Active SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA
AI Summary
The County of Orange Sheriff-Coroner seeks bids for Pre-Hospital Paramedic Continuing Education Courses including ACLS, PALS, and PHTLS. Courses must be CAPCE accredited, delivered in-person and online, and provide 8 hours of credit. Bids due May 8, 2026, via OpenGov portal with 10% bid security required.
The County of Orange, Sheriff-Coroner, (hereinafter referred to as County) is requesting competitive bids from qualified vendors (hereinafter referred to as Bidder) for Pre-Hospital Paramedic Continuing Education Courses. 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.
Orange County Sheriff Department's Air Support Bureau has paramedics assigned to their unit that require continuing education courses in various areas of pre-hospital Paramedic level training. The education courses the unit is interested in are Advanced Cardiac Life Support (ACLS), Pediatric Advance Life Support (PALS), Pre-Hospital Trauma Life Support (PHTLS), 12-Lead EKG and Arrythmia identification in addition to other courses as it relates to Paramedic continuing education.
The Pre-Hospital Paramedic Continuing Education Courses must meet the following specifications but not limited to:
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:
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.
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.
BUYER NOTE - add to pricing section in the Description (optional) section.
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.
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
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.
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:
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.
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.
Responsive bids shall include completed submittals/attachments provided in the Vendor Responses.
Terms used in this document shall have the meanings assigned to them in the "Definitions" section of the General Conditions.
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.
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), Crystal Milner, via the County’s online biding system.
The contractor shall be responsible for the following services:
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, May 1, 2026 before 4:00 pm.
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.
County of Orange Sheriff Department’s Air Support Unit is a 24/7 operation seven (7) Days a week. Normal business hours are Monday through Friday from 8:00AM to 5:00PM. County Project Manager and Contractor will work together to coordinate a mutually agreeable day and time for any onsite training at Air Support Unit.
County of Orange Sheriff’s Department -Air Support Unit
361 Paularino Ave., Hanger 26
Costa Mesa, CA. 92626
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.
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.
County Of Orange Local Small Business (OCLSB) Preference And Disabled Veteran Business Enterprise (DVBE) Certification Requirements
*NOTE: DVBE PREFERENCE IS NOT APPLICABLE TO PUBLIC WORKS OR A-E CONSTRUCTION PROJECTS.
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)
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:
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, Crystal Milner, cmilner@ocsheriff.gov, will provide all official communication concerning this IFB.
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.
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, May 8, 2026 or submittals shall be deemed non-responsive:
County of Orange/Sheriff-Coroner
Attn: Crystal Milner
320 N. Flower St.
Santa Ana, CA 92703
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.
Bids will be valid for a period of 365 days after IFB closing date.
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).
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.
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.
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
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.
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:
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.
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.
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”
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:
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.
The County reserves the right to:
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:
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:
Insurance: Certificate(s) of Insurance, including additional Insured Endorsement(s); refer to Model Contract, Article-Insurance
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.
Pursuant to the provisions of California Public Contract Code Sections 4100 through 4113, all Bidders shall state in their Bids:
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:
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.
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), Crystal Milner, the required W-9 or W-8.
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:
Sheriff-Coroner – Procurement Services
Attention Crystal Milner
320 N. Flower St.
Santa Ana, CA 92703
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:
The County reserves the right to:
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.
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.
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.
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.
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.
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.
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.
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.
Sheriff-Coroner 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. Sheriff-Coroner 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.
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, May 1, 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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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 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, 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.
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.
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, Crystal Milner at (714) 834-4690.
There will be no pre-bid meeting and/or site visit for this solicitation.
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:
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.
The County reserves the right to:
Bids will be valid for a period of 365 days after the solicitation closing date.
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.
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.
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.
Please upload a scan of your completed Bid Bond (and all applicable paperwork) here.
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.
Please enter your Contractor's License Number as issued by the Contractor's State License Board.
Please enter your DIR (Department of Industrial Relations) Public Works Registration Number.
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.
Please provide the names of all members of your joint venture along with their contractor's license number and public works registration number.
Please state the status here (Corporation, Partnership, Sole Proprietor, etc.)
Please upload a printout from SAM.gov to confirm that your company currently has no active exclusions. The printout must be no greater than seven (7) calendar days prior to the due date of this bid.
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.
Please upload your active certificate from the California Secretary of State.
CA Sec. of State Verification Link = https://bizfileonline.sos.ca.gov/search/business
Please provide your company's DUNS number.
The County requires a valid D-U-N-S number prior to Contract Award. If needed, your company may obtain one at no cost at www.dnb.com. If you are unable to provide/obtain a D-U-N-S number, please indicate so in lieu of the number.
Please provide your active (registration status is current)
DOJ Verification Link - https://rct.doj.ca.gov/Verification/Web/Search.aspx?facility=Y
Please state all active licenses issued by the California State Contractor's License Board to the company whose legal name is above.
What is the address of the company's corporate office? Please provide the full street/mailing address.
Please provide the local business address for the company named above. If there are multiple local addresses then please provide all.
Please clearly state, in months and years, how long your firm has been in business.
Please clearly state, in months and years, how long your firm has been in business at its current location.
Is your firm incorporated?
You have indicated that your firm is incorporated. Please provide the name of the State of Incorporation.
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.
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.
If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.
Is your firm a sole proprietor doing business under a different name?
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.
Please provide the following in relation to the point of contact for this solicitation:
Please provide the following regarding who will be your project manager for this project:
Please provide the following in relation to the point of contact for Accounting:
In the event of an emergency of declared disaster, the following is required:
What is the number of projects that the Prime Contractor has completed in Orange County?
Do you have letters from at least three references (not including County of Orange References) that include:
If you do not have letters you will be able to provide the same information electronically in the next question by answering "No" here.
Please upload your letters from at least three references (not including County of Orange References) that include:
Please provide the following information regarding at least three references (not including County of Orange References):
The references will be contacted for verification, and these contacts must be current and able to respond promptly.
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:
*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
Bidder must certify either Yes or No below:
Bidder certifies current/past litigation as follows:
Respondent must certify either Yes or No below:
(Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:
Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.
(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.
To participate as an OCLSB and/or DVBE, the requirements in the OCLSB AND DVBE PREFERENCE POLICIES CERTIFICATION REQUIREMENTS section must be met.
Please download the below documents, complete, and upload.
To be certified as a Disabled Veteran Business Enterprise by the County of Orange, a business shall meet (1) and (2) below:
Enter your DVBE Certification Number. If you do not have it then please state "N/A" here.
Required for projects exceeding $5 million
If you do not have an Small Business Administration (SBA) Certification Number then please state "N/A" here.
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.
For each subcontractor performing one half of one percent or more for any portion of work on this project, please provide the following:
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.
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.
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:
You may provide more than the minimum number of projects if you wish.
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.)
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.
Please download the below documents, complete, and upload.
Respondent shall:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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.
It is the supplier's responsibility to update the County should any new reportable activity occur between initial disclosure and award.
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
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.
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.
For any additional information requested or required by any of your previously provided answers please upload that additional documentation here.
This includes any power of attorney that may be required as a part of this bid response.
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.
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
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)
Is there any federal funding being used for this project?
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.
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.
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.
Whether mandatory or non-mandatory, is there a pre-bid meeting and/or site walk for this project?
For contractor experience, what is the range of years (within the last # of years) for project completion?
What is the class of Contractor's License required for the prime?
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?
If none apply, please leave blank.
How do you want to receive pricing from vendors for this project?
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.