Active SLED Opportunity · FLORIDA · VILLAGES COMMUNITY DEVELOPMENT DISTRICTS, FL
AI Summary
Invitation for bids to rehabilitate six horizontal pressure filters at CSU WTP 1 in Florida, including media replacement, repairs, cleaning, and startup. Mandatory pre-bid conference on May 5, 2026. Bids due May 29, 2026.
The North Sumter County Utility Dependent District is requesting bids for rehabilitation of the existing horizontal pressure filters at CSU WTP 1 (6 cells total), including, but not limited to, the removal and replacement of existing media consisting of gravel, torpedo sand, GreensandPlus, and anthracite layers; repair of damaged interior filter components as necessary; filter cell cleaning; filter media disinfection and conditioning; and filter startup. Qualified firms wishing to respond to “CSU WTP 1 Iron Filter Rehabilitation” must provide all labor, services, equipment, and materials described in this document, whether directly or through subcontractors/subconsultants.
Work on this project will begin upon the awarded Contractor’s receipt of the Notice to Proceed, with Substantial Completion expected within 150 days and Final Completion within 180 days. The completion date may be extended due to unforeseen circumstances, subject to District approval. The successful Contractor will be responsible for performing all work in accordance with the attached project requirements, including providing all materials, labor, equipment, and permitting necessary to complete the project in a timely and professional manner.
The successful Contractor and any subcontractors will be required to attend a pre-construction meeting after the bid award has been approved by the North Sumter County Utility Dependent District and the Agreement has been executed by all parties.
| Event | Date | Location |
|---|---|---|
| Public Opening | 2026-05-29T19:15:00.000Z | Large Conference Room located at 3571 Kiessel Road The Villages, FL 32163 Microsoft Teams Meeting ID: 267 012 544 953 22 Passcode: RA3kR6UG Teleconference +1 (872) 239-8225 Phone Conference ID: 686 182 855# |
A satisfactory bid bond executed by a surety insurer authorized to do business in Florida and the Respondent (Principal) should identify applicable District(s) as the Owner/Obligee, in an amount equal to ten percent (5%) of the bid/proposal and shall be submitted with each response. No bid/proposal shall be withdrawn for a period of ninety (90) days subsequent to the solicitation opening without the written consent of the District.
The North Sumter County Utility Dependent District is requesting bids for CSU WTP 1 Iron Filter Rehabilitation. Sealed bids will be received by the Purchasing Department located at 3571 Kiessel Road, The Villages, Florida 32163, bid packets can also be submitted electronically via the OpenGov Procurement Portal, and will be accepted until 3:00 pm on Friday, May 29, 2026 for “ITB #26B-018”. Only the vendors’ names of all timely received bids shall be read aloud and recorded at the Public Opening. Suppliers have the option to receive the bid results by submitting a Public Records request to the District Clerk’s office DistrictClerk@DistrictGov.org. A Notice to Respondents including the bid results will also be issued within 2-3 business days and will be posted on both OpenGov and the District websites.
Respondents shall take careful notice of the following conditions of this Invitation to Bid:
The North Sumter County Utility Dependent District is requesting bids for filter rehabilitation at the CSU WTP 1 existing horizontal pressure filters (6-cells total), including but not limited to, removal and replacement of existing media consisting of gravel, torpedo sand, Greens and Plus, and anthracite layers, repairing damaged interior filter components as necessary, filter cell cleaning, filter media disinfection and conditioning, and filter startup. Qualified firms wishing to respond to “CSU WTP 1 Iron Filter Rehabilitation” must provide all labor, services, equipment and materials described in this document, whether directly or through sub-contractors/sub-consultants. Bidders are required to provide either a completed AIA payment application form or a detailed, itemized cost breakdown (schedule of values) as part of their bid submission. Firms are required to submit AIA G703 (Schedule of Values) and construction schedule for this project per C700/C800 requirements.The District does not furnish AIA forms.
Work on this project will begin upon awarded Contractor’s receipt of Notice to Proceed, with Substantial Completion expected in 150 days and Final Completion within 180 days. The completion date may be extended due to unforeseen circumstances with the approval of the District. Successful Contractor will be responsible for all work according to the attached project requirements to include all materials, labor, equipment and permitting required to complete the project in a timely and professional manner.
Successful contractor and any subcontractors will be required to attend a pre-construction meeting after the bid award is approved by the North Sumter County Utility Dependent District and the Agreement has been executed by all parties.
PROJECT AGREEMENT - A satisfactory letter of intent to bond executed by each Respondent identified as the Principal and an acceptable surety, in an amount no less than one hundred and fifty percent (150%) of the bid amount shall be submitted with each response and identify applicable District(s) (see below) as the Owner/Obligee.
It is the intent of these specifications to describe a complete project fully acceptable to the District. Even though certain details may have been unintentionally omitted, the Contractor shall nonetheless perform all work necessary to complete the project to the highest industry standards and acceptable to the District.
All materials and workmanship shall be first class and shall conform to the highest industry standards or the specifications, whichever requirements are more stringent.
A pre-bid conference will be held on Tuesday, May 5, 2026 promptly at 4:00 pm. Interested Contractors are to meet in the parking lot of CSU WTP 1 1091 Pinellas Place, Wildwood, FL 34785. Suppliers are required to attend the MANDATORY on-site pre-bid conference for a clear understanding of the project. Only those Suppliers who are present at the MANDATORY on-site pre-bid conference will be permitted to submit a bid in response to this solicitation. Supplier's failure to attend the MANDATORY on-site pre-bid conference shall result in the non-acceptance/rejection of a proposal submittal from Supplier. For directions, please contact Ariel Preston at ariel.preston@districtgov.org.
In accordance with Florida Statutes Section 255.05, the awarded Respondent (Principal) shall, before commencing an individual project with a value at or exceeding the $200,000.00, execute and record in the public records of the county where the improvement is located, a payment and performance bond with a surety insurer authorized to do business in Florida as surety. The amount of the Payment and Performance Bonds shall be one hundred percent (100%) of the contracted amount. One payment and performance bond shall be required per individual project. Combined, cumulative, blanket, or aggregate bonding across multiple projects, work orders, task orders, or agreements is strictly prohibited. Each project must be bonded independently based on its individual contract value. The awarded Respondent (Principal) is responsible for recording the bonds with the Clerk of the Circuit Court of which the project is located (Sumter, Lake or Marion County). Upon bond submittal, the awarded Respondent (Principal) may be asked to furnish to the District the recording information for the bonds to evidence that the Respondent has met the requirements of Florida law.
A pre-bid conference will be held on Tuesday, May 5, 2026 promptly at 4:00 pm. Interested Contractors are to meet in the parking lot of CSU WTP 1 1091 Pinellas Place, Wildwood, FL 34785. Suppliers are not required to attend the on-site pre-bid conference for a clear understanding of the project, but it is highly suggested they do attend. For directions, please contact Ariel Preston at ariel.preston@districtgov.org.
The Contractor shall, at all times, maintain the project site in a clean, orderly, and safe condition. All areas shall be kept free of litter, construction debris, and waste materials. Contractor personnel shall remain aware of site conditions and maintain a neat and professional appearance throughout the duration of the Work.
All work areas shall comply with applicable safety requirements for both pedestrian and vehicular traffic and shall be maintained in a manner that minimizes hazards. At the conclusion of each workday, the Contractor shall ensure that all areas are left in a clean, safe, and orderly condition.
The Contractor shall be responsible for the prompt removal and proper disposal of all waste materials, rubbish, and debris generated by the Work. At the end of each workday, the Contractor shall remove all debris, tools, equipment, machinery, and surplus materials from the project site, leaving the premises clean and ready for inspection and acceptance by the District.
The Contractor shall bear full responsibility for the removal and lawful disposal of all project-related debris from the CSU Water Treatment Plant site.
Bidders are required to provide either a completed AIA payment application form or a detailed, itemized cost breakdown (schedule of values) as part of their bid submission. Firms are required to submit AIA G703 (Schedule of Values) and construction schedule for this project per C700/C800 requirements. The District does not furnish AIA forms.
Submitters are required to use the official “BID FORMS”, and all documents itemized herein are to be submitted. Any variation from the minimum specifications must be clearly stated on the BID FORMS and explained in detail on the EXCEPTION / DEVIATION FORM.
Any awarded Suppler may be asked to execute and record a Payment/Performance Bond complying with the requirements of Florida Statutes Section 255.05 for any individual project with a value exceeding the $200,000.00. In such event, the awarded Respondent (Principal) shall, before commencing the work, execute and record in the public records of the county where the improvement is located, a payment and performance bond with a surety insurer authorized to do business in Florida as surety. The amount of the Payment and Performance Bonds shall be one hundred percent (100%) of the contracted amount. The awarded Respondent (Principal) is responsible for recording the bonds with the Clerk of the Circuit Court of which the project is located (Sumter, Lake or Marion County). Upon bond submittal, the awarded Respondent (Principal) may be asked to furnish to the District the recording information for the bonds to evidence that the Respondent has met the requirements of Florida law.
All bond related fees/expenses are the sole responsibility of the vendor
Applicable Districts:
North Sumter County Utility Dependent District
Submit electronically via the OpenGov Procurement Portal or a complete bid submittal packet (1 original and one (1) copy (for a total of 2) and one (1) electronic copy on a new USB flash drive) with all required documents as itemized and included herein to be submitted in a sealed envelope, on the outside of which shall be prominently marked with the following identification ITB #26B-018 with the name and address of the submitter. The bid submittal should be neat, professional in appearance and bound appropriately for the document’s thickness. The original document shall have original signatures and clearly noted with ORIGINAL on the cover. Submittals can also be mailed or hand delivered to the Purchasing Department at 3571 Kiessel Road, The Villages, FL 32163, by the date and time set forth in the timeline.
Contractor will adhere to all safety protocols set by Owners operational staff, Jacobs. Contractor will not be allowed to commence work until all protocols are met. If at any time Contractor does not meet the required safety protocols Owner may require Contractor to cease work until safety procedures are properly met.
The Bidder shall be responsible for reading very carefully, and understanding completely, the requirements and the specifications of the items requested. Any deviation from the specifications listed herein must be clearly indicated, otherwise it will be considered that the items offered are in strict compliance with these specifications and the successful Bidder will be held responsible. Therefore, deviations must be explained in detail on the form provided. Any item(s) that does not meet District specifications upon delivery will not be accepted and if the item cannot be brought up to the specifications in a reasonable time, the Bidder will be required to compensate the District for the difference in price entailed in utilizing the next qualified Bidder.
Submitters are fully and completely responsible for the labeling, identification and delivery of their bid submittals. The Purchasing Department will not be responsible for any mislabeled or misdirected submissions, nor those handled by delivery persons, couriers, or the U. S. Postal Service.
For all major pieces of equipment and coatings, submit a warranty from the equipment manufacturer. The manufacturer's warranty period shall be concurrent with the Contractor's for a period of at least one (1) year, unless otherwise specified, commencing at the time of Substantial Completion. Longer warranties may be required for individual equipment, see specifications for details. In the event of a discrepancy, the longest warranty will prevail.
The Contractor shall be responsible for obtaining certificates for equipment and coating warranty for all major equipment specified. The Engineer reserves the right to request warranties for equipment not classified as major. The Contractor shall still warrant equipment not considered to be "major" in the Contractor's one-year warranty period even though certificates of warranty may not be required.
The Owner shall incur no labor or equipment cost during the guarantee period.
Guarantee shall cover all necessary labor, equipment, materials, and replacement parts resulting from faulty or inadequate equipment design, improper assembly or erection, defective workmanship and materials, leakage, breakage or other failure of all equipment and components furnished by the manufacturer or the Contractor.
Coating manufacturers and Contractor shall provide a five (5) year warranty on all coatings provided, commencing at the time of final acceptance by the Owner for all labor and materials.
Contractor shall perform an inspection of the materials prior to the warranty period to expire and an inspection of the labor within one year after acceptance by the District at no charge to ensure that all materials were installed properly and District staff is satisfied with the work and/or materials.
The Respondent is required to be familiar with and shall be responsible for complying with the District’s Purchasing Policies and Procedures, District resolutions, District rules, all federal, state and local laws, ordinances, rules and professional standards or regulations that in any manner affect this solicitation, the selection process, protests, award of Agreement, Agreement management or any other activity associated with this solicitation and the subsequent work required of the successful Respondent. Any Respondent receiving an award from this solicitation must comply with all Governing Laws and Regulations and be responsible for the compliance of such by any and all subcontractors. Any and all work performed under the resultant contract requiring any State licensing or certification must be performed by workers meeting those requirements.
Time is of the essence in this Contract. The Contractor acknowledges that delays in completing the Work will cause the District to incur costs, disruptions, and other damages that are difficult to quantify. Accordingly, the Contractor agrees to pay the District liquidated damages as set forth below.
In accordance with Florida Statute 287.057(25), Respondents to this Solicitation or persons acting on their behalf may not contact, between the Issue Date of the Solicitation and the end of the 72-hour period following the agency posting the Notice of Intent to Award, excluding Saturdays, Sundays, and state holidays, any District Staff, Board Supervisors or District Consultants concerning any aspect of this Solicitation, except in writing to the District Purchasing Staff. Violation of this provision may be grounds for rejecting a response.
During this blackout period, any attempt to influence the thinking of District Staff, Board Supervisors or District Consultants for or against a specific cause related to a Solicitation for goods or services, in person, by mail, by facsimile, by telephone, by electronic mail, or by any other means of communication, may result in disqualification of their award and/or contract. This does not apply to Pre-Solicitation Conferences, oral presentations before the Selection Committee, contract negotiations, or communications with District Staff, Board Supervisors or District Consultants not concerning this Solicitation.
Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interests of the District, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the fiscal period at the time of the contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by the District of funds thereafter.
When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled, and the Contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplied or services delivered under the contract or otherwise recoverable.
Each Supplier shall include Florida State and other applicable sales taxes for all material, supplies and equipment included in its bid.
The District may, if not prohibited by law, exercise a right to purchase directly various construction materials, supplies and equipment that may be a part of the Project. If so, the District will, via its purchase orders, purchase materials and assist the Supplier in the preparation of such purchase orders. The District shall issue a Certificate of Entitlement to each vendor and the Supplier through its Purchasing Department. The District’s purchase order for tangible personal property to be incorporated into the Project must be attached to the Certificate of Entitlement. The District shall issue a separate Certificate of Entitlement for each purchase order. The Certificate of Entitlement shall be signed by an Authorized Representative of the District that may include the District Manager, Assistant District Manager or the Director of Purchasing. The materials shall be purchased from the vendor suppliers selected by the Supplier, for the prices negotiated by the Supplier. The Supplier will provide information to the District to assist in the proper preparation of all purchase orders by the District and will assist in the coordination and receipt of the materials in a timely manner so as not to negatively impact on the performance of the construction activity of the project.
The Contract/Subcontract amount shall be reduced by the net, undiscounted amount of these purchase orders, plus all sales taxes. Issuance of the purchase orders by the District shall not relieve the Subcontractor or Supplier of any of its responsibilities regarding material purchases, or installation, with the exception of the payments for the materials so purchased. Supplier shall remain fully responsible for coordination, correct quantities ordered, submittals, protection, storage, scheduling, shipping, security, expediting, receiving, installation, cleaning and all applicable warranties.
The Respondent by submitting a bid acknowledges that other public agencies may seek to “Piggy-Back” under the same terms and conditions during the effective period of any resulting contract services and/or purchases being offered in this bid for the same prices and/or terms being bid. The successful Respondent has the option to agree or disagree to allow contract Piggybacks on a case-by-case basis. Before a public agency is allowed to Piggy-Back any contract, the agency must first obtain the Respondent’s approval. Without the Respondent’s approval, the seeking agency cannot Piggy-Back.
The Contractor shall ensure that its employees, agents, and subcontractors assigned to perform services conduct themselves in a professional, courteous, and lawful manner at all times while on District property or while performing services on behalf of the District.
Contractor personnel shall comply with all applicable State Laws, Federal laws, and District policies governing workplace conduct, safety, ethics, and harassment prevention, as such policies may be reasonably applicable to non-District personnel performing services on District property.
In the event the District receives a complaint(s) or otherwise determines that the conduct of any Contractor personnel may be inconsistent with the standard herein or District policies, the District reserves the right to require the temporary or permanent removal of such individual from District property or from performing services.
Any such request shall not be construed as a determination of fault or as a direction regarding the Contractor’s employment or disciplinary decisions, which shall remain the sole responsibility of the Contractor. Failure to comply with this shall constitute a material breach of the Agreement and may lead to termination of the agreement.
Please download the below document, complete, SIGN and upload.
Please download the below documents, complete, SIGN and upload.
Instructions to Bidders for Pricing Bid Form Completion
1) Open Excel / Word Document
2) There is one (1) form that must be completed.
3) Enter pricing for each of the items in the Price column (yellow)
4) The Bid Total will auto-fill.
5) Save and Print each Excel Bid Form from each tab.
6) Sign the Excel Bid Form signature page(s) in blue ink.
7) Scan and upload Pricing Bid Form(s) with your submittal.
Pricing form must be fully completed, signed and submitted with Bidder’s submittal.
Pricing form(s) MUST be fully completed and submitted with each Respondent's submittal packet.
NOTE:
All price information to be used in the Bid review must be submitted on this Bid form, as is. Manipulating or altering this Bid form may result in this bid being non-responsive. Any exception or deviation from this Bid Form should be included in the Exceptions and Deviations Form to be considered separately.
Only enter pricing in the yellow boxes. All yellow columns/row must include a unit price. If any yellow box is left blank, your bid packet may be rejected as incomplete.
Errors or omissions by either party, may result in the cancellation of the solicitation
Upload the completed Excel Bid Forms workbook in excel format.
Excel file must contain filled in pricing on all tabs for:
• NSCUDD Bid Form
Please download the below document, complete, SIGN, NOTARIZE & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please provide a current W-9.
Download from the IRS website, complete, SIGN and include in submittal.
IRS Website Link: Form W-9 (Rev. March 2024)
Please download the below documents, complete, SIGN, NOTARIZE & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please download the below documents, complete, SIGN & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please download the below document, complete, SIGN & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please download the below documents, complete, SIGN & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please download the below documents, complete, SIGN, NOTARIZE & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please download the below documents, complete, SIGN & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please download the below documents, complete, SIGN and upload.
Please upload a COI or Letter of Insurance for informational purposes only.
Please download the below document, complete, SIGN and upload.
Please download the below documents, complete, SIGN & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please download the below documents, complete, SIGN, NOTARIZE & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please upload copies of required licenses or certifications that have not expired:
1.) Florida State Contractors License or Florida State General Builders License
2.) Florida Pest Control License
Please download the below documents, complete, SIGN & upload.
This form is in Microsoft Word for your convenience to facilitate efficient form completion requiring typed or printed input.
Do not alter or change this form. Any alteration or change may result in the rejection of the submission.
Please upload a Bid Bond (10% of bid amount)
A satisfactory bid bond executed by a surety insurer authorized to do business in Florida and the Respondent (Principal) should identify applicable District(s) as the Owner/Obligee, in an amount equal to ten percent (10%) of the bid and shall be submitted with each response. No bid shall be withdrawn for a period of ninety (90) days subsequent to the solicitation opening without the written consent of the District.
Applicable Districts:
North Sumter County Utility Dependent District
Please upload a Surety Letter from a Certified Company:
Applicable District(s):
North Sumter County Utility Dependent District
Mandatory - Only those vendors who are present will be permitted to submit a bid/proposal in response to this solicitation
Select "Yes" if projects bid at $200,000 and above.
Please select the ones above AND any additional insurances needed below:
Respondents without these qualifications will be rejected.
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.