SLED Opportunity · FLORIDA · ORANGE COUNTY, FLORIDA

    TIBET BUTLER TRAIL REPAIR

    Issued by Orange County, Florida
    countyRFPOrange County, FloridaSol. 237798
    Closed
    STATUS
    Closed
    due Mar 24, 2026
    PUBLISHED
    Feb 18, 2026
    Posting date
    JURISDICTION
    Orange County,
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Orange County, Florida seeks sealed bids for Tibet Butler Trail Repair with an estimated cost of $593,275. Bids must be submitted electronically via OpenGov by 4 PM EST on March 24, 2026. Questions are due by March 10, 2026.

    Opportunity details

    Solicitation No.
    237798
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    February 18, 2026
    Due Date
    March 24, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    Orange County, Florida

    Description

    NOTICE IS HEREBY GIVEN that Orange County, Florida, henceforth referred to as the County is accepting sealed bids for TIBET BUTLER TRAIL REPAIR (Y26-726)

    Sealed offers for furnishing the above will be accepted up to 4:00 pm EST on Thursday, April 23, 2026.

    The Estimated Cost for this project is $593,275.00

    NOTE: Respondents are required to submit responses electronically via the OpenGov e-Procurement Platform. Respondents shall not be permitted to hand-deliver, mail, telephone, fax or email offers.

    Responses received after the submission deadline and/or transmitted outside of the designated OpenGov e-Procurement Platform shall be rejected.

    Important Instructions for Electronic Submittal

    The County is ONLY accepting electronic bid submissions using the OpenGov e-Procurement Platform. Respondents shall create a FREE account with OpenGov by signing up at https://procurement.opengov.com/login Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.

    It is the respondent's responsibility to ensure they commence their upload efforts timely to meet the submission deadline. The County shall not be responsible for delays caused by any occurrence, including the respondent's network delays, bandwidth issues, internet outages, or technical difficulties.

    OpenGov Technical Support
    For Technical Support, respondent's can reach the OpenGov Service Desk:
    Chat (preferred): Click the button in the lower right hand corner of the portal
    Email: procurement-support@opengov.com
    Phone: 1 (650) 336-7167
    Hours: Mon-Fri 7am - 10pm EST

    Timely Questions Regarding this Solicitation

    The question and answer module of OpenGov IS being utilized for this solicitation. Timely questions concerning this solicitation shall be submitted in accordance with the deadline for questions: Tuesday, March 10, 2026 at 5:00 pm EST. Respondents are instructed not to contact the initiating division directly.

    Consideration for modification or alteration of the documents contained in this solicitation shall be requested during the specified question period, before the applicable deadline. No oral interpretation of the meaning of the plans, specifications, or other Contract documents shall be considered binding. The County shall be bound by information and statements only when such statements are written and executed under the authority of the Manager, Procurement Division.

    Answers for timely questions will be addressed in the OpenGov question and answer module or as an addenda to this solicitation depending on volume, participants are encouraged to subscribe as a follower and monitor all notifications. Beyond questions and answers, any and all modifications, clarifications, interpretations and supplemental instructions will be in the form of a written addendum which, if issued, will be available for download. All addenda and questions/answers so issued shall become part of the Contract Documents and receipt shall be acknowledged as specified herein.

    This provision exists solely for the convenience and administrative efficiency of Orange County. No respondent or other third party gains any rights by virtue of this provision or the application thereof, nor shall any respondent or third party have any standing to sue or cause of action arising there from.

    Untimely questions are unable to be submitted in the question and answer module, thereafter respondents raising critical concerns must email elia.batista@ocfl.net. Critical clarifications may be made via addenda, however, untimely questions may not be considered.

    Background

    Orange County exercises the rights and privileges conveyed to it by the State of Florida, and the Orange County Charter. It presently operates with an elected chief executive officer, Orange County Mayor, and six elected district commissioners, who together comprise the Board of County Commissioners.

    Procurement is an essential function of the County, affecting all operational departments, ongoing projects and future initiatives. The Procurement Division is divided into three (3) Sections, the “Buying Section”, the “Purchasing Section” and the “Contracts Section”.

    The Orange County Procurement Division operates under the leadership of Carrie Mathes, MPA, NIGP-CPP, CFCM, CPPO, CPPB as Procurement Division Manager and Chief Procurement Official in accordance with the Orange County Ordinance.

    Project Details

    • Reference ID: Y26-726
    • Department: Administrative Svcs., Facilities Management
    • Department Head: Rich Steiger (Division Manager)

    Important Dates

    • Questions Due: 2026-03-10T21:00:53.111Z
    • Pre-Proposal Meeting: 2026-03-03T15:30:25.844Z — Webex: Join from the meeting link https://ocfl.webex.com/ocfl/j.php?MTID=m8f75f098fc29ec4a133f9db268349c6d Join by meeting number Meeting number (access code): 2339 178 3929 Meeting password: QCnyneR3e33 Tap to join from a mobile device (attendees only) +1-408-792-6300,,23391783929## Call-in toll number (US/Canada) Join by phone 1-408-792-6300 Call-in toll number (US/Canada) Global call-in numbers Join from a video system or application Dial 23391783929@ocfl.webex.com You can also dial 173.243.2.68 and enter your meeting number.

    Meetings & Milestones

    EventDateLocation
    Site Visit2026-03-03T15:31:31.894ZJoin from the meeting link https://ocfl.webex.com/ocfl/j.php?MTID=m8f75f098fc29ec4a133f9db268349c6d Join by meeting number Meeting number (access code): 2339 178 3929 Meeting password: QCnyneR3e33 Tap to join from a mobile device (attendees only) +1-408-792-6300,,23391783929## Call-in toll number (US/Canada) Join by phone 1-408-792-6300 Call-in toll number (US/Canada) Global call-in numbers Join from a video system or application Dial 23391783929@ocfl.webex.com You can also dial 173.243.2.68 and enter your meeting number.

    Addenda

    • Addendum #1 (released 2026-03-16T14:01:23.577Z) —

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

      The date for receipt of bids is changed to April 7, 2026 at 4:00PM EST - all other terms and conditions of this IFB remain the same,

    • Official Notice #1: Y26-726EB TIBET BUTLER TRAIL REPAIR (released 2026-03-30T17:26:49.967Z) —

      An addendum will be issued that will include revised sheet drawings and the date for receipt of bids will be extended then.

    • Addendum #2 (released 2026-04-01T13:35:27.695Z) —

      Addendum #2

      April 1, 2026

      BOARD OF COUNTY COMMISSIONERS

      ORANGE COUNTY, FLORIDA

       

      Addendum No. 2

      Invitation for Bids Y26-726

      Tibet Butler Trail Repair

       

       

      Due Date for Receipt of Bids is changed to:

      April 16, 2026, by 4:00PM EST

       

      This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via strikethrough.

       

      1. Part 4, title Solicitation Documents, file B titled Drawings is hereby deleted in its entirety.

       

      2. New drawings titled Y26-726 B1 Revised Drawings April 1, 2026 are hereby incorporated into the bid documents/specifications of this IFB in Part 4 Solicitation Documents.

       

      2. All other terms and conditions of this solicitation remain the same.

       

      3. ACKNOWLEDGEMENT OF ADDENDA

       

        1. The proposer shall acknowledge receipt of this addendum by completing that applicable section in the solicitation or by completion of the acknowledgement information on the addendum. Either form of acknowledgement must be completed and returned no later than the date and time for receipt of the bid.
        2. All other terms and conditions of the IFB remain the same.
        3. Receipt acknowledged by:

       

       

      ___________________________

      Authorized Signature

       

      _______________Date

       

      _____________________________

      Title

      _____________________________

      Name of Firm

       

       

       

    • Addendum #3 (released 2026-04-01T13:45:18.291Z) —

      Please use the See What Changed link to view all the changes made by this addendum.  The date for receipt of bids is changed to April 16, 2026 4:00PM EST

    • Addendum #4 (released 2026-04-14T19:43:31.033Z) —

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

      Addendum #2

      The date for receipt of bids is hereby extended to April 23, 2026 - 4:00PM EST

    Evaluation Criteria

    • References (1 pts)

      Check references and provide results of reference checks using the comment boxes.

      • For, at minimum, the low three (3) firms, provide the following:
        • Ensure references conform to qualification criteria outlined in the submittal requirements. Indicate "Pass/Fail" and provide comments for each.
        • Please check in-county references first. ( A list of past OC projects can be accessed here)
        • You may request documentation of poor performance from public entities based upon the Public Records Disclosure Law.
        • If additional references are required to satisfy the requirement reach out to your Procurement Division Contact for support.

      If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.

    • Price Reasonableness (1 pts)

      Provide an assessment of price reasonableness.

      • For, at minimum, the low three (3) firms provide analysis on the following:
        • Is the bid in alignment with the engineers estimate? (within 10%)
        • If this is a unit price bid, are the unit prices balanced?
        • If applicable, have the mobilization limitations been adhered to?
        • Is this bid possibly a “low-ball” bid that underrepresents realistic project costs?

      If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.

    • Conflict of Interest (1 pts)

      I have no conflict of interest in the evaluation of these materials.

    Submission Requirements

    • QUALIFICATION
    • Reference Requirements (required)

      Please download the below documents, complete, and upload.

      Respondent should supply a list of at least three (3) similar projects successfully completed by the Respondent, as a Prime Contractor or Sub-Contractor within the last ten (10) years, immediately preceding the due date of bids for this Invitation for Bids. Failure to provide this information may be cause for rejection of the response.

      Similar Projects shall be defined as follows:

      The projects submitted must show previous successful project experience with the following Elements 1 through 3 listed below.

      Not all elements are required to be in the same project. However, sufficient projects must be submitted so that at least three (3) examples of each Element 1 through Element 3 can be verified.  

      Project Elements:

      1.           Dock Building and repairs

      2.           Boardwalks building and repairs

      3.           Deck building and repairs

      Negative feedback from references may result in offer being found non-responsible.

      Respondents are encouraged to provide references beyond the minimum requested references in support of demonstration qualification.

    • Owner Direct Purchase (required)

      The County is seeking to purchase the following units as owner direct. Please attach supplier quotations for the following equipment:

      • Unit Description
      • Unit Description
      • Unit Description

      Additional specifications are located in the #Scope of Services / Specifications and #Solicitation Documents

    • Completion Requirements (required)

      If awarded this construction contract, the Respondent agrees to complete the work covered by this Contract as follows:

      1. Work shall start at the project site within fourteen (14) days of the effective date of the Notice to Proceed.
      2. Substantially complete in one hundred (100) consecutive calendar days from date of Official Notice to Proceed.
      3. Final completion in one hundred and thirty (130) consecutive calendar days from date of Official Notice to Proceed.
    • Licenses (required)

      In accordance with #Solicitation Terms and Conditions, Respondent shall upload copies of all applicable licenses and certifications required to lawfully perform the proposed work.

    • CONTRACT COMPLIANCE
    • Contract Compliance Packet (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. Failure to provide complete contract compliance documentation may result in disqualification.

    • Current W-9 (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Certification (required)

      The respondent nor any other person, firm or corporation nor anyone else to the knowledge of the undersigned, have themselves solicited or employed anyone else to solicit favorable action for this solicitation by the County, also that no head of any department or employee therein, or any officer of Orange County, Florida is directly interested therein.

      This offer is genuine and not collusive or a sham; the respondent has not colluded, conspired, connived or agreed directly or indirectly with any other respondent, person, firm or corporation, to put in a sham offer, or compel such other person, firm or corporation, to refrain from making an offer.

      The Respondent has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, firm or corporation, to fix the prices of this offer or the offer of any other respondent.

    • Drug Free Workplace Certification (required)

      Respondent certifies the firm has implemented a drug free workplace program which complies with Florida Statute 287.087and the Orange County Ordinance Sec. 17-310. Failure to confirm shall deem this offer non-responsive.

    • E-Verify Certification (required)

      The Respondent acknowledges the use of the E-Verify system for newly hired employees is an ongoing obligation for so long as the contractor provides labor under the contract and that the workforce eligibility of all newly hired employees will be properly verified using the E-Verify system.

      In accordance with Section 837.06, Florida Statutes, Contractor acknowledges that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in Section 775.082 or Section 775.083, Florida Statutes.

      In addition, the respondent certifies the contractor:
      (SELECT ONE)

       

    • Conflict of Interest Statement (required)

      Respondent shall disclose all material facts pertaining to potential conflicts of interest due to any other clients, contracts, or property interest for this project.

      Select "No" for no conflicts of interest
      Select "Yes" to disclose potential conflicts of interest

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of a possible conflict of interest may result in disqualification. 

       

    • Conflict of Interest Statement (Attachment) (required)

      The respondent, by attachment to this response, shall submit all information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. 

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Felony Convictions and/or Charges (required)

      Respondent shall disclose all material facts pertaining to any felony indictments or convictions in the last ten (10) years, or any pending felony charges, anywhere in the United States, against: 1) Respondent, 2) any business entity related to or affiliated with Respondent, or 3) any present or former executive employee, senior management, key employee, officer, director, stockholder, partner or owner of Respondent or of any such related or affiliated entity. This Disclosure shall not apply to any person or entity who is, or was, solely a stockholder, owning less than 5% of the outstanding shares of a Respondent whose stock is publicly owned and traded.

      Select "No" to indicate no felony convictions and/or charges during the time period specified above.

      Select "Yes" to disclose felony convictions and/or charges

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of felony convictions and/or charges may result in disqualification. 

       

    • Statement of Felony Convictions and/or Charges (Attachment) (required)

      The respondent, by attachment to this response, submits a summary of all material facts pertaining to any felony indictments or convictions or any pending felony charges, anywhere in the United States during the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Local, State or Federal Entity Litigation (required)

      Respondent shall disclose a summary of past litigation and/or judgments entered against it by any local, state or federal entities for the past ten (10) years. Additionally, the Respondent shall disclose  any litigation and/or judgments entered against such entities for the same time period. 

      Select "No" to indicate no Local, State or Federal entity litigation during the time period specified above.

      Select "Yes" to disclose Local, State or Federal Entity Litigation

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of Local, State or Federal entity litigation may result in disqualification. 

       

    • Statement of Local, State or Federal Entity Litigation (Attachment) (required)

      The respondent, by attachment to this response, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Civil Conviction and/or Civil Litigation (required)

      Respondent shall disclose all material facts pertaining to any civil citations, infractions, or convictions for any reason, or any civil litigation, administrative proceeding, or notice of default during the last ten (10) years, anywhere in the United States, in which Respondent or any business controlled by or affiliated with Respondent is, or was, a party.

      Select "No" to indicate no civil convictions or civil litigation during the time period specified above.

      Select "Yes" to disclose civil convictions or civil litigation.

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of civil convictions or civil litigation may result in disqualification. 

       

    • Statement of Civil Conviction and/or Civil Litigation (Attachment) (required)

      The respondent, by attachment to this response, submits a summary and disposition of civil convictions and/or civil litigation during  the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Anti-Human Trafficking (required)

      In accordance with #Solicitation Terms and Conditions, Respondent shall confirm they do not engage in or permit the use of coercion for labor or services as defined in Section 787.06(2), Florida Statutes. 

      By submitting an offer in response to this solicitation, the respondent acknowledges that, if recommended for award, the timely execution of a Human Trafficking Affidavit is a condition of the contract. 

      Failure to confirm shall deem the offer non-responsive.

    • Other Forms (if applicable)

      If none of the below are applicable leave this area blank

      Upload the following forms only if applicable:

    • BOND REQUIREMENTS

      Upload Applicable Items.

    • Statement of Compliance with Surety Requirements (required)

      Respondents indicating "BID BOND" below shall utilize the "Electronic Bid Bond" section of this portal to submit their documentation.

      Failure to provide a valid surety instrument shall result in disqualification.

      The required Bid Bond Template is provided on the County's Forms and Resources website (https://www.ocfl.net/vfr).

      Respondents are cautioned to refrain from editing the Bid Bond Template structure and requirements, any such deviations shall result in rejection of the bid.

      For additional information see: #Bond Requirements and #Submittal Instructions & Solicitation Terms .

    • Electronic Bid Bond

      Use this feature to upload requirements:

      • Electronic Bid Bond with a certified and effectively dated copy of the Power of Attorney (required unless using alternative surety). Respondents shall ensure the County's required Bid Bond Template is utilized.

      Note: Offers exceeding $100,000 are required to comply with this requirement, failure to submit a bid bond shall deem the offer non-responsive.

      If offer is less than $100,000 you may leave this area blank

    • SUB-CONTRACTING
    • Sub-Contracting with Minority and Women Owned Business Entities (M/WBE) Goal Requirements (required)

      All Respondents are required to meet the following requirements A and/or B:

      1. Comply with M/WBE subcontracting goals established by the County Minority/Women Business Enterprise Ordinance, No. 94-02 and amended by Ordinance No.2009-21.
        The Goal for this Procurement is TBD.

        Complete and upload the following:
        Contract and Sub-Contract Goal Participation Schedule

      2. Respondents unable to fully comply with requirement A above (any submittal with M/WBE participation less than TBD) shall submit the following additional documentation to successfully demonstrate Good Faith Effort or qualified exception, or they shall be deemed non-responsive by the Procurement Manager.

        Complete and upload the following:
        Good Faith Effort Form and applicable attachments

        Submittal must include applicable documentation/evidence.

      The Contract and Sub-Contract Goal Participation Schedule and Good Faith Effort Form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

      Note: Effective August 11, 2020, the Board of County Commissioners approved a change to the M/WBE Ordinance, removing the sliding scale from all construction formal solicitation opportunities.

    • Orange County Minority and Women Owned Business Entity Ordinance Information (required)

      By submission of a bid I am confirming the following:

      • The Minority and Women Owned Business Entity goal for this procurement is TBD.
      • Failure to either meet the above goal or document good-faith effort shall deem my bid as non-responsive.
      • I have been provided resources to assist with participation goals https://ocfl.diversitycompliance.com/FrontEnd/searchcertifieddirectory.asp?TN=ocfl
      • All listed sub-contractors and suppliers have been advised of the scope and dollar values attributed to them on this form.
      • If recommended for award, the timely submission of sub-agreements (if applicable) will be required to demonstrate program compliance prior to contract execution.
    • Schedule of Sub-Contracting (required)

      Provide a schedule of all sub-contractors anticipated to be engaged in this procurement.

      Complete and upload the following:
      Schedule of Sub-Contracting and Location

      The Schedule of Sub-Contracting and Location can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Affirmative Steps for Sub-Contracting (required)

      2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) mandates that the Prime Contractor partakes in five “affirmative steps” designed to ensure that small and minority-owned, women-owned business enterprises, and labor surplus area firms have been, and for the duration of the project continue to be, afforded subcontracting opportunities.

       

      Complete and upload the following:
      Affidavit of Compliance with 2 CFR §200.321 Requirements

      Schedule of Sub-Contracting and Location

      These forms can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

       

    • FEDERAL PROCUREMENT STANDARDS
    • Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements (required)

      The following certification and disclosure regarding payments to influence certain federal transactions are required to be made per the provisions contained in 31 U.S.C 1352, the “Byrd Anti-Lobbying Amendment.”

      Complete and upload the following:
      The Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements.

      This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Federal Debarment Certification Form (required)

      This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180.

      Complete and upload the following:
      Federal Debarment Certification Form

      This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Davis–Bacon Act (required)

      By checking this box, the respondent acknowledges receipt of the applicable U.S. Department of Labor wage determination(s) included in this solicitation and confirms understanding of, and intent to comply with, all requirements of the Davis–Bacon Act. The proposer further certifies that all covered workers will be paid not less than the prevailing wages and fringe benefits as determined by the U.S. Department of Labor, and that certified payroll records will be maintained and submitted as required.

    • SOLICITATION CHECKLIST
    • Mandatory Pre-Bid Conference (required)

      Respondent confirms that a representative of the firm was present at the Mandatory Pre-Bid Conference and signed in to the meeting, as required to document attendance.

    • Mobilization Fee Restrictions (required)

      The Bidder acknowledges and agrees that the mobilization fee shall not exceed any caps prescribed in the fee schedule. In the event of a miscalculation or submission of a mobilization line item exceeding this percentage, it is understood and agreed that the mobilization fee shall be capped as prescribed. The bidder acknowledges that the County will adjust the bid accordingly to reflect any prescribed caps, and the adjusted amount shall be used for purposes of evaluation, award and administration. This adjustment shall be made without further action or consent from the Bidder.

    • Acknowledgment of Addenda and Q&A (required)

      Respondent acknowledges that they are solely responsible for reviewing the latest questions and answer, notices and addenda associated with this procurement process. Failure to consider key information and changes within your submission may result in your offer being deemed non-responsive if key data or forms are omitted.

    • Quality Assurance for File Uploads (required)

      Respondent acknowledges that they are solely responsible for reviewing their submission to ensure all files and attached documents uploaded are uncorrupted. Failure to perform quality assurance on this submission may result in the offer being deemed non-responsive if key data is omitted or inaccessible.

    • Bid Additives (required)

      As part of this bid submittal the County is seeking pricing on bid additives and/or deductive. To this end, you are instructed as follows:

      Complete all required 

       

    • Procurement Objective
    • Project Overview (required)

      Provide 3-5 sentences about the objective of this procurement. Use proper grammar and formatting before copying and pasting here.

    • Project Estimate (required)

      IF APPLICABLE ONLY enter a statement concerning the estimated cost. Enter this in sentence format!

      ( e.g. "The Estimated Cost for this project is $465,000.00.")

      IF NOT APPLICABLE - ENTER A DASH ONLY ( e.g. "-")

    • Document Structure
    • Is a MANDATORY pre-bid conference required? (required)

      Consult with Supervisors before allowing mandatoryconferences.

    • Project Type (required)
    • Substantial Completion (required)

      Substantially complete in ______ calendar days from date of Official Notice to Proceed.

      Enter number of days in wordsand numbersbelow (lowercase):

      i.e. one hundred and eighty (180)

    • Final Completion (required)

      Final completion in ______ consecutive calendar days from date of Official Notice to Proceed.

      Enter number of days in wordsandnumbersbelow (lowercase):
      i.e. two hundred and ten (210)

    • What is the Consideration? (required)
    • Fee Schedule Structure (required)
    • Are Additives, Deductives, or Alternates a part of the bid form? (required)
    • County Permits (required)

      This question pertains to Orange County permits only. Permits from outside agencies are not required to be itemized.

    • Owner Direct Purchases (required)

      Is the County seeking to make Owner Direct Purchases through this contract?

    • Special Terms and Conditions (required)

      Select special terms and conditions to be included in your draft. These can be modified or deleted in editing later.

    • Regulatory Considerations
    • Is reciprocal preference a consideration of this procurement? (required)

      Default for this is "No". Consult with your supervisor before considering reciprocal preference.

    • Funding Considerations (required)

      Is Federal Funding a consideration of this Procurement?

      Carefully consider both funding sources and pass-through sources when answering.

    • Is Davis-Bacon Act (DBA) and prevailing wage a consideration of this contract? (required)
    • Enter Name of Federal Funding Agency (required)

      Orange County is/may be receiving federal funding through ________________________for the services solicited herein.

    • Sub-Contracting Impacts (required)

       

      • For Federal Compliance confirm you have identified sources using the Small Business Administration's Dynamic Small Business Search
        https://web.sba.gov/pro-net/search/dsp_dsbs.cfm

      • For Orange County Compliance confirm you have coordinated with the Business Development Division .

      SELECT ONE BELOW:

    • Minority and Women Owned Business Enterprise Goal (required)

      The Business Development Division has established the Minority and Women Owned Business Enterprise Goal at the following percentage:

    • Qualifications
    • Is a pre-qualification applicable to this procurement (required)
    • What is the solicitation number and title for the Pre-qualification? (required)

      Enter using this format:

      Y0-0000, Title of my Pre-Qualification Solicitation

    • Quantity of Similar Projects Required (required)

      Respondent shall supply a list of at least

    • Reference Type (required)

      Indicate if the references must be for Prime Contractor work onlyor if references are allowable for work as both a Prime Contractor and a Sub-Contractor.

    • Reference Time Period (required)

      References shall be within the last ___ years, immediately preceding the due date of bid submittal.

    • Risk Management Requirements

      The following insurance coverages are included by Default

      • Workers’ Compensation
      • Commercial General Liability
      • Business Automobile Liability
    • Specify any Additional Insurance Requirements: (required)
    • Are liquidated damages a consideration of this procurement? (required)
    • Amount of Liquidated Damages (required)

      Do not include a "$", enter only the numeric value.

    • Are bonds required for this project? (Bid/Payment/Performance) (required)
    • Evaluation Procedure
    • Configure Department Technical Evaluation (required)
      • Confirm by indicatingYES.
        Default value is configured to be yes - do not override.
      • Do not select NO.
        Only Supervisors are authorized to Override this setting.
        Standard Evaluation will have to be manually deleted.

        This is NOT Recommended.

    Questions & Answers

    Q (No subject): Is this project FEMA funded?

    A: No.


    Q (No subject): Is this project subject to Davis-Bacon wages?

    A: No.


    Q (Clarify discrepancy among scope of work and drawing A3.1): The scope of work calls for the removal and replacement of all plank decks; the beams and joists shall remain. Drawing A3.1 request to REPLACED Beams & Joist to match existing sizes and quantities? Clarify if the beans & Joist shall be removed and replaced or not

    A: All deck planks are to be replaced. Phase of replacement of deck planks to be determined by County. Beams and joists and posts are to remain except at Junction 1 and Junction 2 where trail deck turns 90 degrees. The beams and joists at these junctions are added or modified per new design. Replace rotten or damaged beams joist or posts as discovered and approved by OC Representative.


    Q (No subject): Regarding the proposed decking material, the option was given for either Lumberock or Weardeck in the basis of design in the plans. The color selection was Cedar. Owens Corning/Weardeck no longer manufactures the color Cedar. Would you be open to other colors on the Owens Corning/Weardeck line? If not, are you open to other decking manufacturers with a similar Cedar color to what is being specified and requested?

    A: Submit standard colors to County Representative for color selection. Substitute manufacturers only as approved by County Representative.


    Q (No subject): Who will be responsible for blocking off 'no-go' zones during construction?

    A: The Contractor will be responsible for barriers. Barrier type and locations are to be approved by County Representative


    Q (No subject): Will the park remain open during construction?

    A: Yes, Coordinate all construction activities with County Representative


    Q (No subject): Please confirm that all joists/stringers are to be replaced on the existing boardwalk sections.

    A: All deck planks are to be replaced. Phase of replacement of deck planks to be determined by County. Beams and joists and posts are to remain except at Junction 1 and Junction 2 where trail deck turns 90 degrees. The beams and joists at these junctions are added or modified per new design. Replace rotten or damaged beams joist or posts as discovered and approved by OC Representative.


    Q (No subject): The 'Demolition Plan - Junction 1' indicates that the substructure below is to remain. Is this accurate? Is the substructure meant to be replaced?

    A: Existing structure at Junction1 should remain. Provide new joists and beams as required to achieve detail A8 “ Proposed Deck Plan – Junction 1.


    Q (No subject): Will you require an as-built survey upon completion? If so, should we include these costs in our bid?

    A: Yes, As-Built drawing areas of new construction shall be provided. Especially of details. A complete plan that references changes to your as-built details should be sufficient.


    Q (No subject): Regarding the tree removal called out on the plans, what are the expectations of the disposal of the tree? Can it be left on site to naturally decay or should it be in our bid to haul off site for disposal?

    A: The tree should be removed and disposed to a location on site by the Contractor as Directed by OC Representative.


    Q (No subject): If the existing pilings/uprights are found to be deficient, will the County be open to a change order prior to securing the new framing/decking?

    A: Any damage to existing structure during construction shall be identified and reported to the OC Representative prior to securing framing and decking.


    Q (No subject): Is turbidity curtain or silt fence required during construction?

    A: Yes, at areas of construction at grade areas such as at ramps and stairs.


    Q (No subject): Can we cut the synthetic decking on site inside the park?

    A: Yes. Do not cut in wet areas on grade. All decking debris and saw dust that is cut on grade or on trail decking is to be captured and disposed of to prevent contamination to grounds below. This debris shall be hauled off-site.


    Q (No subject): Is there ample staging on site that could be identified for materials and shop trailers for tools?

    A: Yes. Exact locations will be coordinated with the county representative after award of the contract,


    Q (Fencing): The plans show a 1x4 composite cover at the top rail, but nothing for the middle or bottom rails. Should we plan on a composite cover for the mid and bottom rails to match the top?

    A: The top rail is to be a 2x6 recycled wood top. The intermediate and bottom rails are to be Pressure treated wood. Refer to detail H2 on sheet A3.1


    Q (Over Water Insurance): Is Over Water insurance required on this project?

    A: No


    Q (Question 7 clarification):

    A: Please clarify the answer posted for question 7 where it states all beams and joist to remain except at the junction’s spots, but the revised plans provided in the addendum on sheet A3.1 detail A6 states to replace all beams and joist and cross ties. Which is correct? Beams and Joists are to be replaced; New beams and joists are to match existing beam and joist footprints, other than the junction spots that will need to be replaced per plan revision 2 dated 3/26/2026, also shown in detail A6 on page A3.1. The upright existing wood posts/pilings will remain.


    Q (Permits):

    A: We are putting together an estimate for Orange County’s project to rebuild the boardwalk at Tibet Butler Preserve. I read through Orange County’s Fee directory for 2025-2026 and it’s unclear what fees will apply. Attached is the plan set showing the work scope. It involves rebuilding a boardwalk that runs through the preserve and re-roofing the pavilion. I’m not sure if this will be a dock/shoreline permit, if you have a stand along boardwalk permit or if it falls under commercial alteration. I also don’t know if there are any other environmental reviews etc. Please help advise what fees will apply to this project. This project does not require a dock or shoreline permit. There will be no environmental disruption, as the boardwalk is already existing. There will be no change to the existing structure, any members being replaced will be like for like using synthetic wood, as indicated on plans. This work is considered to be maintenance on an existing boardwalk.


    Key dates

    1. February 18, 2026Published
    2. March 24, 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.