summarizing passenger experience findings and benchmarking results.

                  F.   Security & Privacy:

        1. Contractor shall provide no personally identifiable information (PII) collected or stored.
        2. Contractor shall provide secure credential management. 

       

      V.   Change Management:

      Any modifications to the scope of work, including survey design, benchmarking, or dashboard functionality, shall be approved in writing by both parties. If additional services are requested beyond those described in this SOW, the contractor shall provide a written quote. No additional work shall be performed without prior written approval from JWA’s Project Manager.

       

      VI.   Deliverables: Contractor shall provide the following deliverables over the contract term.

      1.   Continuous Wi-Fi-based survey deployment (24 hours/7 days a week/365 days a year).
      2.   Real-time access to the dashboard with daily updates.
      3.   Unlimited survey responses at no additional cost.
      4.   Quarterly strategic reports and one (1) annual executive presentation.
      5.   Benchmarking data against peers and national airports.
      6. Point in time surveys with rapid turnaround, as determined by JWA’s Project Manager based on operational or strategic needs.

       

       

       

       

       

       

       

       

       

       

       

       

    • Bid Submission

      Before submitting a bid, Bidders shall carefully examine the solicitation contents, including the Contract Terms and Conditions and Scope of Work. Bidders shall include in their bid response a monetary sum to cover the cost of all items included in the Contract.

      Note: Electronic Bids cannot be viewed by County until after the solicitation deadline. If you encounter any problems with your registration, system, bid submission, or other system issues, please contact OpenGov’s support staff via the live chat option or via email at procurement-support@opengov.com.

    • Mandatory Pre-Bid Meeting Webinar

      All Bidders must be in attendance at the Pre-Bid Webinar Meeting in order to continue in the bidding process. The Pre-Bid Webinar Meeting will be conducted one time only. Attendance will be taken at the webinar meeting, at the beginning and the end of the meeting. Attendance during entire webinar is required.

      1. PRE-BID INFORMATION
        DATE: NO VALUE
        TIME: NO VALUE – NO ONE WILL BE ADMITTED AFTER NO VALUE
        LOCATION: NO VALUE
      2. Please RSVP your attendance through the e-procurement portal by close of business day on TBD.
      3. The purpose of the Pre-Bid Meeting will be to discuss the Job Order Contract (JOC) concept, and discuss JOC from a Contractor’s perspective. For Contractors who are new to the JOC process, a training workshop will be part of the Pre-Bid Meeting.
    • Optional Procurement and Pre-Bid Demographic Survey

      John Wayne Airport (JWA) is requesting information on the racial and ethnic ownership of businesses seeking contractual or business opportunities with the Airport.  Please provide this information in the following online form: https://forms.office.com/g/JDEyLfcptc

      Only one survey response should be submitted per business for each opportunity.  Your assistance in providing this voluntary and anonymous information is greatly appreciated and supports JWA’s measurement of business diversity performance.

    • DVBE:

      Effective January 1, 2021, County of Orange Board of Supervisors adopted the DVBE Preference policy. The DVBE Preference policy supports local business opportunity, economy and the development of County’s tax base, and in addition recognizes the service and sacrifice given by the men and women of our Armed Forces.

      To be certified as a Disabled Veteran Business Enterprise by the County of Orange, a business shall meet (A) and (B) 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 through the time of award of the contract.

      To participate as an OCLSB and/or DVBE please read and follow the process outlined in COUNTY OF ORANGE LOCAL SMALL BUSINESS (OCLSB) AND DISABLED VETERAN BUSINESS ENTERPRISE (DVBE) CERTIFICATION REQUIREMENTS in the VENDOR RESPONSES.

      *NOTE: DVBE PREFERENCE IS NOT APPLICABLE TO PUBLIC WORKS OR A-E CONSTRUCTION PROJECTS.

    • Definitions

      Terms used in this document shall have the meanings assigned to them in the "Definitions" section of the General Conditions.

    • Responsiveness

      Responsive bids shall include completed submittals/attachments provided in the Vendor Responses.

    • Important Notice

      The County has attempted to provide all information available.  It is the responsibility of each Bidder to review, evaluate, and, where necessary, request any clarification prior to submission of a bid.  If any person contemplating submitting a bid in response to this IFB is in doubt as to the true meaning of any part of the solicitation documents attached hereto or finds discrepancies in or omissions from the specifications, they must submit a written request for clarification/interpretation to the County Deputy Procurement Agent (DPA), Gina Lozares, via the County’s online biding system.

    • Civil Rights and Nondiscrimination
      1. General Civil Rights Provisions: In all its activities within the scope of its airport program, the Contractor agrees to comply with pertinent statutes, Executive Orders, and such rules as identified in Title VI List of Pertinent Nondiscrimination Acts and Authorities to ensure that no person shall, on the grounds of race, color, national origin, creed, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance.
        This provision is in addition to that required by Title VI of the Civil Rights Act of 1964.
        The above provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract.
      2. Nondiscrimination: In the performance of this Contract, Contractor agrees that it will comply with the requirements of Section 1735 of the California Labor Code and not engage nor permit any subcontractors to engage in discrimination in employment of persons because of the race, religious creed, color, national origin, ancestry, physical disability, mental disability, medical condition, marital status, or sex of such persons. Contractor acknowledges that a violation of this provision shall subject Contractor to penalties pursuant to Section 1741 of the California Labor Code.
      3. Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”), agrees as follows: 
        1. Compliance with Regulations:  The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract.
        2. Non-Discrimination:  The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, national origin, creed, sex, age, or disability in the selection and retention of subcontractors, including procurements of materials and leases of equipment.  The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21 including amendments thereto.
        3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor’s obligations under this Contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin.
        4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the Sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information.
        5. Sanctions for Noncompliance: In the event of a Contractor’s noncompliance with the nondiscrimination provisions of this contract, the Sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to:
          1. Withholding payments to the Contractor under the contract until the Contractor complies; and/or
          2. Cancelling, terminating, or suspending a contract, in whole or in part.
        6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the Sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the Sponsor to enter into any litigation to protect the interests of the Sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.
          Upon request by the County, Contractor will provide a copy of each subcontract to demonstrate the above language has been inserted.
      4. Title VI List of Pertinent Nondiscrimination Acts and Authorities: During the performance of this Contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “Contractor”) agrees to comply with the following nondiscrimination statutes and authorities; including but not limited to:
        1. Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin);
        2. 49 CFR part 21 (Nondiscrimination in Federally-Assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964) including amendments thereto;
        3. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects);
        4. Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27 (Nondiscrimination on the Basis of Disability in Programs or Activities Receiving Federal Financial Assistance);
        5. The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age);
        6. Airport and Airway Improvement Act of 1982 (49 USC § 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex);
        7. The Civil Rights Restoration Act of 1987 (PL 100-259) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not);
        8. Titles II and III of the Americans with Disabilities Act of 1990 (42 USC § 12101, et seq), (prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38;
        9. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC § 1681, et seq).
        10. Contractor is required to insert the above Title VI List of Pertinent Nondiscrimination Acts and Authorities into every subcontract at any tier.  Upon request by the County, Contractor will provide a copy of each subcontract to demonstrate that the above language has been inserted.
      5. Civil Rights Training: Upon request by the County, Contractor is required to disseminate and provide training materials and other information related to Title VI Civil Rights to its staff as specified by the County.
    • Bid Content

      Responsive bids must include the following completed forms and documentation, submitted via the County’s online bidding system. Bids that do not meet these requirements may be deemed non-responsive.

    • Clarification/Interpretation

      If clarification or interpretation of this solicitation is considered necessary by County, a written addendum shall be issued and the information will be posted on County’s online bid system.  Any interpretation of, or correction to, this solicitation will be made only by addendum issued by the County DPA.  All addenda will be submitted and posted on the County’s online bidding system.  It is the responsibility of each Bidder to periodically check the County’s online biding system to ensure that they have received and reviewed any and all addenda to this solicitation.  The County will not be responsible for any other explanations, corrections to, or interpretations of the documents, including any oral information.

      All questions or requests for interpretation must be received within this solicitation's Question & Answer section by Friday, March 27, 2026 before 4:00 pm.

    • Bid Submission

      Electronic Bids shall be submitted via the County’s online bidding system via the following  link https://procurement.opengov.com/portal/ocgov.  All required sections of the IFB as listed above, must be submitted via the County’s eProurement Portal.  Bidder is solely responsible for “on time” submission of their electronic bid.  The County will not accept late bids and no exceptions shall be made.  County will only receive those bids that were transmitted successfully. 

      Note: Electronic Bids cannot be viewed by County until after the solicitation deadline. If you encounter any problems with your registration, system, bid submission, or other system issues, please contact OpenGov’s support staff via the live chat option or via email at procurement-support@opengov.com.

    • Non-Mandatory Pre-Bid Meeting Webinar

      A Non-Mandatory Pre-Bid Webinar Meeting will be conducted at the stated date and time. Attendance is not mandatory but is highly recommended for any parties interested in submitting a bid.

      1. PRE-BID INFORMATION
        DATE: NO VALUE
        TIME: NO VALUE – NO ONE WILL BE ADMITTED AFTER NO VALUE
        LOCATION: NO VALUE
      2. Please RSVP your attendance through the e-procurement portal by close of business day on NO VALUE.
      3. The purpose of the Pre-Bid Meeting will be to discuss the Job Order Contract (JOC) concept, and discuss JOC from a Contractor’s perspective. For Contractors who are new to the JOC process, a training workshop will be part of the Pre-Bid Meeting.
        • The County strongly encourages a responsible managing officer from the Contractor’s office to attend this meeting. Bidders may request one (1) CD which contains the Construction Task Catalog® and the Technical Specifications.
    • OCLSB/DVBE Certification Requirements:

      County Of Orange Local Small Business (OCLSB) Preference And Disabled Veteran Business Enterprise (DVBE) Certification Requirements

      1. To participate as an OCLSB and/or DVBE the following requirements must be met:
        1. Must be certified with State of California the Department of General Services (DGS) as a Small Business. - https://caleprocure.ca.gov/pages/sbdvbe-index.aspx
        2. Must be certified with DGS as a DVBE. - https://caleprocure.ca.gov/pages/sbdvbe-index.aspx
        3. Maintains their principal center of operations (i.e. headquarters) within Orange County.
        4. Certification must be valid at the date/time solicitation is closed, and it shall remain in effect at the time of contract award. County reserves the right to verify and/or reject incomplete documents.
        5. Complete and sign the Affirmation form attached herein. The signed Affirmation form and the OCLSB Certification are required and must be returned with the solicitation response.
      2. OCLSB or DVBE Preference provides for the following:
        1. Invitation for Bid – IFB
          A five percent (5%) deduction in the original bid price shall be applied to all confirmed OCLSB or DVBE bidders for evaluation purposes. If the lowest bidder is a certified OCLSB or DVBE bidder, the contract will be awarded at the certified OCLSB or DVBE’s original bid price. The maximum allowable preference deduction is $100,000.
      3. Dual OCLSB and DVBE Preference provides for the following:
        1. Business Certified as OCLSB and DVBE
          If a State-certified OCLSB is also a State-certified DVBE, the preference given to that business shall be 8% instead of 5%.
      4. Subcontractors
        If bidder is submitting subcontractors to qualify for the OCLSB or DVBE preference, bidder must demonstrate through the Staffing Plan that 20% of the total bid amount is allocated to the OCLSB and/or DVBE subcontractor(s).

      *NOTE: DVBE PREFERENCE IS NOT APPLICABLE TO PUBLIC WORKS OR A-E CONSTRUCTION PROJECTS.

    • Bid Submittal

      This is a fully electronic Invitation for Bid (IFB). Bidders must submit their bid through the County’s online bidding system to be considered responsive. Only electronic bids will be accepted, no exceptions. Once the Bid Due Date and Time has lapsed, bidders, the public and County staff are able to immediately see the results on OpenGov Procurement.

      All bids are due no later than the due date and time specified within this solicitation. Late bids will not be accepted regardless of reason.

      No person, firm or corporation shall be allowed to make or file or be interested in more than one bid, for the Job Order Contract. A person, firm or corporation who has submitted a sub-bid to a Bidder, or who has quoted prices on materials to a Bidder, is not hereby disqualified from submitting a sub-bid or quoting prices to other Bidders.

      Bidders shall take all responsibility for any errors or omissions in their bids. Any discrepancies in numbers or calculations shall be interpreted to reflect the lowest price to the County.

      The County shall not be liable for any expenses incurred by potential Bidders in the preparation or submission of their bids. Pre-contractual expenses are not to be included in the Contractor’s Pricing Sheet. Pre-contractual expenses are defined as, including but not limited to, expenses incurred by Bidder in:

      1. Preparing its bid in response to this IFB;
      2. Submitting that bid to the County;
      3. Negotiating with the County any matter related to the bid; and,
      4. Any other expenses incurred by the Bidder prior to the date of the award and execution, if any, of the Contract.
    • Submission Requirements
      1. Bid Form; (NOTE TO BUYER - This references the old paper form that includes items now within the Vendor Responses & pricing - but not a signature - validate with your CoCo)
      2. List of Subcontractors;
      3. Minimum Experience/Qualification Statement;
      4. Bid Schedule (Pricing in OpenGov);
      5. Company Profile & References
      6. Non-Collusion Affidavit
      7. Iran Contracting Act Certification Form (BUYER - Keep if over $1M)
      8. In-Use Off Road Diesel Fueled Fleets Regulation Form
      9. Campaign Contribution Disclosure Form
      10. Contractor Safety Responsibility Form;

      Note: Electronic Bids cannot be viewed by County until after the solicitation deadline. If you encounter any problems with your registration, system, bid submission, or other system issues, please contact OpenGov’s support staff via the live chat option or via email at procurement-support@opengov.com.

    • OCLSB Preference Policy - Construction:

      For solicitations awarded to the lowest responsive and responsible bidder, a preference of five percent (5%) of the lowest bid will be applied to certified bidders who request the preference pursuant to County policy.

      This preference will be applied to all certified bidders who qualify, including the lowest responsive, responsible bidder. However, the awarded contract price will remain the bidder’s original bid price and not the adjusted price used for evaluation purposes.

      Please note, the total preference applied under this program cannot exceed five percent (5%) of the lowest bid, with a maximum cap of $100,000.

      Eligibility for Contractors Using OCLSB Subcontractors – Prime contractors that do not otherwise meet the OCLSB certification requirements may still qualify for OCLSB preferences by virtue of their use of OCLSB subcontractors. To qualify for the preferences by using certified OCLSB subcontractor(s), twenty percent (20%) of the total proposed contract amount must be allocated to OCLSB subcontractors identified in the List of Subcontractors. (BUYER - Upload list)

    • Communication

      Bidders are not to contact other County personnel with any questions or clarifications concerning this Invitation for Bid (IFB). All questions regarding this solicitation must be submitted via the Question & Answer section of this solicitation within the County’s eProcurement Portal at: https://procurement.opengov.com/portal/ocgov. Any County response relevant to this IFB other than through or approved by County is unauthorized and will be considered invalid.

       

      County's Deputy Procurement Agent, Gina Lozares, glozares@ocair.com, will provide all official communication concerning this IFB.

    • Award

      Upon recommendation of Contract award, Bidder will be required to submit the following documents within seven (7) days of County notification, unless otherwise specified in the solicitation:

      1. Insurance: Certificate(s) of Insurance, including additional Insured Endorsement(s); refer to Model Contract, Article-Insurance

      2. W-9 Form: Current signed W-9 (Taxpayer ID No & Certification), which includes Contractor’s Legal Business Name(s).  Out of State Vendors are required to submit a 587/590 Form.

    • Bonds

      Bonds shall be secured from an admitted surety company authorized to conduct surety insurance in California and satisfactory to County Counsel and County Risk Management and in accordance with the General Conditions.

      1. Bid Bond:  Bidder will be required to furnish a bid bond in an amount not less than 10% of the total Contract amount. Original bid security documents shall be received at the following address before 4:00 pm on the bid closing date or submittals shall be deemed non-responsive:

        County of Orange/County Administration South Building
        601 N. Ross St., 4th Floor
        Santa Ana, CA 92701
        Attn: Gina Lozares

      2. Labor and Material Payment Bond and a Faithful Performance Bond: The successful Bidder, immediately upon award, will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond in an amount of $TBD. Sample bonds can be found attached to this IFB.
    • Bid Validity

      Bids will be valid for a period of 365 days after IFB closing date.

    • Bid Security

      Bidders must provide a ten percent (10%) bid security by certified or cashier’s check from a responsible bank, cash, or an original bidder’s bond issued and executed by an admitted surety insurer authorized to transact surety insurance in California, made payable to the order of the County of Orange in an amount equal to at least ten percent (10%) of the total bid amount, as a guarantee that the Bidder will enter into the proposed Contract if it is awarded to the Bidder.

      In the event the Bidder to which the Contract is awarded fails to provide bonds and insurance and meet other preconditions to the County’s execution of the Contract in a timely manner, the proceeds of the check or cash or the full sum of the Bidder’s bond will be forfeited to the County.

      Original bid security documents shall be received at the following address before 4:00 pm on Friday, April 3, 2026 or submittals shall be deemed non-responsive:

      County of Orange/John Wayne Airport
      Attn: Gina Lozares
      3160 Airway Ave
      Costa Mesa, CA 92626

    • OCLSB and DVBE Subcontractor Requirement - Construction:

      This project is estimated to exceed five million dollars ($5,000,000). As a result, at least 3% of the total contract value must be subcontracted to an Orange County Local Small Business (OCLSB) or Disabled Veteran Business Enterprise (DVBE). Under the Public Contract Code, no DVBE preference can be applied to Public Works projects.

      The Bid may be declared non-responsive if the Bidder fails to include at least 3% of the total contract value subcontracted to certified OCLSB or DVBE subcontractors.

    • Pricing
      1. Bid Prices:  The bid prices quoted on this solicitation shall be firm for the entire contract term of the awarded Contract. 
      2. Addenda: Bid prices offered shall reflect all addenda issued by County.
      3. Scope of Work: Bids shall be submitted only for the items and/or services as stated in the Scope of Work, Attachment A of Model Contract; bids for other than the items and/or services listed will not be considered.
      4. Firm Prices: The County will only consider firm price bids.
      5. Profit: The net amount of profit will remain firm for the entire term of the Contract.  Contract adjustments which increase Contractor’s profit will not be allowed.
      6. Price Decreases: All price/rate decreases will automatically be extended to the County.  Please reference Paragraph – Price Increase/Decrease provision for additional information.
      7. Acceptance: Bids must be provided for each item separately, “all-or-none” bids will not be accepted unless in the best interest of the County.
    • OCLSB Subcontractor Participation - Construction

      For the purpose of satisfying subcontracting participation requirements and/or being eligible for the preference, only 1st-tier OCLSB subcontractors will be recognized as participants in the Contract according to the following criteria:

      1. For credit to be allowed toward a respective participation level, all listed OCLSB firms shall have been certified by the Bid due date.
      2. The Subcontractor shall perform a commercially useful function for credit to be allowed toward subcontractor participation levels. The Subcontractor shall be required by you to be responsible for the execution of a distinct element of the Work and shall carry out its responsibility by actually performing and supervising its own workforce.
      3. If the Bidder is seeking the recognition of materials, supplies, or both towards achieving any mandatory subcontracting participation level, the Bidder shall indicate on the Subcontractor List with the Bid the following: (BUYER - Upload list)
        1. If the materials or supplies are obtained from a OCLSB manufacturer, the Bidder will receive 100% of the cost of the materials or supplies toward OCLSB participation. For the purposes of counting OCLSB participation, a manufacturer is a firm that operates or maintains a factory or establishment that produces, on the premises, the materials, supplies, articles, or equipment required under the Contract and of the general character described by the specifications.
        2. If the materials or supplies are obtained from a OCLSB supplier, the Bidder will receive 60% of the cost of the materials or supplies toward OCLSB participation. For the purposes of counting OCLSB participation a Supplier is a firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials, supplies, articles or equipment of the general character described by the specifications and required under the Contract are bought, kept in stock, and regularly sold or leased to the public in the usual course of business. To be a supplier, the firm shall be an established, regular business that engages, as its principal business and under its own name, in the purchase and sale or lease of the products in question. A person may be a supplier in such bulk items as petroleum products, steel, cement, gravel, stone, or asphalt without owning, operating, or maintaining a place of business if the person both owns and operates distribution equipment for the products. Any supplementing of the suppliers’ own distribution equipment shall be by a long-term lease agreement and shall not be on an ad hoc or contract-by-contract basis.
        3. If the materials or supplies are obtained from an OCLSB, which is neither a manufacturer nor a supplier, the entire amount of fees or commissions charged for assistance in the procurement of the materials and supplies, fees or transportation charges for the delivery of materials or supplies required on a job site will be counted toward OCLSB participation, provided the fees are reasonable and not excessive as compared with fees customarily allowed for similar services. No portion of the cost of the materials and supplies themselves will be counted toward OCLSB participation.
      4. If the Bidder is seeking the recognition of OCLSB Trucking towards achieving any mandatory subcontracting participation level, the Bidder shall indicate it on the List of Subcontractors with the Bid. The following factors will be evaluated in determining the credit to be allowed toward the respective participation level:
        1. The OCLSB shall be responsible for the management and supervision of the entire trucking operation for which it is getting credit on a particular Contract and there shall not be a contrived arrangement for the purpose of counting OCLSB participation.
        2. The OCLSB shall itself own and operate at least 1 fully licensed, insured, and operational truck used on the Contract.
        3. The OCLSB receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs.
        4. The OCLSB may lease trucks from another OCLSB firm including an owner-operator who is certified as an OCLSB. The OCLSB who leases trucks from another OCLSB receives credit for the total value of the transportation services the lessee OCLSB provides on the contract.
        5. The OCLSB may also lease trucks from a non-OCLSB firm, including an owner-operator. The OCLSB who leases trucks from a non-OCLSB is entitled to credit for the total value of transportation services provided by non-OCLSB lessees not to exceed the value of transportation services provided by OCLSB owned trucks on the contract. Additional participation by non-OCLSB lessees receive credit only for the fee or commission it receives as a result of the lease arrangement.
        6. A lease shall indicate that the OCLSB has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the OCLSB so long as the lease gives the OCLSB absolute priority for use of the leased truck.
    • Substitutions

      Bids offering equivalent items meeting the standards of quality specified in the solicitation may be considered, unless otherwise specified, providing the bid clearly describes the article offered and how it differs from the specified brand.  Unless Bidder specifies otherwise, it is understood that the Bidder is offering the brand item as specified in the solicitation.  If Bidder bids an “equal,” Bidder must state the brand name and must submit complete specifications and/or provide samples with the bid.  Determination of equality shall be at the sole discretion of the County.  If it has been justified and accepted by the requesting agency/department and/or a County standards committee that only one brand can meet the County’s requirements, “no exceptions” shall be noted in the specifications. All requests for substitutions must be submitted within the Question and Answer period and upon approval by the County, the bidder shall include the approved substitution in the Pricing table for the item(s).

    • Contractor’s License

      No bid may be considered from a Bidder who, at the time the bids are opened, is not licensed to perform the project in accordance with Division 3, Chapter 9, of the Business and Professions Code of the State of California (see California Business and Professions Code, Section 7000, et seq). However, if federal funds are involved, the Bidder must be properly licensed at the time of award (Public Contract Code 20103.5).

      Bidders shall be required to meet any other legal, license or certificate requirements that are necessary to enable them to perform the services specified in this solicitation.

    • Lobbyists

      County of Orange does not require and neither encourages or discourages the use of lobbyists or other consultants for the purpose of securing business.

       

      ORANGE COUNTY BOARD OF SUPERVISORS
      AND COUNTY AGENCY OFFICERS

      Board of Supervisors  

      Janet Nguyen, First District
      Vicente Sarmiento, Second District
      Donald P. Wagner, Third District
      Doug Chaffee, Fourth District
      Katrina Foley, Fifth District

      County Agency Officers

      Claude Parrish, Assessor
      Hugh Nguyen, Clerk-Recorder
      Todd Spitzer, District Attorney-Public Administrator
      Don Barnes, Sheriff-Coroner
      Shari L. Freidenrich, Treasurer-Tax Collector
      Andrew Hamilton, Auditor-Controller

    • Self Performance Requirements

      The Bidder shall be capable of performing, and shall perform with its own organization, work amounting to at least TBD% of the Base Bid Amount. However, any Bid Item designated as a “Specialty Bid Item” will be excluded from the Base Bid Amount for purposes of this Section only.

    • No Substitutions

      The bidder is required to meet all specifications and requirements contained in this solicitation.  No substitutions will be accepted, unless prior County written approval is received.

    • OCLSB Subcontractor Participation Percentage - Construction
      1. The Bidder must achieve the mandatory Subcontractor participation requirement.
      2. The Bidders shall indicate the participation on the List of Subcontractors regardless of the dollar value.
      3. An OCLSB Bidder may count its own participation toward achieving the subcontracting requirement as long as the OCLSB Bidder performs at least 51% of the Contract Price.
    • License Requirement

      To be eligible for award of this contract, Bidder must possess the following licensing classification(s) from the State of California’s License Board: “NO VALUE

    • Discrepancies

      Bidder shall take all responsibility for any errors or omissions in their bids. Any discrepancies in numbers or calculations shall be interpreted to reflect the lowest price to the County. 

      If prior to contract award, a Bidder discovers a mistake in their bid which renders the Bidder unwilling to perform under any resulting contract, the Bidder must immediately notify the buyer and request to withdraw the bid. It shall be solely within the County's discretion as to whether withdrawal will be permitted. If the solicitation contemplated evaluation and award of "all or none" of the items, then any withdrawal must be for the entire bid. If the solicitation provided for evaluation and award on a line item or combination of items basis, the County may consider permitting withdrawal of specific line item(s) or combination of items.

    • Acceptance/Rejection/Award
      1. Bids submitted in response to this IFB may become subject to public disclosure. The County shall not be liable in any way for disclosure of any such records. Additionally, all bids shall become the property of the County.  
      2. Bids will be reviewed by the County for responsiveness to all requirements. The County has the right to reject any bid deemed unresponsive or lacking the resources or experience to adequately perform the services described herein, and is therefore not a responsible bidder.
      3. Only those responsible, responsive bids meeting all solicitation requirements and specifications shall be further reviewed for consideration for award. Award shall be based on the lowest, responsive, responsible bid.
        Please take notice, non-acceptance of County of Orange terms and conditions will result in a bid being deemed non-responsive. The County will not accept any other terms, conditions, or provisions contrary to those contained within this solicitation.
      4. Final award determination based upon the lowest responsive, responsible bid, may also include a review of successful Bidder’s qualifications, experience, and resources; Bidder’s ability to meet the requirements and perform the services specified in this solicitation; Bidder’s references and past performance; and Bidder’s acceptance of County of Orange terms and conditions.
      5. Awarded Contractor will be required to sign a Contract upon award. If Contractor is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
    • OCLSB Maintaining Participation Levels - Construction
      1. Credit and preference points are earned based on the level of participation proposed prior to the award of the Contract. Once the Project begins, Contractor shall achieve and maintain the OCLSB and/or DVBE participation levels for which credit and preference points were earned. Contractor shall maintain the OCLSB and/or DVBE percentages indicated at the Contract Award and throughout the Contract Time.
      2. If the County modifies the original Scope of Work, the Contractor shall make reasonable efforts to maintain the OCLSB and/or DVBE participation for which creditor preference points were earned. If participation levels will be reduced, written approval shall be received from the County prior to making changes.
      3. The Contractor shall notify and obtain written approval from the County in advance of any reduction in subcontract scope, termination, or substitution for a designated OCLSB and/or DVBE Subcontractor. Failure to do so shall constitute a material breach of the Contract.
    • Labor Code Notice

      All contractors and subcontractors must comply with the requirements of Labor Code Section 1771.1(a), pertaining to registration of contractors pursuant to Section 1725.5. Bids cannot be accepted from unregistered contractors except as provided in Section 1771.1. This Project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. After award of the Contract, successful Bidder (Contractor) and each Subcontractor shall furnish electronic payroll records directly to the Labor Commissioner in the manner specified in Labor Code Section 1771.4.

    • Listing of Subcontractors

      Pursuant to the provisions of California Public Contract Code Sections 4100 through 4113, all Bidders shall state in their Bids:

      1. The name, location of the place of business, and California contractor license number of each subcontractor who will perform work or labor or render service to the successful Bidder, or who will specially fabricate and install a portion of the work according to detailed drawings contained in the Plans and Special Provisions in an amount in excess of one-half of one percent of the Bidder's total Bid.
      2. The work, trade, service, or portion of the work that will be performed by each such Subcontractor.

      If the Bidder fails to specify a subcontractor for any portion of the work to be performed under the Contract in excess of one-half of one percent of the Bidder's total Bid, the Bidder agrees to perform that portion with its own organization.

      The successful Bidder shall not, without the consent of County, either:

      1. Substitute any person, firm, or corporation as subcontractor in place of the Subcontractor designated in the original Bid; or
      2. Permit any subcontract to be assigned or transferred or allow it to be performed by anyone other than the original Subcontractor listed in the Bid.

      In the event that the Bid Form calls for alternates and Bidder intends to use different or additional subcontractors on the alternates, Bidder shall complete additional forms for each alternate listing the subcontractor(s) for such alternate.

    • Bid Expenses

      The County shall not be liable for any expenses incurred by potential Contractors in the preparation or submission of their bids. Pre-contractual expenses are not to be included in the Contractor’s Pricing Sheet. Pre-contractual expenses are defined as, including but not limited to, expenses incurred by Bidder in: 

      1. Preparing its bid in response to this IFB. 
      2. Submitting that bid to the County. 
      3. Negotiating with the County any matter related to the bid; and, 
      4. Any other expenses incurred by the Bidder prior to the date of the award and execution, if any, of the Contract.
    • Rights Reserved to County

      The County reserves the right to:

      1. Waive, at its discretion, any non-material defects, irregularity, or informality, which County deems correctable or otherwise not warranting rejection of the bid that do not result in any unfair competitive advantage.
      2. Verify and validate any information prior to Contract Award and during the entire term of the Contract.
      3. Make multiple awards to Bidders for services requested in this solicitation, at its sole discretion, to serve the best interests of the County.
      4. Accept or reject in whole or in part any or all bids received as a result of this solicitation at its sole discretion and to solicit for new bids, as the best interest of the County may require.
      5. Withdraw or cancel in part or in its entirety this solicitation at any time without prior notice and furthermore makes no representation that any contract will be awarded to any Bidder responding to this solicitation.
      6. Negotiate the final Contract with the lowest, responsive and responsible Bidder or Bidders as necessary to serve the best interests of the County.
    • OCLSB Subcontractor and Supplier Substitutions - Construction

      Listed Subcontractors and Suppliers shall not be substituted without the written authorization of the County or its duly authorized agent.

      Request for Subcontractor or Supplier substitution shall be made in writing to:

      County of Orange/Department Name
      Attn: Contact Full Name, Title
      Contact Address
      Email: Contact Email Address

      The request shall include a thorough explanation of the reason(s) for the substitution, including dollar amounts and a letter from each substituted Subcontractor or Supplier stating that they (the Subcontractors or Suppliers) release all interest in working on the Project and written confirmation from the new Subcontractor or Supplier stating that they agree to work on the Project along with the dollar value of the Work to be performed.

      Written approval of the substitution request shall be received from the County or its authorized officer prior to any unlisted Subcontractor or Supplier performing Work on the Project. Substitution of Subcontractors and Suppliers without authorization shall subject you to those penalties set forth in Public Contract Code §4110.

      Requests for Supplier substitution shall be made in writing at least ten (10) Days prior to the provision of materials, supplies, or services by the proposed Supplier and shall include proof of written notice to the originally listed Supplier of the proposed substitution.

      A Contractor whose Bid is accepted shall not:

      1. Substitute a person as Subcontractor or Supplier in place of the Subcontractor or Supplier listed in the original bid, except that the County, or it’s duly authorized officer, may consent to the substitution of another person as a Subcontractor or Supplier in any of the following situations:
        1. When the Subcontractor or Supplier listed in the Bid, after having a reasonable opportunity to do so, fails or refuses to execute a written Contract for the scope of work specified in the subcontractor’s bid and at the price specified in the subcontractor’s bid, when that written contract, based upon the general terms, conditions, plans, and specifications for the project involved or the terms of the subcontractor’s written bid, is presented to the subcontractor by the prime contractor.
        2. When the listed Subcontractor or Supplier becomes insolvent or the subject of an order for relief in bankruptcy.
        3. When the listed Subcontractor or Supplier fails or refuses to perform his or her subcontract.
        4. When the listed Subcontractor fails or refuses to meet bond requirements as set forth in Public Contract Code §4108.
        5. When you demonstrate to the County or it’s duly authorized officer, subject to the provisions set forth in Public Contract Code §4107.5, that the name of the Subcontractor was listed as the result of an inadvertent clerical error.
        6. When the listed Subcontractor is not licensed pursuant to Contractor License Law.
        7. When the County, or it’s duly authorized officer, determines that the Work performed by the listed Subcontractor or that the materials or supplies provided by the listed Supplier are substantially unsatisfactory and not in substantial accordance with the Plans and specifications or that the Subcontractor or Supplier is substantially delaying or disrupting the progress of the Work.
        8. When the listed Subcontractor is ineligible to work on a public works project pursuant to §§1777.1 or 1777.7 of the Labor Code.
        9. When the County or its duly authorized agent determines that the listed Subcontractor is not a responsible contractor.
      2. Permit a Contract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original Subcontractor, Supplier listed in the original Bid without the consent of the County, or it’s duly authorized officer.
      3. Other than in the performance of “Change Orders” causing changes or deviations from the Contract, sublet or subcontract any portion of the Work, or contract for materials or supplies in excess of 0.5% of your total bid or $10,000, whichever is greater, as to which his or her original Bid did not designate a Subcontractor or Supplier.
    • Maintaining Participation Levels
      1. Credit and preference points are earned based on the level of participation proposed prior to the award of the Contract. Once the Project begins, Contractor shall achieve and maintain the OCLSB and/or DVBE participation levels for which credit and preference points were earned. Contractor shall maintain the OCLSB and/or DVBE percentages indicated at the Contract Award and throughout the Contract Time.

       

      1. If the County modifies the original Scope of Work, the Contractor shall make reasonable efforts to maintain the OCLSB and/or DVBE participation for which creditor preference points were earned. If participation levels will be reduced, written approval shall be received from the County prior to making changes.

       

      1. The Contractor shall notify and obtain written approval from the County in advance of any reduction in subcontract scope, termination, or substitution for a designated OCLSB and/or DVBE Subcontractor. Failure to do so shall constitute a material breach of the Contract.
    • W-9 Requirements

      Department of the Treasury, Internal Revenue Service Form W-9 Requirement: Effective June 3, 2006, all Contractors, entering into a contract with the County, who are not already established in the County's Financial System as an Auditor-Controller vendor, will be required to submit to the County a federal Form W-9, or form W-8 for foreign vendors.

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

    • Acceptance/Rejection/Award
      1. Bids submitted in response to this IFB may become subject to public disclosure under the California Public Records Act, and other applicable law. The County shall not be liable in any way for disclosure of any such records. Additionally, all bids shall become the property of the County.  
      2. The lowest responsive, responsible Bidder will be recommended for contract award.
      3. Bids will be reviewed by the County for responsiveness to all requirements.  The County has the right to reject any bid deemed unresponsive or lacking the resources or experience to adequately perform the services described herein.
      4. Only those responsible, responsive bids meeting all solicitation requirements and specifications shall be further reviewed for consideration for award.  Award shall be based on the lowest, responsive, responsible bid.
      5. Please take notice, non-acceptance of the County of Orange terms and conditions, incorporated in model contract, may deem a bid non-responsive.  County may not accept any other terms, conditions, or provisions contrary to those contained within this solicitation.
      6. Final award determination shall be based upon the lowest responsive, responsible bid, and may also include a review of Bidder’s ability to meet the requirements and perform the services specified in this solicitation; Bidder’s references and past performance; and Bidder’s acceptance of County of Orange terms and conditions.  
      7. By submitting a response to this solicitation, Bidders agree to accept the decision of the County DPA as final.
      8. Awarded Bidder will be required to sign a contract upon award.  If Bidder is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
    • Subcontractor and Supplier Substitutions

      Listed Subcontractors and Suppliers shall not be substituted without the written authorization of the County or its duly authorized agent.

      Request for Subcontractor or Supplier substitution shall be made in writing to:

      John Wayne Airport – Procurement Services

      Attention Gina Lozares

      3160 Airway Ave

      Costa Mesa, CA 92626

      The request shall include a thorough explanation of the reason(s) for the substitution, including dollar amounts and a letter from each substituted Subcontractor or Supplier stating that they (the Subcontractors or Suppliers) release all interest in working on the Project and written confirmation from the new Subcontractor or Supplier stating that they agree to work on the Project along with the dollar value of the Work to be performed.

      Written approval of the substitution request shall be received from the County or its authorized officer prior to any unlisted Subcontractor or Supplier performing Work on the Project. Substitution of Subcontractors and Suppliers without authorization shall subject you to those penalties set forth in Public Contract Code §4110.

      Requests for Supplier substitution shall be made in writing at least ten (10) Days prior to the provision of materials, supplies, or services by the proposed Supplier and shall include proof of written notice to the originally listed Supplier of the proposed substitution.

      A Contractor whose Bid is accepted shall not:

      1. Substitute a person as Subcontractor or Supplier in place of the Subcontractor or Supplier listed in the original bid, except that the County, or it’s duly authorized officer, may consent to the substitution of another person as a Subcontractor or Supplier in any of the following situations:
        1. When the Subcontractor or Supplier listed in the Bid, after having a reasonable opportunity to do so, fails or refuses to execute a written Contract for the scope of work specified in the subcontractor’s bid and at the price specified in the subcontractor’s bid, when that written contract, based upon the general terms, conditions, plans, and specifications for the project involved or the terms of the subcontractor’s written bid, is presented to the subcontractor by the prime contractor.
        2. When the listed Subcontractor or Supplier becomes insolvent or the subject of an order for relief in bankruptcy.
        3. When the listed Subcontractor or Supplier fails or refuses to perform his or her subcontract.
        4. When the listed Subcontractor fails or refuses to meet bond requirements as set forth in Public Contract Code §4108.
        5. When you demonstrate to the County or it’s duly authorized officer, subject to the provisions set forth in Public Contract Code §4107.5, that the name of the Subcontractor was listed as the result of an inadvertent clerical error.
        6. When the listed Subcontractor is not licensed pursuant to Contractor License Law.
        7. When the County, or it’s duly authorized officer, determines that the Work performed by the listed Subcontractor or that the materials or supplies provided by the listed Supplier are substantially unsatisfactory and not in substantial accordance with the Plans and specifications or that the Subcontractor or Supplier is substantially delaying or disrupting the progress of the Work.
        8. When the listed Subcontractor is ineligible to work on a public works project pursuant to §§1777.1 or 1777.7 of the Labor Code.
        9. When the County or its duly authorized agent determines that the listed Subcontractor is not a responsible contractor.
      2. Permit a Contract to be voluntarily assigned or transferred or allow it to be performed by anyone other than the original Subcontractor, Supplier listed in the original Bid without the consent of the County, or it’s duly authorized officer.
      3. Other than in the performance of “Change Orders” causing changes or deviations from the Contract, sublet or subcontract any portion of the Work, or contract for materials or supplies in excess of 0.5% of your total bid or $10,000, whichever is greater, as to which his or her original Bid did not designate a Subcontractor or Supplier. 
    • Rights Reserved to County

      The County reserves the right to:

      1. Request a sample for determining equality with the specified brand.
      2. Waive, at its discretion, any non-material defects, irregularity, or informality, which County deems correctable or otherwise not warranting rejection of the bid that do not result in any unfair competitive advantage.
      3. Verify and validate any information prior to Contract Award and during the entire term of the Contract.
      4. Make multiple awards to Bidders for services requested in this solicitation, at its sole discretion, to serve the best interests of the County
      5. Accept or reject in whole or in part any or all bids received as a result of this solicitation at its sole discretion and to solicit for new bids, as the best interest of the County may require.
      6. Negotiate the final Contract with the lowest, responsive and responsible Bidder or Bidders as necessary to serve the best interests of the County.
      7. Withdraw or cancel in part or in its entirety this solicitation at any time without prior notice and furthermore makes no representation that any contract will be awarded to any Bidder responding to this solicitation.
      8. Award its total requirements to one Bidder or to apportion those requirements among two or more Bidders as the County may deem to be in its best interests; therefore, bids must be provided for each item separately; “all-or-none” bids will not be accepted unless in the best interest of the County.
      9. Defer award of this Contract for a period of 180 days after the Bid opening. During this period, Bidders shall guarantee the prices quoted in their Bids. County and the lowest responsive, responsible Bidder may mutually agree in writing to extend this deferral period.
    • Bidders' Review of Documents and Conditions

      Bidders shall inform themselves fully of the conditions relating to construction and labor under which the work will be performed. Before submitting a Bid, Bidders shall: carefully review the Agreement, General Conditions, Plans, and Special Provisions, and all other Contract Documents; visit the Project site; and attend any mandatory pre-bid site meeting and walkthrough described below. Bidder must be capable of and plan to employ such means and methods as will allow performance of the work in accordance with the Contract Documents, and will not cause any interruption or interference with any other contractor working at the site.

    • Joint Bids

      Where two or more Bidders desire to submit a single bid in response to a solicitation, they must do so on a prime/subcontractor basis rather than as a joint venture. The County intends to contract with a single firm or multiple firms, but not with multiple firms doing business as a joint venture.

    • Delivery of Bids

      Bids and modifications to the Bids, if any, must be submitted electronically via the OpenGov at County's online bidding system before the time and date set for the electronic Bid submittal in the Notice of Inviting Bids. Only electronic bids will be accepted, no exceptions. Bidders shall use the Pricing section of the electronic submittal to prepare and submit their Base Bid Amounts in response to this solicitation. Submission of the Bid before the time specified above shall be the sole responsibility of the Bidder. Late Bids will not be accepted under any circumstances.

    • Modification After Bid Opening

      A modification received from the lowest responsive, responsible Bidder after Bids have been opened that makes the terms of the Bid more favorable to County may be considered at any time and the Contract may be awarded based on such modification.

    • Unfair Practices and Other Laws

      Bidder warrants that its bid complies with the Unfair Practices Act (Business and Professions Code Section 17000 et seq.) and all applicable County, State and Federal laws and regulations.

    • Independence of Bid

      By submitting a bid, Bidder swears under penalty of perjury that it did not conspire with any other supplier to set prices in violation of anti-trust laws.

    • Withdrawal of Bids

      A Bidder may withdraw their bid at any point prior to the due date and time of bids and any bid not in a "Submitted" status as of the deadline shall not be considered. In order to withdraw their bid, a Bidder must click the "Unsubmit Proposal" button. If a bid is unsubmitted for any reason, it shall not be considered by the County if not resubmitted prior to the due date and time of bids.

    • Americans with Disability Act (ADA)

      To comply with the non-discrimination requirements of the ADA, it is the policy of the County to make every effort to ensure that its programs, activities and services are available to all persons, including persons with disabilities. For persons with a disability needing a reasonable modification to participate in the procurement process, or for persons having questions regarding reasonable modifications for the procurement process, you must contact the buyer listed in the solicitation.

    • Bidder's Questions, Addenda, and Interpretations of Drawings and Documents

      County has made available the Agreement, General Conditions, Plans, and Special Provisions for this Project. Each Bidder shall review and evaluate those documents, including any documents referenced therein, and request any necessary clarification prior to submission of a Bid. Requests for clarification regarding any part of the Notice Inviting Bids, Instructions to Bidders, or Contract Documents must be submitted via County’s OpenGov Procurement portal. For technical assistance with OpenGov, please contact OpenGov customer support.

      Bidders shall post their questions on the County's OpenGov Procurement portal. All questions and requests for clarification or interpretation must be submitted before 4:00 pm on Friday, March 27, 2026. Questions emailed directly to the County will not be answered. If County considers a clarification or interpretation necessary, County shall issue a written Addendum through its OpenGov Procurement portal ONLY. Such Addenda will be issued no later than TBD days prior to the time and date set for opening of Bids.

      Each Bidder shall ensure that it has received and reviewed any and all Addenda and Notices. County will not be responsible for any answers to questions, explanations, corrections to, or interpretations of the Contract Documents, Notice Inviting Bids, Instructions to Bidders, or other documents unless the answer, explanation, correction, or interpretation is issued through the County's OpenGov Procurement portal.

    • Homeless Service System Pillars

      John Wayne Airport supports the County's effort to build a responsive System of Care that meets the needs of individuals and families experiencing homelessness by providing access to permanent housing and supportive services.

      The Scope of Work and services outlined are in alignment with the Outreach and Supportive Services Pillar and Housing Pillar from the Commission to End Homelessness Homeless Service System Pillars Report. John Wayne Airport and Respondents shall work to implement the principles and commitments of the Outreach and Supportive Services Pillar and the Housing Pillar, as applicable.

      Responent shall upload their completed Homeless Service System Pillars Attestation in the Vendor Responses question.

    • Bonds

      Within 14 calendar days after award of the Contract, the successful Bidder shall furnish a Faithful Performance Bond and a Labor and Material Payment Bond, each in an amount equal to 100% of the Contract Price, issued by a surety in accordance with the requirements of the General Conditions of the Contract. The bonds shall be in the form of the models included in these Bid Documents and must be approved by County’s Risk Manager and County Counsel. The successful Bidder shall submit the bonds in duplicate, all of which shall bear original signatures. The signature of the surety representative must be notarized.

    • Insurance

      Within 10 calendar days after award of the Contract, the successful Bidder shall provide proof that all insurance required by the Contract is in place. County will not issue a Notice to Proceed until County has approved such insurance.

    • Contractor Screening

      Throughout the term of this Contract, Contractor shall not be listed on any state or federal exclusionary rosters, listed below. County may screen Contractor on a monthly basis to ensure Contractor is not listed on the exclusionary rosters, listed below.  If Contractor or its employee(s) are found to be included on any of the rosters indicated below, Contractor shall be deemed in default of its obligation under this Paragraph and shall constitute a cause for County to exercise its right to terminate this Contract immediately.  County, in its sole discretion, may afford Contractor an opportunity to cure said default within a reasonable time.

       

      1. United States Department of Health and Human Services, Office of Inspector General (OIG) List of Excluded Individuals & Entities (LEIE) (http://exclusions.oig.hhs.gov)
      2. General Services Administration (GSA) System for Award Management (SAM) Excluded   Parties List (http://sam.gov)
      3. State of California Department of Health Care Services Medi-Cal Suspended and Ineligible Provider List (County Health Care Agency Internal Database)
    • Execution of the Agreement and Notice to Proceed

      County will not execute the Agreement or issue a Notice to Proceed with the work until Bidder has submitted and County has approved Bidder’s Faithful Performance and Labor and Material Payment Bonds, proof of insurance, and initial job progress schedule. All such submittals must be received by County within 10 calendar days of award of the Contract. Any claims by Contractor for adjustments in time and/or cost for delays in issuing the Notice to Proceed due to Contractor’s failure to deliver bonds, insurance, and initial job progress schedule acceptable to County will not be considered.

    • Safety Data Sheets (SDS)

      The Contractor is required to provide a completed Safety Data Sheet (SDS) for each hazardous substance provided to the County under the Contractor’s Contract with the County. This includes hazardous substances that are not directly included in the Contract, but are included in the goods or services provided by the Contractor to the County. The provision of the SDSs must be in accordance with the requirements of California Labor Code Sections 6380 through 6399, General Industry Safety Order Section 5194, and Title 8, California Code of Regulations. The SDSs for each substance must be sent to the place of shipment or provision of goods/service.

    • No Claim for Costs of Preparing Bids

      County will not be responsible for any expenses incurred by any Bidder in attending Pre-Bid Meetings or in preparing or submitting bids, bid bonds, or any other documents prepared by any Bidder prior to the Award of the Contract.

    • Contractor Safety

      Contractor shall comply with the County’s Safety and Loss Prevention Policy and Procedure#306 (“Contractor Safety Responsibilities”) and submit a copy of their Injury and Illness Prevention Program (IIPP) and Contractor Safety-Activity Checklist to the County’s Project Manager prior to the start of any work performed under the Contract. 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.

    • 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 your bid submission response.

    • Bidders Interested in More Than One Bid

      No person or entity shall submit or be interested in more than one Bid as prime contractor for the same work. A person or entity who has submitted a subproposal to a Bidder, or who has quoted prices on materials to a Bidder, is not hereby disqualified from submitting a subproposal or quoting prices to other Bidders.

    • Unique Entity Identifier Number (UEI)

      The County requires a valid UEI number prior to Contract Award. If needed, your company may obtain one at no cost at www.usfcr.com. If you are unable to provide/obtain a UEI number, please indicate so in your bid submission response.

    • Non-Collusion Declaration

      Pursuant to Public Contract Code Section 7106, each Bidder must execute the Non-Collusion Declaration contained in the Bid Documents and submit it with the Bid.

      The County may require that the Contractor, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors.

    • Substitutions

      Bidders shall submit Bids covering the materials, equipment, products, processes, articles, or services as specified in the Contract Documents. County will not consider any request for a substitution prior to the opening of Bids.

    • Contractor's License

      Pursuant to Business & Professions Code Section 7028.15, County will not consider any Bid submitted by a Bidder that does not hold a valid contractor’s license at the time of submitting its Bid. This requirement is not a mere formality, and it will not be waived by the Board of Supervisors. The classification of contractor's license required for the performance of this Contract is specified in the Notice Inviting Bids.

    • Contractor's License

      Pursuant to Business & Professions Code Section 7028.15, a Bidder that does not hold a valid contractor’s license by the time of scheduled public meeting of Board of Supervisors for consideration of award this project shall not be considered or awarded. This requirement is not a mere formality, and it will not be waived by the Board of Supervisors. The classification of contractor's license required for the performance of this Contract is specified in the Notice Inviting Bids.

    • Compliance with Laws and Regulations

      Contractor represents and warrants that services to be provided under this Contract shall fully comply, at Contractor’s expense, with all standards, laws, statutes, restrictions, ordinances, requirements, and regulations (collectively “laws”), including, but not limited to those issued by County in its governmental capacity and all other laws applicable to the services at the time services are provided to and accepted by County. Contractor acknowledges that County is relying on Contractor to ensure such compliance, and pursuant to the requirements of the Insurance and Indemnification section, Contractor agrees that it shall defend, indemnify and hold County and County Indemnitees harmless from all liability, damages, costs and expenses arising from or related to a violation of such laws.

      Contractor shall remain in compliance and in good standing, maintaining current and active business entity and/or nonprofit registration status, with all applicable federal, state and local registration requirements at the time of execution of the contract through the duration of the term of the Contract, and shall provide annual confirmation of current and active status to County through the term of the Contract.

    • Time is of the Essence

      Time is of the essence to the contract.  Contractor shall complete the project within the contract time as defined in the “contract price and time” section of the agreement.  Failure to meet this requirement will subject contractor to liability for liquidated damages pursuant to the “liquidated damages” section of the agreement.

    • Allowances

      Allowances, where included, are listed in the Bid as lump-sum estimates. The tasks, conditions, standards, and schedules for performance of Allowances shall be subject to prior written approval of County.  Payment for Allowances shall be in accordance with the “Allowances” subsection of the “Payments” Section of the General Conditions. Any costs exceeding the maximum amount of any Allowance shall be addressed in accordance with the “Changes” Section of the General Conditions.  Upon completion of the Project, each Allowance estimate will be corrected for unused balances by Change Order to reflect the actual amount authorized for that Allowance.

    • Levine Act Requirements

      Effective January 1, 2023, Government Code Section 84308, otherwise known as the “Levine Act,” became applicable to members of the Board and other County officials. In order to comply with this requirement, Bidder shall furnish the required Campaign Contribution Disclosure Information form as a required submittal with its Proposal. Failure to include the form as required will render the bid nonresponsive.

    • Pre-Bid Meeting and Site Visit

      County may hold a pre-bid meeting and site visit. If this meeting is mandatory, each Bidder shall familiarize itself with the Project site.

      A NO VALUE pre-bid meeting and site visit will be held on NO VALUE at NO VALUE. The meeting place will be at NO VALUE, sign-in will be available.

      Failure of any Bidder to attend a mandatory pre-bid meeting and site visit shall constitute a substantial variation from the requirements of the Contract Documents and the Bid of any Bidder not in attendance will be rejected as nonresponsive. If you have any questions regarding the pre-bid meeting and site visit, please contact County’s representative, Gina Lozares at (949) 252-5175.

    • Pre-Bid Meeting and Site Visit

      There will be no pre-bid meeting and/or site visit for this solicitation.

    • Award or Rejection of Bids

      The award of the Contract, if it is awarded, will be to the lowest responsive and responsible Bidder complying with these Instructions and the Notice Inviting Bids.

      County’s determination of the lowest Bid price shall be the lowest Base Bid Amount without consideration of the prices on any Additive or Deductive items. However, Deletable Bid Items will be considered as part of the Base Bid Amount.

      The Bidder shall submit its Bid on a lump sum and/or unit price basis as set forth in the pre-printed Bid Form. Quantities and prices represented on the Bid Schedule are used for bidding purposes.  The approved Schedule of Values shall be the basis for all of Contractor’s payment requests and invoices .

      Bids shall include all costs necessary to comply with the requirements of the Contract Documents. Bids premised on other bases will not be considered. Bids that do not reference all Addenda or that are not submitted on the prescribed forms and that provide all required information may be rejected as non-responsive.

      Bids in which the total cost for an individual Bid Item does not correspond to the quoted unit price may be rejected as non-responsive.  In any conflict between the unit price and the total cost calculated for an individual item, the unit price shall prevail.

      A responsive Bidder shall mean a Bidder who has submitted a Bid which conforms, in all material respects, to the Bid Documents.

      A responsible Bidder shall mean a Bidder who has demonstrated the attribute of trustworthiness, as well as the quality, fitness, capacity, and experience to satisfactorily perform the Contract. In determining responsibility, County may consider any or all of the following criteria, among others:

      1. The ability, capacity, and skill of the Bidder to perform the work or provide the service required by the Contract.
      2. Whether the Bidder can perform the Contract promptly, and within the time specified, without delay or interference.
      3. The character, integrity, reputation, judgment, experience, and efficiency of the Bidder.
      4. The quality of Bidder’s performance of previous contracts.
      5. Bids will only be considered from Pre-Qualified Bidders. (BUYER remove if this solicitation does not require Pre-Qualification)

      If County accepts this Bid and the Bidder fails to submit acceptable bonds, insurance, initial job progress schedule, and any other documents required by the Instructions to Bidders or Contract Documents prior to execution of the Contract, or if such Bidder fails to execute the Agreement within the timeframes specified therein, County may, at its option, determine that the Bidder has abandoned the Contract. Upon such determination, the Bidder shall forfeit any security accompanying this Bid, and said security shall become the property of County, and County may proceed to award the Contract to the next lowest responsive, responsible Bidder.

    • Rights Reserved to County

      The County reserves the right to:

      1. Waive, at its discretion, any non-material defects, irregularity, or informality, which County deems correctable or otherwise not warranting rejection of the bid that do not result in any unfair competitive advantage.
      2. Verify and validate any information prior to Contract Award and during the entire term of the Contract.
      3. Make multiple awards to Bidders for services requested in this solicitation, at its sole discretion, to serve the best interests of the County.
      4. Accept or reject in whole or in part any or all bids received as a result of this solicitation at its sole discretion and to solicit for new bids, as the best interest of the County may require.
      5. Withdraw or cancel in part or in its entirety this solicitation at any time without prior notice and furthermore makes no representation that any contract will be awarded to any Bidder responding to this solicitation.
      6. Negotiate the final Contract with the lowest, responsive and responsible Bidder or Bidders as necessary to serve the best interests of the County.
      7. Award its total requirements to one Bidder or to apportion those requirements among two or more Bidders as the County may deem to be in its best interests; therefore, bids must be provided for each item separately; “all-or-none” bids will not be accepted unless in the best interest of the County.
      8. Review and approve the Contractor’s Schedule of Values in accordance with the “Project Schedule and Schedule of Values” Section of the General Conditions, however, notwithstanding acceptance of this Bid.
      9. Include or exclude from the Project, at any time prior to completion of the work, any Additive, Deductive, or Deletable Bid Items. Payment shall be adjusted in accordance with the unit cost for each item as set forth in the Bid. Contractor shall not be entitled to any adjustment of unit costs set forth in its Bid for any Additive, Deductive, or Deletable Bid Items even if those items are added, deducted, or deleted after award of the Contract.
      10. Defer award of this Contract for a period of 180 days after the Bid opening. During this period, Bidders shall guarantee the prices quoted in their Bids. County and the lowest responsive, responsible Bidder may mutually agree in writing to extend this deferral period.

    Submission Requirements

    • Bid Validity: (required)

      Bids will be valid for a period of 365 days after the solicitation closing date.

    • License and User Agreement (required)

      This Click-Through Agreement (the “Agreement”) contains the terms and conditions upon which The Gordian Group, Inc., a Georgia corporation (“Gordian”) grants to you (“Licensee”) a limited license to perform your obligations pursuant to the Client Contract (as defined below). Please read this Agreement carefully. By clicking “I Accept”, you acknowledge that you have read and accept the terms and conditions of this Agreement in its entirety.

      IF YOU ARE ENTERING INTO THIS AGREEMENT WITHIN THE SCOPE OF YOUR EMPLOYMENT OR IN CONNECTION WITH YOUR ENGAGEMENT AS AN INDEPENDENT CONTRACTOR, THEN THE TERM “LICENSEE” INCLUDES YOUR EMPLOYER OR PRINCIPAL CONTRACTOR, AS APPLICABLE, AND YOU WARRANT AND REPRESENT TO GORDIAN THAT YOU ARE AUTHORIZED TO ACCEPT THIS AGREEMENT ON SUCH EMPLOYER’S OR PRINCIPAL CONTRACTOR’S BEHALF.

      WHEREAS, pursuant to the terms and conditions of a contract between Gordian and one or more mutual clients of Gordian and Licensee that has contracted with Licensee for construction services (“Client Contract”), Gordian has agreed to provide Licensee with a limited license to Gordian’s Job Order Contracting system (“JOC System”), and

      NOW, THEREFORE, Gordian and Licensee agree to the terms and conditions of the following:

      Gordian hereby grants to Licensee, and Licensee hereby accepts from Gordian for the term of the Client Contract, a non-exclusive and nontransferable right, privilege, and license to Gordian’s proprietary JOC System and other related proprietary materials (collectively referred to as “Proprietary Information”) to be used for the sole purpose of executing the Licensee’s responsibilities under the Client Contract for which Licensee is utilizing the JOC system (“Limited Purpose”). Licensee hereby agrees that the Proprietary Information shall include, but is not limited to, Gordian’s eGordian® JOC information management applications and support documentation, Construction Task Catalog® and any construction cost data and copyrighted materials contained therein, training materials, and any other proprietary materials provided to Licensee by Gordian either electronically or through an alternative means of delivery. In the event the applicable Client Contract expires or terminates, this JOC System License shall terminate and Licensee shall return all Proprietary Information in its possession to Gordian.

      Licensee acknowledges that Gordian shall retain exclusive ownership of all proprietary rights to the Proprietary Information, including all U.S. and international intellectual property and other rights such as patents, trademarks, copyrights and trade secrets. Licensee shall have no right or interest in any portion of the Proprietary Information except the right to use the Proprietary Information for the Limited Purpose set forth herein.    Except in furtherance of the Limited Purpose, Contractor shall not distribute, disclose, copy, reproduce, display, publish, transmit, assign, sublicense, transfer, provide access to, use or sell, directly or indirectly (including in electronic form), any portion of the Proprietary Information.

      Licensee hereby agrees to pay Gordian a license fee of 1% of the value of work procured from Licensee by Client (“Contractor License Fee”) pursuant to the Client Contract. Licensee further agrees to remit the Contractor License Fee to Gordian within ten (10) days of Licensee’s receipt of a Job Order, Purchase Order or other similar purchasing document pursuant to the Licensee Contract. Licensee shall make payments payable to The Gordian Group, Inc. and shall mail the payments to P.O. Box 751959, Charlotte, NC 28275-1959. All payments received after the due date set forth above will incur a late payment charge from such due date until paid at a rate of 1.5% per month.

      Either party may terminate this Agreement in the event of: (1) any breach of a material term of this Agreement by the other party which is not remedied within ten (10) days after written notice to the breaching party; or (2) the other party’s making an assignment for the benefit of its creditors, or the filing by or against such party of a petition under any bankruptcy or insolvency law, which is not discharged within thirty (30) days of such filing.

      Licensee acknowledges and agrees to respect the copyrights, trademarks, trade secrets, and other proprietary rights of Gordian in the Proprietary Information during and after the term of this Agreement, and shall at all times maintain complete confidentiality with regard to the Proprietary Information provided to Licensee, subject to federal, state and local laws related to public disclosure. Licensee further acknowledges that a breach of any of the terms of this Agreement by Licensee will result in irreparable harm to Gordian for which monetary damages would be an inadequate remedy, and Gordian shall be entitled to injunctive relief (without the necessity of posting a bond) as well as all other monetary remedies available at law or in equity. In the event that it becomes necessary for either party to enforce the provisions of this Agreement or to obtain redress for the breach or violation of any of its provisions, including nonpayment of any Contractor License Fees owed, whether by litigation, arbitration or other proceedings, the prevailing party shall be entitled to recover from the other party all costs and expenses associated with such proceedings, including reasonable attorney’s fees.

      This Agreement shall be construed under the laws of the State of South Carolina without regard to choice of law principles. Both parties irrevocably consent to the jurisdiction and venue of the federal and state courts located in the State of South Carolina for purposes of any action brought in connection with this Agreement or use of the Proprietary Information.

      The parties agree that in the event of a conflict in terms and conditions between this Agreement and any other terms and conditions of the Client Contract, or any Job Order, Purchase Order or similar purchasing document issued to Licensee as it relates to the terms set forth herein, this Agreement shall take precedence.

    • Contractor Information
    • Name of Bidder (required)

      Please state the Name of Bidder here.

      If Bidder is a corporation, the legal name of the corporation shall be set forth in this section as the Name of Bidder and the name, title, and person authorized to sign contracts on behalf of the corporation shall be stated as well.

      If Bidder is a partnership or joint venture, the true name of the firm shall be set forth as the Name of Bidder and the name of the partner authorized to sign contracts on behalf of the partnership or joint venture shall be stated as well.

      If submittal of this bid or signature of any document submitted with this bid is by an agent other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with County prior to Bid opening, or must be submitted with the Bid; otherwise, the Bid may be rejected as non-responsive. You may upload this power of attorney under Additional Information later in this bid response.

    • Minimum Qualification #1 (required)

      Do you have a minimum of five (5) years of experience conducting airport passenger surveys?

    • Minimum Qualification #2 (required)

      Do you have the ability to provide benchmarking data across multiple airports?

    • Minimum Qualification #3: (required)

      Do you have a proven methodology for deploying Wi-Fi- or digital-based surveys at airports?

    • Minimum Qualification #4 (required)

      Are you able to provide Executive-level reporting and Benchmarking insights?

    • Minimum Qualification #5 (required)

      Is your company able to designate a primary point of contact to support JWA staff?

    • Bid Guaranty - Bid Bond? (required)

      Is your Bid Guaranty in the form of a Bidder's Bond with a total of at least 10% of the Base Bid Amount?

      If your Bid Guaranty is in the form of cash, a cashier's check, or a certified check then please select "No" here.

    • Bid Bond

      Please upload a scan of your completed Bid Bond (and all applicable paperwork) here.

    • Bidder Security - Other (required)

      Please upload a statement stating the type of bid security used and the date on which it was submitted to the County.

      NOTE: Chosen form of Original Bid Guaranty must be received by the County prior to the due date and time of this Bid or a Bid shall be deemed non-responsive.

    • Contractor's License Number (required)

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

    • Contractor's Public Works Registration (DIR) Number (required)

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

    • Joint Venture? (required)

      Are you (Bidder) operating as a Joint Venture?

      If Bidder is a joint venture, then in accordance with Business & Professions Code Section 7029, every member of the joint venture shall be listed with its license information.

    • Joint Venture Members License Information (required)

      Please provide the names of all members of your joint venture along with their contractor's license number and public works registration number.

    • Company Profile & References

       

    • Company Legal Name (required)
    • Company Legal Status (required)

      Please state the status here (Corporation, Partnership, Sole Proprietor, etc.)

    • Active Licenses (required)

      Please state all active licenses issued by the California State Contractor's License Board to the company whose legal name is above.

    • 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.

      • Full address: 
      • Telephone Number: 
      • E-mail Address: 
    • Length of Time Firm Has Been In Business (required)

      Please clearly state, in months and years, how long your firm has been in business.

    • Length of Time At Current Location (required)

      Please clearly state, in months and years, how long your firm has been in business at its current location.

    • Regular Business Hours (required)
    • Regular Holidays and Hours When Business Is Closed (required)
    • Federal Taxpayer ID Number (required)
    • DUNS Number (required)

      Please provide your D-U-N-S Number

    • Unique Entity Identifier Number (UEI) (required)

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

    • Are you registered, active, and in good standing with the California Secretary of State? (required)
    • Corporation? (required)

      Is your firm incorporated?

    • State of Incorporation? (required)

      You have indicated that your firm is incorporated. Please provide the name of the State of Incorporation.

    • 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:
    • Sole Proprietor Under Different Name? (required)

      Is your firm a sole proprietor doing business under a different name?

    • Sole Proprietor's Name (required)

      You have indicated that your firm is a sole proprietorship doing business under a different name.

      Please provide the sole proprietor's name and the name you are doing business under.

    • Contact Person for Solicitation (required)

      Please provide the following in relation to the point of contact for this solicitation:

      • Contact Person Full Name
      • Contact Person Telephone Number
      • Contact Person Email Address
    • Project Manager (required)

      Please provide the following regarding who will be your project manager for this project:

      • Project Manager Full Name
      • Project Manager Telephone Number
      • Project Manager Email Address
    • Contact Person for Accounting (required)

      Please provide the following in relation to the point of contact for Accounting:

      • Contact Person Full Name
      • Contact Person Telephone Number
      • Contact Person Email Address
    • Emergency Contact (required)

      In the event of an emergency of declared disaster, the following is required:

      • Contact Person Full Name (during non-business hours)
      • Contact Person Telephone/Cellphone Number
      • Contact Person Email Address
    • Orange County Projects (required)

      What is the number of projects that the Prime Contractor has completed in Orange County?

    • References (required)

      Do you have letters from at least three references (not including County of Orange References) that include:

      • Reference Names
      • Addresses of site where work was performed
      • Contact Name
      • Telephone Number of Contact
      • Contact Email Address
      • Contract Effective Dates
      • Contract Amount
      • Brief Contract Descriptions

      If you do not have letters you will be able to provide the same information electronically in the next question by answering "No" here.

    • References - Letters (required)

      Please upload your letters from at least three references (not including County of Orange References) that include:

      • Reference Names
      • Addresses of site where work was performed
      • Contact Name
      • Contact Email Address
      • Telephone Number of Contact
      • Contract Effective Dates
      • Contract Amount
      • Brief Contract Descriptions
    • References - Information (required)

      Please provide the following information regarding at least three references (not including County of Orange References):

      • Reference Names
      • Addresses of site where work was performed
      • Contact Name
      • Telephone Number of Contact
      • Contact Email Address
      • Contract Effective Dates
      • Contract Amount
      • Brief Contract Descriptions

      The references will be contacted for verification, and these contacts must be current and able to respond promptly.

    • Bidder Certification
    • Conflict of Interest (required)

      Bidder must certify either Yes or No below:

      Bidder certifies current/past financial, business or other relationship(s) with the County exist/existed as follows:

      1.  (Yes) Disclose any financial, business or other relationship with the County of Orange, any other entity that the Orange County Board of Supervisors governs*, or any Orange County Board member, officer or employee, which could affect or influence award of the contract for the services you propose to provide.
      2. (No) Bidder certifies that no relationships exist/existed as outlined in item I above.

      *Orange County Board of Supervisors govern: All Assessment Districts, All Community Facilities Districts, All Reassessment Districts, Housing and Community Development Commission, Housing Successor Agency to the Orange County Development Agency, In-Home Supportive Services Public Authority, Industrial Development Authority For Orange County, Local Redevelopment Authority Marine Corp Air Station (MCAS) El Toro, Orange County Financing Authority, Orange County Flood Control District, Orange County Housing Authority, Orange County Housing Authority Acting As the Housing Successor Agency, Orange County Public Financing Authority, Orange County Special Financing Authority, South Orange County Public Financing Authority, and the Successor Agency to the Orange County Development Agency

    • Disclose any financial, business or other relationship with the County of Orange, any other entity that the Orange County Board of Supervisors governs*, or any Orange County Board member, officer or employee, which could affect or influence award of the contract for the services you propose to provide. (required)
    • Litigation (required)

      Bidder must certify either Yes or No below:

      Bidder certifies current/past litigation as follows:

      1. (Yes) Bidder shall provide detailed information regarding litigation (court and case number), liens, or claims involving Bidder, or any company that holds a controlling interest in Bidder, against the County of Orange in the past seven (7) years.
      2. (No) Bidder certifies that Bidder or any proposed subcontractors do not have any past or current litigation. 
    • Bidder 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 the 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.

    • Bidder shall provide detailed information regarding any company ownership changes (including legal business names) in the past seven (7) years.  (required)
    • Is your firm a County Of Orange Local Small Business (OCLSB) or a Disabled Veteran Business Enterprise (DVBE)? (required)

      To participate as an OCLSB and/or DVBE, the requirements in the OCLSB AND DVBE PREFERENCE POLICIES CERTIFICATION REQUIREMENTS section must be met.

    • County of Orange Local Small Business (OCLSB) and/or Disabled Veteran Business Enterprise (DVBE) Affirmation (required)

      Please download the below documents, complete, and upload.

    • DVBE Certification Number (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.

      Enter your DVBE Certification Number.  If you do not have it then please state "N/A" here.

    • Will a sub-contractor meet this preference policy certification requirement? (required)
    • Upload the proof of certification for each sub-contractor that meets this preference policy certification requirement?

      Required for projects exceeding $5 million

    • SBA Certification Number (required)

      If you do not have an Small Business Administration (SBA) Certification Number then please state "N/A" here.

    • Statement of Compliance (required)
      1. (Yes): Bidder certifies it is in strict compliance with this IFB, including, but not limited to the terms and conditions set forth in the Model Contract and its Attachments and Exhibits, and no exceptions are proposed. 

      2. (No): Bidder certifies it is in strict compliance with this IFB, including the terms and conditions set forth in the Model Contract and its Attachments and Exhibits, except for those exceptions expressly listed as required by this IFB and attached hereto.  Attachments for each proposed exception to this IFB, including, but not limited to the Model Contract, must include: 
        1. The complete provision Bidder is taking exception to;
        2. The IFB page number and section of the provision Bidder is taking exception to;
        3. The suggested rewording (i.e., Microsoft Word track changes); 
        4. Reason(s) for submitting the proposed exception; and
        5. Any impact the proposed exception may have on the services to be provided.
    • Provide exceptions to the requirements of this IFB including the terms and conditions set forth in the Model Contract and its Attachments and Exhibits. (required)
    • Subcontractor Information

      The Bidder shall list below all subcontractor(s) who will perform any portion of the work in excess of 0.5% of the total bid. The Bidder shall state each subcontractor’s name, particular trade or subdivision of the work, license number, and principal location. If the Bidder specifies more than one subcontractor for the same portion of work to be performed, or fails to list a subcontractor for any portion of the work in excess of 0.5% of the total bid, the Bidder represents that he or she is fully qualified to perform that portion himself or herself, and, if awarded the Contract, shall perform that portion himself or herself.

    • Subcontractor Listing (required)

      For each subcontractor performing one half of one percent or more for any portion of work on this project, please provide the following:

      • Name of Contractor
      • Corporate Office Address
      • Local Office Address
      • Contractor's License Number
      • Contractors DIR Number
      • DUNS Number
      • UEI Number
      • OCLSB/DVBE Certification Number (if applicable)
      • SBA Certification Number (if applicable)
      • Type of Work, Trade, Service, or Portion of Work to Be Provided
      • Dollar Amount of Work Performed

      In the event that you are not using any subcontractors for this project, please state "N/A" here or simply not that you will not be using subcontractors. You must clearly state all the requested information for any subcontractor you intend to use here and at this time, a response of "N/A" here and use of subcontractors or requested use of subcontractors at a later time may result in your bid being deemed as non-responsive.

    • Minimum Experience/Qualifications Statement

      The classification of contractor’s license required for the performance of this Project is NO VALUE. Within the last NO VALUE years, the Bidder shall have completed at least NO VALUE projects of similar size, scope, and complexity as this Project.

      These must be projects that are not County of Orange projects and shall not be from the same owner. 

    • Project Experience & Qualifications (required)

      Please provide the following for at least NO VALUE projects completed over the last NO VALUE years that had a similar scope to that of the project noted in this Invitation for Bids for which you were the prime contractor:

      • Project Name/Description
      • Owner/Agency
      • Owner's Project Manager Name
      • Owner's Project Manager's Phone Number
      • Owner's Project Manager's Email Address
      • Total Contract Amount of Project
      • Date of Project Completion

      You may provide more than the minimum number of projects if you wish.

    • Experience & Qualifications Confirmation (required)

      By confirming/acknowledging this Minimum Experience/Qualifications Statement, the Bidder certifies that the information provided is true and accurate.  False or inaccurate information may result in the Bidder being deemed non-responsive.  (Reasonable approximations of quantities are acceptable.)

    • Financial Status (required)

      Bidder shall indicate whether its principals, directors, or majority shareholder(s), or any company Bidder has held a controlling interest in, or which has held a controller interest in Bidder, has ever filed or has been involuntarily put into bankruptcy or has been declared bankrupt. If yes, attach statement indicating the bankruptcy date, court jurisdiction, trustee’s name and telephone number, amount of liabilities, amount of assets and current status of bankruptcy.

      • No action pending
      • No prior action
      • Information Attached
    • Certification Regarding Debarment (required)

      Please download the below documents, complete, and upload.

    • Proposed Staffing/Key Personnel Plan (required)

      Respondent shall:

      1. Download the below documents, complete, and upload hereinto:
        1. The key personnel information must be sufficient to confirm to the County that the firm has adequate staff and the capability to assist in Services as needed. Provide the names of key staff who may be assigned to Services. Include current resumes detailing their technical expertise, experience directly related to the proposed work (including similar projects), function and responsibility related to the proposed work, qualifications, years of related experience, and length of time with the firm. Additionally, list any licenses and certifications held by these individuals. 
        2. Identify subcontractors (if any) that will be assigned to perform services listed in the Scope of Services.
        3. Identify subcontractor(s) Preference Certification, when applicable.
    • Non-Collusion Declaration (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.

    • IRAN Contracting Affidavit (required)

      Please download the below documents, complete, and upload.

    • Homeless Service System Pillars Attestation (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 Bidder's failure to provide a completed and signed copy will render its proposal as incomplete and nonresponsive. 

    • 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.

      Last Revision: 5/13/22

    • 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.

    • Confirmation of Forms and Supplemental Documents (required)

      Please confirm that all the forms within this section have been completed accurately to the best of your knowledge and as requested and required by this Invitation for Bids.

    • Final Submittal Information
    • REQUIRED: Bidders shall submit the following as of their proposal (required)

       Please upload that additional documentation here.

      1. Examples of Past Work: Provide at least three examples of previous survey programs executed, including the organizations worked with, project duration, and key outcomes achieved.
      2. Benchmarking Capability: Documentation of the ability to provide comparative data between airports on key performance indicators.
      3. Experience with Airports or the Aviation Industry: Preference will be given to bidders with direct airport or aviation industry experience, including benchmarking across multiple airports.
    • Submittal Confirmation (required)

      The Bidder declares that the only persons or parties interested in this Bid are those named herein; that this Bid is made without collusion with any other person or entity; that the Bidder is fully informed of the conditions relating to the work to be performed; that the Bidder has carefully reviewed and complied with the Instructions to Bidders; that Bidder has carefully reviewed the Agreement, General Conditions, Plans, Special Provisions, and all other Contract Documents. The Bidder agrees that upon acceptance of this Bid by the award of the Contract, the Bidder has entered into a contract with the County of Orange, a political subdivision of the State of California (“County”), to provide all the necessary labor, materials, machinery, tools, apparatus, and other means for construction, and to complete all work as specified in the Contract Documents in the manner, time, and according to all requirements, terms, and conditions set forth in the Contract Documents.

      The Bidder must be an individual or entity holding a valid California State Contractor’s License (number and classification as set forth in the Instructions to Bidders) in accordance with the requirements of this Bid and Business & Professions Code Section 7028.15. By electronically submitting this Bid, Bidder certifies that the Contractor's License referenced above is in good standing and has been properly issued to Bidder.

      Bidder confirms that they have read and understand and agree to the terms and conditions herewith, and are submitting a bid in response to this solicitation.

    • At least 10% of the Base Bid Amount is accompanying this Bid. (required)
    • Type of Invitation to Bid (required)
    • Are bidders allowed to submit substitutions for this bid? (required)
    • Is this Vertical or Horizontal Construction? (required)
    • Is this a Construction project over $5 Million (required)
    • Prime Contractor Completion Percentage (required)

      Using both the written and numeric values, please state the minimum percentage of the total project that the prime contractor is required to complete with its own organization.

      Please use the following format:
      written number (#)

      EXAMPLE (50):
      fifty (50)

      NOTE: DO NOT ENTER THE % SYMBOL, IT WILL BE AUTOMATICALLY ADDED FOR YOU

    • Minimum Number of Days for Final Addendum (required)

      What is the minimum number of days prior to the final due date and time of bids that an addendum will be issued? (Default will be 3 days but you may extend if you wish)

      Please state in the following format:
      written number (#)

      EXAMPLE:
      three (3)

    • Federal Funding? (required)

      Is there any federal funding being used for this project?

    • Supplementary General Conditions (required)

      Are there any Supplementary General Conditions that need to be included in the procurement for this project?

      NOTE: Answering "YES" here will only allow you to add the terms manually. If you wish to upload them as an attachment then you must also be sure to upload them to the Attachments section of this project here.

    • Special Provisions (required)

      Do you wish to include a section for Special Provisions in the procurement for this project?

      NOTE: Answering "YES" here will only allow you to add the terms manually. If you wish to upload them as an attachment then you must also be sure to upload them to the Attachments section of this project here. If you plan to incorporate any Special Provisions into the Scope of Work section then you may answer "NO" here so that the Special Provisions section does not appear.

    • Performance and Payment Bond Amount (required)

      The successful Bidder, immediately upon award, will be required to furnish a Faithful Performance Bond and a Labor and Material Payment Bond in an amount of:

      Enter Number Amount Only. Dollar Sign is Provided in Text.

    • Job Order Contracting (JOC) for _________ Services (required)
    • Pre-Bid Meeting? (required)

      Whether mandatory or non-mandatory, is there a pre-bid meeting and/or site walk for this project?

    • Pre-Bid Meeting Attendance (required)
    • Provide the date of the day before the pre-bid meeting for RSPVs: (required)
    • Project Completion - Number of Years (required)

      For contractor experience, what is the range of years (within the last # of years) for project completion?

    • Contractor License Requirement (required)

      What is the class of Contractor's License required for the prime?

    • Number of Reference Projects (required)

      What is the minimum number of projects of similar size and scope to this project that the prime contractor shall have completed within the stated range of years?

    • Does this solicitation require any of these? (required)

      If none apply, please leave blank.

    • Is a Staffing/Key Personnel Plan needed? (required)
    • Is this solicitation open to Sub-Contractors? (required)
    • Vendor Pricing (required)

      How do you want to receive pricing from vendors for this project?

    Questions & Answers

    Q (Commercial & Pricing Considerations): 25. What are the County’s expectations regarding pricing structure, including scalability, cost breakdown, approval of additional services, and handling of price adjustments over time?

    A: Contractors shall propose a clear, scalable pricing model aligned with the SOW. Pricing should reflect a subscription-based or equivalent structure that supports continuous survey deployment and reporting. Any additional services outside the base scope must be quoted separately and approved in advance by the County project manager.


    Q (No subject): Is there a current passenger survey program in place at JWA? If so, who is the incumbent vendor, and is this a rebid of existing services or a net-new program?

    A: JWA has previously conducted passenger surveys through third-party vendors. This IFB represents an updated approach to enhance capabilities, including real-time insights and benchmarking.


    Q ( Data Collection & Methodology): 1. Can the County clarify whether the contractor is permitted to augment Wi-Fi survey data with external real-world datasets (e.g., behavioral, geospatial, or observational data) to enhance insight accuracy and benchmarking?

    A: The primary data collection method shall be through Wi-Fi-based passenger surveys. Use of supplemental datasets may be proposed but must be clearly described and approved by the County.


    Q (Data Collection & Methodology): 2. Is the County open to incorporating multimodal data collection methods (e.g., image, video, geospatial, or sensor-based inputs) to complement survey responses and improve context-rich insights?

    A: The County’s primary focus is on survey-based data collection via Wi-Fi. Additional methodologies may be proposed as value-added enhancements, but are not required.


    Q (Data Collection & Methodology): 3. What are the expected participation rates, sample sizes, and methodologies required to ensure statistically valid and representative survey results across passenger segments?

    A: Contractors shall propose a methodology that ensures statistically valid and representative results across passenger segments.


    Q (Data Collection & Methodology): 4. Are there constraints or requirements regarding survey deployment (e.g., frequency, multilingual support, segmentation, or integration with Wi-Fi infrastructure)?

    A: Surveys shall be deployed via Wi-Fi and designed to be concise. Multilingual capabilities and segmentation are encouraged to improve inclusivity and insight quality.


    Q (Data Collection & Methodology): 5. Will historical survey data, baseline metrics, or benchmarking standards (e.g., ACI ASQ or peer airports) be provided for comparison and trend analysis?

    A: Historical data may be shared at the County’s discretion. Contractors are expected to provide benchmarking capabilities as part of their proposed solution.


    Q (Analytics, AI & Insights): 7. Beyond reporting, does the County expect or value AI-driven decision-support systems that provide automated recommendations and scenario-based insights?

    A: The County values actionable insights and recommendations. AI-driven capabilities may be included but are not required.


    Q (Analytics, AI & Insights): 8. Would the County consider incorporating geospatial intelligence (e.g., heatmaps, congestion mapping, terminal-level behavioral insights) into the analytics framework?

    A: Geospatial tools (e.g., heatmaps) may be proposed as value-added features but are not required.


    Q (Analytics, AI & Insights): 9. Can the County clarify expectations around “real-time” insights, including latency requirements, alerts, and whether continuous or periodic dashboard updates are required?

    A: Real-time insights refer to continuous data collection with dashboard updates available on at least a daily basis.


    Q (Analytics, AI & Insights): 10. What level of sentiment analysis, behavioral analytics, and passenger segmentation is expected within the analytics framework?

    A: Contractors shall provide sentiment analysis and the ability to segment passenger data across relevant categories (e.g., terminal, demographics, travel purpose).


    Q (Data Strategy, Governance & Security): 11. Can the County clarify whether benchmarking datasets must be proprietary, third-party licensed, or can include aggregated global datasets from external platforms?

    A: Contractors shall demonstrate the ability to provide benchmarking against peer airports or industry standards.


    Q (Data Strategy, Governance & Security): 12. Who will retain ownership of collected and processed data, and are contractors permitted to reuse anonymized datasets for benchmarking or model improvement?

    A: All data collected under this contract shall be owned by the County. Any use of anonymized data by the contractor must be approved by the County.


    Q (Data Strategy, Governance & Security): 13. Are there specific expectations for data validation, quality assurance, bias mitigation, weighting methodologies, and confidence levels in survey results?

    A: Contractors shall propose methodologies to ensure data accuracy, quality assurance, and representativeness.


    Q (Data Strategy, Governance & Security): 14. What are the County’s requirements regarding data security, hosting, retention policies, and compliance certifications?

    A: Contractors must comply with all County data security and privacy requirements as outlined in the contract terms and conditions.


    Q (Platform, Delivery & Integration): 15. Are there expectations for integration of survey data and analytics outputs into existing airport systems (e.g., dashboards, business intelligence tools, or APIs)?

    A: Integration capabilities may be proposed, but are not required.


    Q (Platform, Delivery & Integration): 16. What level of customization is expected for dashboards (e.g., role-based views, mobile access, automated alerts, and stakeholder-specific reporting)?

    A: The dashboard shall provide user-friendly access, with filtering capabilities and role-based views where applicable.


    Q (Platform, Delivery & Integration): 17. What level of detail, format, and frequency is expected for reporting outputs (e.g., executive summaries, quarterly reports, real-time dashboards)?

    A: Deliverables include a real-time dashboard, quarterly reports, and an annual executive presentation.


    Q (Platform, Delivery & Integration): 18. Does the County expect inclusion of prescriptive insights, trend analysis, and year-over-year comparisons within deliverables?

    A: Yes, contractors are expected to provide trend analysis and actionable insights.


    Q (Implementation, Operations & Performance): 19. How does the County define program success, including key performance indicators (e.g., Net Promoter Score improvement, operational KPIs, or return on investment)?

    A: Program success will be measured by the contractor’s ability to deliver actionable insights, support decision-making, and provide meaningful benchmarking.


    Q (Implementation, Operations & Performance): 20. What are the expected timelines for deployment, pilot phases, and full implementation, and are phased or pilot approaches required?

    A: Contractors shall propose an implementation timeline. Phased or pilot approaches may be considered.


    Q (Implementation, Operations & Performance): 21. What level of access to internal resources, stakeholders, and coordination processes will be provided during implementation?

    A: The County will provide reasonable access to stakeholders as needed to support implementation.


    Q (Implementation, Operations & Performance): 22. Are there expectations for ad hoc or point-in-time surveys, including triggers, volume, and service level agreements beyond standard timelines?

    A: Yes, contractors shall support point-in-time surveys as requested by the County.


    Q (Subcontracting & Partnerships): 23. Can the County clarify which components of the project (e.g., data collection, analytics, platform delivery) may be subcontracted, and what the approval process entails?

    A: Subcontracting is permitted but must be disclosed and approved in accordance with County requirements.


    Q (Contract Term): What is the anticipated contract term (base period and any option years), and what is the estimated annual budget or not-to-exceed amount for this engagement?

    A: The contract term is three years term with two renewable years


    Q (Subcontracting & Partnerships): 24. Is the use of global or distributed data collection networks permitted, and are there any limitations on subcontracting scope or participation?

    A: Use of global or distributed resources may be proposed, but must comply with County requirements and be approved as part of the proposal.


    Q (Target Go Live): What is JWA's target go-live date for the survey program?

    A: The County anticipates implementation following contract execution, with a target go-live as soon as feasible, subject to coordination with the selected contractor and technical integration requirements.


    Q (Technical & Wi-Fi Integration): Who manages JWA's Wi-Fi infrastructure (internal IT team or a third-party vendor), and what is the process for coordinating technical integration with that team?

    A: JWA’s Wi-Fi infrastructure is managed through a combination of internal IT staff and third-party providers. Coordination details will be provided to the selected contractor during implementation.


    Q (Technical & Wi-Fi Integration): What Wi-Fi platform or captive portal solution is currently in use at JWA (e.g., Boingo, Aislelabs, or other)? Are there existing API or integration capabilities available to survey vendors?

    A: Details regarding the Wi-Fi platform and integration capabilities will be shared with the selected contractor. Contractors should be prepared to work within existing infrastructure and standard integration practices.


    Q (Technical & Wi-Fi Integration): Will the contractor be required to work directly with JWA's Wi-Fi vendor to configure the survey pop-up invitation, or will JWA's IT team manage that coordination?

    A: The contractor will coordinate through JWA’s designated project team, which will facilitate communication with the Wi-Fi provider as needed.


    Q (Technical & Wi-Fi Integration): Are there any known technical constraints or security requirements that may affect survey deployment via the Wi-Fi captive portal?

    A: deployment via the Wi-Fi captive portal? Contractors must comply with all applicable County IT and security requirements. Specific technical constraints will be communicated during implementation.


    Q (Survey Design & Deployment): The IFB references the ability to add or adjust questions 'at any time.' Can JWA clarify the expected frequency of survey modifications, and whether a formal change request process will be required for each adjustment?

    A: Survey updates may occur as needed in coordination with the County. Minor updates are expected to be handled collaboratively, while significant changes may require formal approval consistent with contract terms.


    Q (Survey Design & Deployment): Should surveys be deployed in multiple languages to accommodate international passengers, or will English-only surveys suffice at this time?

    A: Multilingual capabilities are encouraged to support a diverse passenger base, but specific language requirements will be determined in coordination with the County.


    Q (Benchmarking & Comparative Data): Can JWA identify the peer airports it considers most relevant for benchmarking purposes (e.g., comparable mid-size California airports, West Coast airports, or national peers)?

    A: The County does not prescribe a specific list of peer airports. Contractors should propose an appropriate benchmarking set based on comparable airport characteristics.


    Q (Benchmarking & Comparative Data): Does JWA have a preference for a specific benchmarking framework or industry standard (e.g., ACI ASQ, J.D. Power, or a proprietary model)?

    A: The County does not require a specific framework. Contractors should propose a methodology that provides meaningful and comparable benchmarking insights.


    Q (Reporting Dashboard & Data Access): Approximately how many JWA staff members will require access to the reporting dashboard, and what levels of role-based access are anticipated (e.g., read-only vs. administrative)?

    A: The number of users will vary. Contractors should provide flexible, role-based access to accommodate multiple users across departments.


    Q (Reporting Dashboard & Data Access): Is there a specific turnaround time requirement for dashboard access to be available after contract execution (the IFB references 30 days from survey launch—please confirm this is the expected timeline)?

    A: The expectation is that dashboard access will be available within approximately 30 days of survey deployment, subject to final implementation timelines.


    Q (Reporting Dashboard & Data Access): Will the contractor be expected to provide training for JWA staff on the use of the reporting dashboard? If so, what format is preferred (onsite, virtual, self-guided)?

    A: Yes, the contractor is expected to provide training. The format (virtual, onsite, or self-guided) will be determined in coordination with the County.


    Q (Point-in-Time (Hot Topic) Surveys): The IFB references up to one 'Hot Topic' survey per month (12 annually) with results delivered within 48 hours. Can JWA clarify what defines a Hot Topic survey versus a standard survey adjustment?

    A: “Hot Topic” surveys refer to focused surveys deployed at the County’s discretion to address specific operational or strategic needs, distinct from routine survey adjustments.


    Q (Point-in-Time (Hot Topic) Surveys): Will Hot Topic surveys be deployed to all Wi-Fi users or to a specific subset of passengers? If a subset, how will that targeting be determined and implemented?

    A: Hot Topic surveys may be deployed to all Wi-Fi users or targeted subsets, as determined by the County in coordination with the contractor.


    Q (Point-in-Time (Hot Topic) Surveys): Does the 48-hour turnaround time for Hot Topic results refer to the time from survey launch to initial data availability, or to a formatted results report delivered to JWA?

    A: The 48-hour timeframe refers to initial data availability following survey deployment. Additional reporting may follow based on agreed deliverables.


    Q (Reporting & Executive Deliverables): Will the annual executive presentation be delivered onsite at JWA, remotely, or will the format be at JWA's discretion?

    A: The format (onsite or virtual) will be determined at the County’s discretion.


    Q (Privacy, Security & Compliance): Beyond the requirement that no PII be collected or stored, are there additional data governance or cybersecurity compliance standards that the contractor must adhere to (e.g., SOC 2, ISO 27001, CJIS, or FAA-specific requirements)?

    A: Contractors must comply with County security requirements. Industry-standard certifications may be provided as part of the proposal, but are not specifically mandated.


    Q (Privacy, Security & Compliance): Are there requirements regarding data residency (e.g., U.S.-only hosting)?

    A: There are no specific data residency requirements identified at this time; however, contractors must comply with all applicable County and legal requirements.


    Q (Contract Terms & Pricing): Will bid pricing be evaluated on total annual cost across all categories, or on individual line-item pricing?

    A: total annual cost accross all categories


    Q (Contract Terms & Pricing): Does the County anticipate a multi-year contract term, and if so, will price escalation provisions be permitted in subsequent years?

    A: The contract may include optional renewal periods. Pricing adjustments, if any, must comply with County contract terms and be clearly defined in the proposal.


    Q (No subject): Can you discuss any minimum expectations or requirements regarding the number of airports used for benchmarking purposes?

    A: The County does not specify a minimum number. Contractors should propose an appropriate benchmarking dataset to support meaningful comparisons.


    Q (No subject): Can you discuss any expectations or requirements regarding the nature of the airports included for benchmarking purposes? (e.g. passenger volume thresholds, urban vs. rural/resort airport markets, etc.)

    A: Benchmarking should be based on airports with comparable characteristics, such as passenger volume, geographic region, and operational profile.


    Q (No subject): Can you discuss any expectations or requirements regarding the timing of when benchmark airport data is collected? (e.g. for the same time periods as the JWA data, acceptability of data for prior time periods, etc.)

    A: Benchmark data should be as current as possible and aligned with relevant reporting periods.


    Q (No subject): Is there an incumbent firm currently providing similar JWA survey services? If so, is it possible to share the contractor name and annual contract amount?

    A: JWA has previously utilized third-party vendors for survey services. Specific contract details are not being provided as part of this solicitation.


    Q (Analytics, AI & Insights): 6. Is the County interested in predictive analytics capabilities (e.g., forecasting passenger satisfaction trends, congestion risks, or service demand scenarios)?

    A: Predictive analytics may be proposed as a value-added feature but are not required.


    Key dates

    1. March 17, 2026Published
    2. April 3, 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.