Active SLED Opportunity · FLORIDA · VILLAGES COMMUNITY DEVELOPMENT DISTRICTS, FL

    CSU WTP 1 Iron Filter Rehabilitation

    Issued by Villages Community Development Districts, FL
    educationITBVillages Community Development Districts, FLSol. 251497
    Open · 15d remaining
    DAYS TO CLOSE
    15
    due May 29, 2026
    PUBLISHED
    Apr 23, 2026
    Posting date
    JURISDICTION
    Villages Community
    education
    NAICS CODE
    237110
    AI-classified industry

    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.

    Opportunity details

    Solicitation No.
    251497
    Type / RFx
    ITB
    Status
    open
    Level
    education
    Published Date
    April 23, 2026
    Due Date
    May 29, 2026
    NAICS Code
    237110AI guide
    State
    Florida
    Agency
    Villages Community Development Districts, FL

    Description

    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.

    Project Details

    • Reference ID: 26B-018
    • Department: Utilities
    • Department Head: TBD (TBD)

    Important Dates

    • Questions Due: 2026-05-15T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-05T20:00:00.000Z — CSU WTP 1 1091 Pinellas Place, Wildwood, FL 34785

    Meetings & Milestones

    EventDateLocation
    Public Opening2026-05-29T19:15:00.000ZLarge 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#

    Evaluation Criteria

    • BID BOND

      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.

    • INVITATION TO BID

      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:

      • Submissions by fax, email or other electronic media (excluding OpenGov) will not be accepted under any circumstances. Late submissions will not be accepted under any circumstances.
      • Submitters may withdraw and/or replace bids at any time until the deadline for submission of bids.
      • All questions received by 4:00 pm on Friday, May 15, 2026 will be considered. Questions will not be answered over the phone. Questions must be in writing and emailed to Ariel Preston at ariel.preston@districtgov.org or submitted though the OpenGov Procurement Portal at https://procurement.opengov.com/portal/districtgov/projects/251497
      • The VCCDD and each District reserve the right to reject any and/or all submittals, reserve the right to waive any informalities or irregularities in the submittal, and reserve the right to award Agreement in its best interest.
    • CSU WTP 1 Iron Filter Rehabilitation

      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. 

    • SURETY LETTER

      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.

    • MINIMUM REQUIREMENTS
      • Minimum of 10 years of proven experience in filter media replacement in gravity filters, pressure filters, or similar systems for potable water treatment facilities.  The contractor shall provide examples of similar projects successfully completed within the past 5 years, including reference contacts for each project.
      • The contractor must understand AWWA standards for filter media installation, handling, storage, including knowledge of spill prevention and dust control measures during handling.
        the contractor must be knowledgeable of and adhere to all applicable OSHA and local environmental regulations relevant to this project.
      • The contractor must employ staff experienced in confined space entry.  All authorized entrants shall possess the required training, understanding, knowledge, and skills necessary for the safe performance of their duties while working within the filters.
      • If the contractor engages a subcontractor to perform filter rehabilitation, the subcontractor must meet the same qualifications specified above.
    • GENERAL SPECIFICATIONS

      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.

      • Contractor shall supply all labor, materials, and equipment required to complete the project in accordance with specifications.
      • Work hours are 7:00 am to 7:00 pm, seven (7) days per week.
      • Worksite is to be kept clear of debris at all times. 
      • Contractor is responsible for removal of all debris from project site. 
      • The water treatment plant is a secure site. Contractor and subcontractor personnel must sign-in with the operator each day.
      • Project is on an operating water treatment plant. Contractor shall coordinate with the O&M Contractor as necessary and not interfere with ongoing operations.
      • Any District property damaged at the project site by Contactor shall be repaired to District Standards. Contractor is responsible for all repairs of damage.
      • All permits and inspections are the responsibility of the Contractor.
      • Any grass and landscaping damaged at the project site by Contractor shall be repaired to District Standards. Contractor is responsible for all repairs of damage to District standards.
      • A staging site will be supplied for parking of equipment, workman parking, for storing materials and supplies and for debris containers. The staging site must be adequately protected from any potential damage caused by any of the aforementioned.
      • All areas are to be kept safe for workers and residents. Contractor is responsible for initiating, maintaining and supervising all safety precautions in accordance with all safety laws and regulations at the project site. Appropriate construction signage with penalties for trespass of non-construction visitors are to be posted.
      • Contractor shall be responsible for the means, methods, techniques, sequences and procedures of work and to supervise, inspect and direct the work. Contractor shall assign a resident superintendent, for the duration of the project, which shall not be replaced without written notice to the District except under extraordinary circumstances.
      • Contractor shall have all current local, state and federal licenses as required to perform the work. This includes but is not limited to a General Contractor’s license in Florida. 
      • Contractor will be responsible for all work according to the attached plans (Part 6: Project Requirements) to include all materials, labor, equipment and permitting required to complete the project in a timely and professional manner.
      • All material and products shall be installed in strict conformance to the manufacturer's instructions or the requirements of the specifications, whichever requirements are more stringent.  All processes, systems, and procedures shall be executed in strict conformance to the manufacturer's instructions, the highest industry standards, or the specifications, whichever requirements are more stringent.
      • The Contractor may subcontract certain procedures or operations with the written approval of the District. Proof of proper licensing and insurance to be provided upon request. The Contractor is held responsible for any work performed by any subcontractor engaged.
      • Contractor is responsible for furnishing, maintaining and removing temporary sanitary facilities.
      • As an operating water treatment plant, there are ongoing minor rehabilitation projects taking place at any given time. Other contractors may be present onsite working on these projects. The Contractor shall coordinate work around any ongoing projects onsite
    • MANDATORY PRE-BID CONFERENCE

      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.

    • PAYMENT/PERFORMANCE BONDS

      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. 

    • PRE-BID CONFERENCE

      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.

    • SITE CLEANLINESS AND CONDITION

      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.

    • SCHEDULE OF VALUES

      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.

    • FORMS & SPECIFICATIONS

      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.

    • TERM AGREEMENT BONDS

      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

    • HOW TO SUBMIT A BID

      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.

    • SAFETY PROCEDURES

      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. 

    • ALTERNATE BIDS / APPROVED EQUALS / DEVIATIONS

      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.

    • RESPONDENT RESPONSIBILITY

      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.

      • Submissions shipped by express delivery, or in overnight or courier envelopes, boxes, or packages must be prominently marked on the outside of such envelopes, boxes or packages with the sealed bid identification.
      • Any envelopes, boxes, or packages, which are not properly labeled, identified, and prominently marked with the sealed bid identification, may be inadvertently opened upon receipt, thereby invalidating such bids and excluded from the official bid opening process.
      • Invitation by the Villages Community Development Districts to Respondents is based on the recipient’s specific request and application to  https://procurement.opengov.com/portal/districtgov or as the result of response by the public to the legal advertisements required by State and District law. Firms or individuals submit their responses on a voluntary basis, and therefore are not entitled to compensation of any kind.
      • Bid submittals that are incomplete, unbalanced, conditional, obscure, or which contain additions not called for, alterations, or irregularities of any kind, or which do not comply with these documents may be rejected at the sole discretion of the District.
      • Any Respondent opting not to bid shall submit a no-bid response electronically via the OpenGov Procurement Portal and select the "No Bid" option. 
    • INTERPRETATIONS, CLARIFICATIONS AND ADDENDA
      • No oral interpretations will be made to any Respondent as to the meaning of the Bid/Contract Documents.  Any inquiry or request for interpretation received by the Purchasing Department before 4:00 pm Friday, May 15, 2026 will be given consideration. All such changes or interpretations will be made in writing in the form of an addendum and, if issued, will be uploaded to https://procurement.opengov.com/portal/districtgov. Each Respondent shall acknowledge receipt of such addenda in the space provided on the Bidder’s Certification Form.
      • In case any Respondent fails to acknowledge receipt of such addenda or addendum, his/her bid will nevertheless be construed as though it had been received and acknowledged and the submission of his/her bid will constitute acknowledgment of the receipt of same.  All addenda are a part of the Bid Documents and each Respondent will be bound by such addenda, whether or not received by him/her.  It is the responsibility of each Respondent to verify that he/she has received all addenda issued before bids are opened.
      • In the case of unit price items, the quantities of work to be done and materials to be furnished under this Bid/Contract are to be considered as approximate only and are to be used solely for the comparison of bids received. The District and its Consultants do not expressly or by implication represent that the actual quantities involved will correspond exactly therewith; nor shall the Respondent plead misunderstanding or deception because of such estimate or quantities of work performed or material furnished in accordance with the Specifications and/or Drawings and other bid documents, and it is understood that the quantities may be increased or diminished as provided herein without in any way invalidating any of the unit or lump sum prices bid.
    • WARRANTY / REPAIRS

      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. 

    • GOVERNING LAWS AND REGULATIONS

      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.

    • LIQUIDATED DAMAGES

      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.

      • Substantial Completion: If Substantial Completion is not achieved within one hundred fifty (150) calendar days from the Notice to Proceed (or as adjusted by approved change orders), the Contractor shall pay the District $250 per calendar day for each day beyond the required Substantial Completion date until Substantial Completion is achieved.
      • Final Completion: If Final Completion is not achieved within one hundred eighty (180) calendar days from the Notice to Proceed (or as adjusted by approved change orders), the Contractor shall pay the District $250 per calendar day for each day beyond the required Final Completion date until Final Completion is achieved.
      • Excusable Delays: Time extensions may be granted by the District for excusable delays beyond the Contractor’s control, such as acts of God, extreme weather, labor strikes, or other unforeseen events. Such extensions must be documented and approved in writing by the District.
      • Nature of Liquidated Damages: The parties agree that these amounts represent a reasonable estimate of actual damages the District will incur due to project delay and are not a penalty.
      • Deduction: Liquidated damages shall be deducted from payments due to the Contractor or shall be recoverable by the District from any bond or other security provided by the Contractor.
    • BLACKOUT PERIOD

      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.

    • FISCAL YEAR FUNDING APPROPRIATION

      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.

    • DIRECT PURCHASE BY OWNER

      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.

    • ADDITIONAL SERVICES/PURCHASES BY OTHER PUBLIC AGENCIES

      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.

    • STANDARDS OF CONDUCT; COMPLIANCE WITH DISTRICT POLICIES

      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.

    Submission Requirements

    • ITB Cover Page (required)

      Please download the below document, complete, SIGN and upload.

    • Pricing Bid Forms (required)

      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.

      • NSCUDD Bid Form

      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 

    • Digital Excel Bid Forms Spreadsheets (required)

      Upload the completed Excel Bid Forms workbook in excel format.
      Excel file must contain filled in pricing on all tabs for:


      • NSCUDD Bid Form

    • Respondent's Statement of Experience, Equipment and Personnel (required)

      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.

    • W-9 (required)

      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)

    • Disclosure of Subcontractors, Experience & References (required)

      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.

    • Exceptions or Deviations to Specifications (required)

      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.

    • Respondent's Certification (required)

      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.

    • Respondent's Certification Regarding Scrutinized Companies' List (required)

      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.

    • Drug-Free Workplace Certificate (required)

      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.

    • Anti-Collusion Statement (required)

      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.

    • Insurance Requirements (required)

      Please download the below documents, complete, SIGN and upload.

    • COI or Letter of Insurance (required)

      Please upload a COI or Letter of Insurance for informational purposes only.

    • Terms and Conditions (required)

      Please download the below document, complete, SIGN and upload.

    • Wildlife Habitat Management Plan (required)

      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.

    • Human Trafficking Affidavit (required)

      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.

    • Required Certifications and Licenses (required)

      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

    • Bonding Requirements (required)

      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.

    • Bid Bond (required)

      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

    • Surety Letter (required)

      Please upload a Surety Letter from a Certified Company:

      • 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.
      • TERM AGREEMENTS - A satisfactory letter of bondability is to be provided by each Respondent identified as the Principal, executed by an acceptable surety and addressed to the applicable District(s) as proposed Owner/Obligee, stating that the Respondent qualifies to obtain a bond from the surety in the amount specified in the solicitation or, if not amount is specified in the solicitation, $1,000,000.

      Applicable District(s):
      North Sumter County Utility Dependent District

    • Requesting District(s) (required)
    • Will there be a Pre-Bid Conference? (required)
    • Attendance for Pre-Bid Conference (required)

      Mandatory - Only those vendors who are present will be permitted to submit a bid/proposal in response to this solicitation

    • Are Bonds applicable for this project? (required)

      Select "Yes" if projects bid at $200,000 and above.

    • Type of Required Insurance (required)
      • VCDD Standard Requirement
        • Commercial General Liability Insurance
        • Business Automobile Liability Insurance
        • Worker's Compensation Insurance and Employers Liability Insurance
        • Professional Liability for IT Including Cyber Risk

      Please select the ones above AND any additional insurances needed below:

    • Supplier Minimum Requirements (required)

      Respondents without these qualifications will be rejected.

    Key dates

    1. April 23, 2026Published
    2. May 29, 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.