Active SLED Opportunity · FLORIDA · SANTA ROSA COUNTY
AI Summary
Santa Rosa County seeks licensed contractors for housing rehabilitation at 4281 Magnolia Oaks Drive, FL. Mandatory pre-bid May 6, 2026. Bids due May 20, 2026 via procurement portal. Project includes electrical, plumbing, door, and drywall repairs. Insurance and compliance required.
MEMORANDUM
| TO: | Company Addressed | DATE: Wednesday, April 22, 2026 |
| FROM: | Santa Rosa County Procurement Office | |
| SUBJECT: | 26-036 4281 Magnolia Oaks Drive |
Notice is hereby given that the Santa Rosa County Board of County Commissioners is seeking bids from properly licensed and insured contractors for the Housing Rehabilitation project at 4281 Magnolia Oaks Drive, Pace, Florida, 32571.
A mandatory pre-bid meeting will be held on Wednesday, May 6, 2026, at 9:30 a.m. at 4281 Magnolia Oaks Drive, Pace, Florida, 32571.
Specifications may be secured through the Santa Rosa County Procurement Portal at https://procurement.opengov.com/portal/santarosafl Questions concerning this request should be submitted through the procurement portal by 12:00 pm on Wednesday, May 13, 2026.
Please submit all proposals through the procurement portal at https://procurement.opengov.com/portal/santarosafl by 10:00 am on Wednesday, May 20, 2026, at which time will be publicly opened.
Santa Rosa County Board of County Commissioners encourages all segments of the business community to participate in its procurement opportunities, including small businesses, minority/women owned businesses, and disadvantaged business enterprises. The Board does not discriminate on the basis of race, color, religion, national origin, disability, sex, or age in the administration of contracts.
The Board of County Commissioners reserves the right to waive irregularities in bids, to reject any or all bids for sound documented reasons, and to award the bid that it determines to be in the best interest of Santa Rosa County.
By order of the Board of County Commissioners of Santa Rosa County, Florida.
Update Aluminum Wiring, R/R Hot Water heater, R/R sheetrock in areas and insulation, R/R (2) Exterior French Doors (1) Interior French Door, (2) Exterior Steel Doors, R/R walking shower surround and vanity, R/R closet doors, R/R kitchen sink/faucet and overhead lighting
The following outlines additional insurance coverage requirements, along with their minimum limits, for the given project. This coverage is in addition to the standard requirement.
General Requirements:
Update Aluminum electrical wiring to AlumiConn add addition outlets in converted room, R/R 40-gallon electric water heater, R/R Sheetrock & Insulation replace as outlined in SOW,R/R 2 exterior French Doors, 1 Interior french door, 2 Exterior steel entry doors front and laundry area, R/R master bathroom walkin shower with new surround add grab bars and glass shower door and replace vanity with a 36inch wide vanity,R/R mirrored closet doors,R/R Kitchen sink and faucet, R/R overhead light fixture
Except as provided in this section, respondents are prohibited from contacting or lobbying the County, County Administrator, Commissioners, County staff, or any other person authorized on behalf of the County related or involved with the solicitation. All inquiries on the scope of work, specifications, additional requirements, attachments, terms and general conditions or instructions, or any issue must be directed in writing, via the County e-Procurement Portal located at https://procurement.opengov.com/portal/santarosafl.
All questions or inquiries must be received no later than the last day for questions stated in 26-036 4281 Magnolia Oaks Drive. Any addenda or other modification to the bid documents will be issued by the County prior to the date and time of bid closing, as written addenda, and will be posted to the Santa Rosa County e-Procurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/santarosafl.
Such written addenda or modification shall be part of the bid documents and shall be binding upon each respondent. Each respondent is required to acknowledge receipt of all addenda. No respondent may rely upon any verbal modification or interpretation.
| Proprietor/Executive Officers Exclusion not allowed | $100,000 Employees Liability $100,000 Accident - Disease $500,000 Disease policy limit |
The respondent shall submit bids in accordance with the public notice. The respondent shall submit bids in accordance with bid documents and must be listed on the Division of Corporations website (Sunbiz) for the FEIN provided.
Any proposal which contains any omissions, erasures, alterations, additions, irregularities of any kind, or items not called for which shall in any manner fail to conform to the conditions of public notice may be rejected.
A bid submitted by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature). The official address of the partnership shall be shown below the signature.
A bid submitted by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm must be shown below the signature.
A bid submitted by an individual shall show the respondent’s name and official address.
A bid submitted by a joint venture shall be executed by each joint venture in the manner indicated on the bid form. The official address of the joint venture must be shown below the signature.
The bid shall contain an acknowledgement of receipt of all addenda, the numbers of which shall be filled in on the form. The address and telephone number for communications regarding the bid shall be shown.
If the respondent is an out-of-state corporation, the bid shall contain evidence of respondent’s authority and qualification to do business as an out-of-state corporation in the State of Florida. A state contractor license number for the State of Florida shall also be included on the bid form. Respondent shall be licensed in accordance with the requirements of Chapter 489, Florida Statutes.
The bid shall be based upon the completion of the Work according to the drawings and specifications, together with all addenda thereto.
| Including Premises operations - Products completed ops Contractual Liability and Personal and Advertising Liability | $1,000,000 CSL $2,000,000 Annual Aggregate |
A bid shall be submitted no later than the date and time prescribed in the solicitation and shall be accompanied by the bid security and other required documents. Applicable bond documents may be uploaded, but any physical checks presented must be delivered to the Procurement Office prior to the Bid Opening. Offers by email, facsimile, or telephone will NOT be accepted.
| Automobile Liability - including Hired and Non-owned | $1,000,000 CSL |
Respondents shall use the original documents provided on the Santa Rosa County e-Procurement Portal and enter information only in the spaces where a response is requested. Respondents may use an attachment to the documents if sufficient space is not available. Any modifications or alterations to the original documents by the respondent, whether intentional or otherwise, will constitute grounds for rejection of a submittal. Any such modification or alteration that a respondent wishes to propose must be clearly stated in the respondent’s response in the form of an addendum to the original bid documents.
| Professional Liability | $1,000,000 Per Occurrence |
Any Respondent may withdraw its Submittal, either personally or by written request, at any time prior to the scheduled time for opening Submittals.
No oral interpretation will be made to any Respondent as to the meaning of the drawings or specifications. Every interpretation made to a Respondent will be in the form of an Addendum to the specifications. Addenda will be furnished to each Respondent, but it shall be the Respondent’s responsibility to make inquiry as to Addenda issued. All such addenda shall become part of the contract and all Respondents shall be bound by such Addenda whether received by the Respondent.
| Asbestos Removal Liability | $2,000,000 Per Occurrence |
All responses will remain subject to acceptance or rejection by Santa Rosa County for sixty (60) calendar days after the day of the response opening. The County may, in its sole discretion, release any response and return the bid security prior to the end of this period.
| Medical Malpractice | $1,000,000 Per Occurrence |
| Garage Liability | $1,000,000 Per Occurrence |
Santa Rosa County specifically reserves the right to reject any conditional response.
The County reserves the right to add or delete any item from this response or resulting contract when deemed to be in the County’s best interest.
| Garage Keepers Liability | $500,000 Comprehensive $500,000 Collision |
Specifications are based on the most current literature available. Respondent shall clearly list any change in the manufacturer’s specifications which conflict with the proposal specifications. Respondent must also explain any deviation from the proposal specification in writing. Failure of the respondent to comply with these provisions will result in respondents being held responsible for all costs required to bring the equipment in compliance with bid specifications.
All applicable Federal and State laws, County and municipal ordinances, orders, rules, regulations and General Terms and Conditions of all authorities having jurisdiction over the project shall apply to the solicitation throughout, and they will be deemed to be included in the contract the same as though they were written in full therein.
| Moving and Rigging Floater | Endorsement to CGL |
It is the responsibility of the respondent to inspect the site, scope of the work, and to understand the relevant documents, such as drawings, specifications, addenda, and any other information that may affect the execution of the work and the resources needed. Respondents should ensure that they have a clear and comprehensive knowledge of all the conditions and requirements that may impact the performance of the work under the contract.
The County reserves the right to waive informalities in a submission, to reject any or all submissions with or without cause, and accept the submission that in its judgment is in the best interest of the County.
Any of the following reasons may be considered as sufficient for the disqualification of a respondent and the rejection of its response:
An entity or affiliate who has been placed on the discriminatory vendor list may not submit a response on a contract to provide goods or services to a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity.
| Builders Risk/Installation Floater | Provide coverage in full amount of contract. |
Per Section 119.071 (1)(b)-2., Florida Statutes, sealed bids, proposals, or replies received by the County pursuant to a competitive solicitation are exempt from public disclosure until such time as the County provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier.
The Respondent shall comply with all the provisions of section 119.0701, Florida Statutes relating to the public records which requires, among other things, that the Respondent: (a) Keep and maintain public records; (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the respondent upon termination of the contract.
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (850) 983-1857, susant@santarosa.fl.gov; 6495 CAROLINE STREET, SUITE M, MILTON, FLORIDA 32570.
The County may, at any time, without cause, order Respondent in writing to suspend, delay or interrupt the work in whole or in part for such period as the County may determine, or to terminate all or a portion of the Contract for the County’s convenience. Upon such termination, the Contract Price earned to the date of termination shall be paid to Respondent, but Respondent waives any claim for damages, including loss of profits arising out of or related to the early termination. Those Contract provisions which by their nature survive final acceptance shall remain in full force and effect. If the County orders a suspension, the Contract price and Contract time may be adjusted for increases in the cost and time caused by suspension, delay, or interruption. No adjustment shall be made to the extent that performance is, was or would have been so suspended, delayed or interrupted by reason for which Respondent is responsible; or that an equitable adjustment is made or denied under another provision of this Contract.
In case of default by the Vendor, the County after due notice (oral or written) may procure the necessary supplies or services from other sources and hold the Vendor responsible for difference in cost incurred. Continuous instances of default shall result in cancellation of the award and removal of the Vendor from the response list for duration of one (1) year, at the option of the County.
If requested, respondent shall permit the County or an authorized, independent audit agency to inspect all data and records of respondent relating to its performance and its subcontracts under this bid from the date of the award through three (3) years after the expiration of contract.
Respondent certifies that it has entered into no agreement to commit a fraudulent, deceitful, unlawful, or wrongful act, or any act which may result in an unfair advantage over other respondents. See Florida Statute 838.22.
Pursuant to Florida Statute 287.133, a respondent may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity more than the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.
Note: For respondent’s convenience, this certification form is enclosed and is made a part of the solicitation package.
The County may make such investigations, as it deems necessary to determine the stability of the respondent to perform the work and that there is no conflict of interest. The respondent shall furnish to the County any additional information and financial data for this purpose as the County may request.
The Contract form shall be provided by the Procurement Office. The successful contractor shall, within 10 days after receipt of the Notice of Award and the contract forms or documents, sign and return to the County Procurement Office all required contract documents. The awarded contractor shall also provide the policies of insurance or insurance certificate as required. All insurance documents shall be approved by Santa Rosa County Risk Management before the successful contractor proceeds with the work.
The contractor is responsible for submitting along with their response any exceptions it has to the standard terms of contract, within the attached sample contract. Failure to submit exceptions at time of submittal of the bid will be considered a waiver by the respondent to contest or request exception to the contract provisions. Any exceptions to the standard terms of contract will be taken into consideration as part of the County’s review of the response. The County reserves the right to reject bids depending on the substance of the exceptions.
Please download the below document, complete, and upload.
Please upload registration.
Please upload certificate.
Please upload a valid business license.
Please upload COI.
Please upload a copy of current required insurance declaration page with Santa Rosa County named interest or Letter of Insurability from carrier stating the levels of coverage will be obtained.
Please upload W-9.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
I (we) certify that I (we) have carefully examined the Housing Program Rehabilitation Project document including the Contractor Section, for the above referenced job, and submit the following TOTAL bid to complete the project to construction industry standards for repairs, and that there will be NO CHANGE ORDERS OR ADDITIONAL FUNDING on this project. On the basis of these examinations, I (we) propose to furnish all materials, tools, machinery, and labor necessary to complete the work in a professional manner and to complete the rehabilitation work at the prices listed opposite each item.
Please select all that apply.
Select one.
Enter grant information
Please list any terms or special requirements the grant requires and upload any grant documents you have available.
Please enter only the numerical value. (ex. 30, 60, 90)
Select one.
Select one.
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.