SLED Opportunity · FLORIDA · CITRUS COUNTY, FLORIDA
AI Summary
Citrus County, Florida seeks bids for the purchase of one MX908 Mass Spectrometer, Chemical Identifier, item #07CD-01-DPGC, compliant with federal requirements under 2 C.F.R. Part 200.
Citrus County, Florida (“County”) invites interested parties to submit a Bid/Quote for ITB 26-069 Purchase of MX908, Mass Spectrometer, Chemical Identifier.
The County requires the purchase of one (1) MX908, Mass Spectrometer, Chemical Identifier, item #07CD-01-DPGC on the Authorized Equipment List (AEL) at https://www.fema.gov/grants/tools/authorized-equipment-list
Both parties of this Agreement shall comply with all of the requirements in 2 C.F.R. Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). https://www.ecfr.gov/current/title-2/subtitle-A/chapter-II/part-200?toc=1
Commodities to be purchased can be found in the BID FORM and shall be delivered to: Citrus County Fire Rescue, Attn: Battalion Chief Thomas Fletcher, 1520 N. Meadowcrest Blvd., Crystal River, FL 34429.
County has received grant funding to perform eligible activities as identified in the Domestic Homeland Security-Federal Emergency Management Agency National Preparedness Directorate Fiscal Year 2024 Homeland Security Grant Program(HSGP), consistent with the Department of Homeland Security State Strategy.
The program budget has been allocated for equipment expenditures for SRT Hazmat Sustainment. This project supports the on-going sustainment and maintenance of advanced critical detection equipment used by Type I CBRNE (Chemical, Biological, Radiological, Nuclear, and high-yield Explosives) Haz Mat Teams to respond to, monitor, and in some cases mitigate acts of terrorism associated with CBRNE. This is a reoccurring project directly associated with the health and safety of the first responders and the public by quickly detecting and then identifying what may be immediately hazardous to life and health. The equipment meets the criteria as set forth for the Type I CBRNE capable Hazardous Materials Response Team.
| Event | Date | Location |
|---|---|---|
| Public Opening Date and Time via Microsoft Teams | 2026-04-14T18:15:40.381Z | Microsoft Teams meeting https://teams.microsoft.com/meet/26135825912163?p=y2YzmF9ZhHhn0IzACi Meeting ID: 261 358 259 121 63 Passcode: Rx6d7BH2 |
Successful Bidder will provide a chlorine tank(s) for the liquid chlorine/bleach for the pool. The size of the tank(s) and how many shall be specified on the Bid Form. The tanks provided must be able to fit within the constraints of the pool area. A site visit can be scheduled as the request of the bidder to evaluate the space.
Successful Bidder is responsible for the maintenance the chlorine tank(s) while on County Property.
Successful Bidder will provide the controller and feeder pumps for the pool and will be responsible for the maintenance while on County property.
Successful Bidder is responsible for the delivery of chemicals to the Bicentennial Park pool on a biweekly basis.
Successful Bidder is responsible for conducting regular site visits to check the equipment and consult with staff regarding the needs of the pool.
Prices shall include delivery fees.
Citrus County, Florida (“County”) invites interested parties to submit a Bid/Quote for ITB 26-069 Purchase of MX908, Mass Spectrometer, Chemical Identifier.
The County requires the purchase of one (1) MX908, Mass Spectrometer, Chemical Identifier, item #07CD-01-DPGC on the Authorized Equipment List (AEL) at https://www.fema.gov/grants/tools/authorized-equipment-list
Both parties of this Agreement shall comply with all of the requirements in 2 C.F.R. Part 200 (Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards). https://www.ecfr.gov/current/title-2/subtitle-A/chapter-II/part-200?toc=1
Commodities to be purchased can be found in the BID FORM and shall be delivered to: Citrus County Fire Rescue, Attn: Battalion Chief Thomas Fletcher, 1520 N. Meadowcrest Blvd., Crystal River, FL 34429.
When County gives a Notice of Intent to Award to the Successful Bidder, it will be accompanied by an unsigned Agreement. Within ten (10) calendar days thereafter the Successful Bidder shall execute and deliver to the County the Agreement, along with a certificate of insurance that shows policies, limits, and other conditions in compliance with that outlined in the Invitation to Bid. Upon award and execution of the Agreement by the County, one certified copy of the Agreement shall be delivered to the Successful Bidder.
Bidders are encouraged to carefully review all the materials contained herein and prepare your Bid accordingly. The detailed requirements set forth below will be used to evaluate the Bids and failure of Bidder to provide the information requested for a specific requirement may render their Bid as non-responsive and result in being rejected. Failure of Bidder to comply with all terms of this Invitation to Bid may result in disqualification of Bidder and rejection of Bidder’s submittal by County.
Bidders shall carefully study and compare the information and documents presented in this Invitation to Bid to ensure there are no conflicts, shall examine the site and local conditions, if applicable, and shall at once report to the Contact Person any errors, inconsistencies or ambiguities discovered.
County shall not be liable for any costs incurred by a Bidder in preparing or producing its Bid or for any service provided before execution of an Agreement.
All terms and conditions outlined in this Invitation to Bid, and any associated Addenda, shall become a part of the Agreement entered into between the County and the Successful Bidder.
A responsive Bid is one that complies with and conforms to the requirements of this Invitation to Bid. A Bid requiring changes to any portion of this Invitation to Bid may be considered non-responsive. A Bid that fails to comply with the criteria outlined in this Invitation for Bid may be deemed non-responsive.
A Bid may be rejected if found to be conditional, irregular, incomplete or not in conformance with the requirements and instructions contained herein, such as, but not limited to: (1) failure to strictly comply with and satisfactorily address the prerequisite criteria, (2) failure to provide the required forms or other documentation, (3) incomplete, indefinite or ambiguous language, and (4) improper and/or undated signatures.
Other conditions which shall cause rejection of the Bid, include, but are not limited to: (1) an individual firm, partnership, corporation or combination thereof, under the same or different names submitting (as the Bidder) more than one Bid, (2) evidence of collusion among Bidders, (3) obvious lack of experience or expertise to perform the Services, (4) failure to perform or meet financial obligations for previous contracts with the County, (5) falsification of any form required by the County, or (6) not having valid and appropriate local, state or federal certifications and/or licenses necessary to perform the Work.
County may conduct such investigations as County deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of the Bidder and their proposed Subcontractors. County reserves the right to seek clarifications or request any information deemed necessary for proper evaluation of Bids from all Bidders.
Successful Bidder/Successful Respondent must obtain a general liability policy with minimum limits of $1,000,000 per occurrence and a $2,000,000 general aggregate.
A list of Bidders, along with their total base bid pricing, will be posted on OpenGov and Demand Star® within ten (10) days after the Public Opening date. The list of Bidders can also be obtained by contacting the Contact Person. County will not provide a list of Bidders by telephone.
Bidder shall meet, at a minimum, one of the following requirements to be determined a responsive and responsible Bidder at the time of Bid Submittal:
Successful Bidder/Successful Respondentmust obtain coverage for all vehicles for Bodily Injury and Property Damage of not less than $1,000,000 combined single limit each accident. In the event the Successful Bidder/Successful Respondent does not own vehicles, the Successful Bidder/Successful Respondent shall maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy.
County has partnered with OpenGov Procurement, a web-based eProcurement service. Current bid solicitations and associated addenda, notices of recommended bid award, and current bid awards will be posted at https://procurement.opengov.com/portal/citrusfl.
Bid Notifications will be sent electronically via e-mail from OpenGov to registered Bidders. It is the sole responsibility of interested parties to monitor OpenGov for solicitation opportunities and updates.
Visit https://procurement.opengov.com/signup to register. OpenGov is an online Bidder registration system that provides a free, at no cost to Bidder, secure, user-friendly Internet portal and one-stop service center to register with County. This system also allows you to receive automatic email notifications regarding County’s upcoming competitive solicitations as opportunities become available. Registration assistance is available by e-mail procurement-support@opengov.com.
All Citrus County Vendors/Contractors/Consultants will need to register with OpenGov in order to be able to submit Bids/Proposals/Qualifications etc., to County.
OpenGov Procurement has no affiliation with the County other than as a service that facilitates communication between the County and its Bidder. OpenGov Procurement is an independent entity and is not an agent or representative of the County.
All inquiries pertaining to this Invitation to Bid are to be directed to all:
Department of Management & Budget, Purchasing
3600 W. Sovereign Path, Suite 266
Lecanto, Florida, 34461
Phone: 352-527-5457
Fax: 352-527-5424
Linda Morse, Purchasing & Contracts Manager, linda.morse@citrusbocc.gov
Karin McMahon, Purchasing & Contracts Specialist, Karin.mcmahon@citrusbocc.gov
Kathy Milianta, Purchasing & Contracts Specialist, kathy.milianta@citrusbocc.gov
Leigha Utter, Purchasing & Contracts Specialist, leigha.utter@citrusbocc.gov
Saleem Mahmood, Purchasing Assistant, Saleem.mahmood@citrusbocc.gov
CAUTION
PROHIBITED COMMUNICATIONS: In accordance with Section 287.057 (25) of the Florida Statutes, Bidders to this solicitation, or persons acting on their behalf, may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays and legal holidays, any employee or officer of the County concerning any aspect of this solicitation, except in writing to the Contact Person noted above. Violation of this provision may be grounds for rejecting a response to this solicitation.
It is the responsibility of the Bidder to (1) examine the Bid Documents thoroughly, (2) visit the project site to become familiar with local conditions that may affect cost, progress, or performance of the Services, (3) consider Federal, State and Local Laws and Regulations that may affect cost, progress, or performance of the Services, (4) study and carefully correlate Bidder's observations with the Bid Documents, and (5) notify the Contact Person of all conflicts, errors or discrepancies in the Bid Documents prior to submitting a formal Bid.
If reports of explorations and tests of subsurface conditions at the project site are conveyed to Bidder by County, Bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or performance of the Services.
The lands upon which the Services is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Bidder in performing the Services are identified in the Bid Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by Bidder. Easement for permanent structures or permanent changes in existing structures is to be obtained and paid for by County unless otherwise provided in the Bid Documents.
Before submitting a Bid, it shall be the Bidder's responsibility to request from County or to obtain on their own any additional information and/or data which the Bidder deems necessary for preparing their Bid so as to be informed of anything that may affect the cost, progress, or performance of the Services in accordance with the time, price and other terms and conditions noted in the Bid Documents.
The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with all of the requirements of this Article, that without exception their Bid is premised upon performing the Services required by the Bid Documents and such means, methods, techniques, sequences or procedures of construction as may be indicated in or required by the Bid Documents, and that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of Services.
Coverage must be afforded in an amount not less than $1,000,000 per occurrence for losses resulting from negligent retention of data as well as losses and related costs for actual or alleged data breaches.
Bidders may submit questions about the meaning or intent of the Invitation to Bid or Agreement to the website link (https://procurement.opengov.com/portal/citrusfl/projects/224831) in written format only and shall submit such on or before the deadline for questions listed in the Event Timeline. Interpretations or clarifications considered necessary in response to such questions will be issued by a written Addendum. Only questions answered by formal written Addendum will be binding. Oral and other interpretations or clarifications will be without legal effect. Questions submitted shall not constitute formal protest of the specifications or of this Invitation to Bid.
A written addendum, if applicable, will be issued online to OpenGov (https://procurement.opengov.com/portal/citrusfl) and/or DemandStar® websites in response to questions received as of the specified deadline in the Event Timeline.
Issues regarding any and all discrepancies, errors, or ambiguities in the Request for Qualification documents, including those noted in the Agreement shall be submitted in writing to https://procurement.opengov.com/portal/citrusfl on or before deadline for questions which is listed in the Event Timeline.
Bidders have the right to modify or withdraw their Bid without cause or liability whatsoever at any time prior to the Bid submittal due date and time. Such requests must be made to County in writing.
Modified or withdrawn Bids may be resubmitted, in accordance with the instructions in this Invitation to Bid up to the Bid submittal due date and time. If applicable, any changes in pricing shall be so worded as not to reveal the pricing that was noted in the original Bid.
Coverage, including but not limited to, damages such as bodily injury, property damage, and pollution costs and expenses in the minimum amount of $1,000,000 (one million dollars) per occurrence.
Bidders should review and become familiar with the Event Timeline. The dates and times of each activity within the Timeline may be subject to change. It is the responsibility of Bidder to check for any changes. All changes to the Timeline will be made through an addendum to this Invitation to Bid.
Any person requiring reasonable accommodation at this meeting because of a disability or physical impairment should contact Citrus County, 3600 W. Sovereign Path, Lecanto, FL 34461, Carlton Hall, ADA Coordinator (352) 527-5477, at least two days before the meeting.
If you are hearing or speech impaired, dial 7-1-1 or (800) 955-8771 (TTY) or (800) 955-8770 (v), via Florida Relay Service.
If you need a Spanish Translator, dial 7-1-1 or (800) 955-8771 (TTY) or (800) 955-8773 (v), via Florida Relay Service. For all other languages, please contact Human Resources at (352) 527-5370.
Si usted necesita un Traductor en Español, marque 7-1-1 o (800) 955-8771 (TTY) o (800) 955-8773 (v), a través del Servicio de Retransmisión de Florida.
**All public Meetings are subject to change or can be canceled.
| Issue Invitation to Bid: | March 14, 2026 |
| Deadline for Questions: | April 7, 2026, 4:00pm |
| Bid submittal Due Date and Time: | April 14, 2026, 2:00pm |
| Public Opening Date and Time via Microsoft Teams (Non-Mandatory): | April 14, 2026, 2:15pm Microsoft Teams meeting |
| Board Approval of Selection and Award (subject to change): | June 22, 2026 |
Electronic Bid Submittals shall be opened on Tuesday, April 14, 2026, at 2:00 pm via online “Microsoft Teams”.
Microsoft Teams meeting
Join: https://teams.microsoft.com/meet/26135825912163?p=y2YzmF9ZhHhn0IzACi
Meeting ID: 261 358 259 121 63
Passcode: Rx6d7BH2
Coverage for property loss exposure associated with construction/renovation/additions to buildings or structures, including materials or fixtures to be incorporated. Must be “All Risk” form with limits of no less than the project’s completed value, have no coinsurance penalties, eliminate the “occupancy clause”, cover Firm (together with its contractors, subcontractors of every tier, and suppliers), and name City as a Loss Payee.
Electronic Bid submittal for this Invitation to Bid are to be submitted on or before Tuesday, April 14, 2026, at 2:00 pm. It is the sole responsibility of the Bidder to ensure that their Bid is submitted through OpenGov Procurement no later than the time and date specified in the Solicitation or subsequent addenda. . BIDDERS MUST COMPLETE THE INFORMATION REQUESTED IN THE VENDOR RESPONSES SECTION.
Bids shall be submitted through the online solicitation management portal, https://procurement.opengov.com/portal/citrusfl. You may enter information and/or upload completed forms/documents using the OpenGov portal. Bidders must have registered and received an established account in advance of uploading submissions. When submitting an offer electronically through the solicitation posting portal, please allow sufficient time to complete the online forms and upload documents. The solicitation offer will end at the closing time listed in the Event Timeline included in this Solicitation. If you are in the middle of uploading your documents at the closing time, the system will stop the process and your offer will not be received by the system. It is recommended that the submission process be completed the day prior to the due date, with the knowledge that any changes/updates will be accepted up to the due date and time. If technical difficulties arise during submission of the Solicitation submittal, it is the submitting Bidder’s responsibility to contact OpenGov Procurement technical support. For support, click on the “Help” link on the Solicitation Posting portal; or email procurement-support@opengov.com.
NOTE: In the event, there is a verified technical issue with the Platform (and not user/Bidder issues) that prevents all Bidders from submitting a Bid within the two (2) hours immediately before the due time, the County may issue an addendum to extend the solicitation due date and time. However, the technical issue must be a result of the Platform provider (OpenGov Procurement) and affect all participating Bidders. The County shall verify the technical issue or unavailability of the Platform with OpenGov Procurement, and the system provider. Technical issues localized to a single Bidder will not be considered cause for an extension. County shall not be responsible for delays caused in any occurrence.
Should there result in a tie Bid between two or more Bidders, County shall initiate the following actions:
Coverage for property (usually highly valued equipment or materials such as compressors, generators, etc.) during its installation. Coverage must be “All Risk” including installation and transit for no less than 100% of the installed replacement cost value.
Where the Agreement involves Florida-regulated professional services (e.g. architect, engineer, design-builder, CM, accountant, appraiser, investment banker medical professional) at any tier, whether employed or independent, vicarious design liability exposure (e.g. construction means & methods, design supervision), value engineering, constructability assessments/reviews, BIM process, and/or performance specifications. Limits of at least $1,000,000 (one million dollars); deletion of design/ build liability exclusions, as applicable, and maintained for at least 3 years after completion of work/services and City’s acceptance of same.
When in the best interest of the County, an award of a Bid may be made on the basis of each item, or group of items, to the lowest, most responsive and responsible Bidders who's Bid meets the requirements of this Invitation to Bid. County reserves the option to award to one or more qualified Bidders.
County assumes no responsibility for a Bid received after the due date and time. There will be no exceptions to this policy. It is the responsibility of Bidder to make sure their Bid is uploaded by the due date and time listed in the Event Timeline to the OpenGov portal.
If less than two Bids are received, County may negotiate the best terms and conditions with that Bidder or reject the Bid and re-solicit the service.
Acknowledgement of review and receipt of all of the documents listed below must be confirmed by an officer of the company who has the authority to bind the bidder. Failure to acknowledge and/or provide these documents may result in rejection of Bidder's response by County. Acknowledgement of these requirements shall be made within the VENDOR/CONTRACTOR RESPONSES section.
Coverage for construction within 50ft of operated railroad track(s) or where affects any railroad bridge, trestle, tunnel, track(s) roadbed, or over/under pass. Subject to involved rail road’s approval prior to commencement of work.
In the event of default by the Awarded Bidder, County reserves the right to utilize the next lowest Bidder as the new Awarded Bidder. In the event of this occurrence, the next lowest Bidder, if it wishes to accept the award, shall be required to provide the bid items at the prices as contained in its bid for the commodity noted in this Invitation to Bid.
Bidders MUST utilize the Bid Form located with this Invitation to Bid for submitting pricing information. No substitutes will be permitted. All pages of the Bid Form must be submitted and completed in full.
All blanks on the Bid Form must be completed. If anything is not applicable, Bidder shall indicate such with "N/A". If there is no charge for any specific item noted on the Bid Form, Bidders shall indicate such by entering "no charge".
See the VENDOR RESPONSES section to download, complete, and upload your Bid Form.
Where the Agreements involves unmanned aerial vehicles/drones. Coverage to include products and completed operations, property damage, bodily injury with limits no less than $1,000,000 (one million dollars) per occurrence, and $2,000,000 (two million dollars) aggregate; may be provided by CGL endorsement subject to City’s prior written approval.
Where Firm directly or indirectly provides alcoholic beverages, limits of at least $1,000,000 (one million dollars) per occurrence and $1,000,000 (one million dollars) aggregate.
Bidders are to submit a copy of their certificate(s) of insurance evidencing policies and limits of insurance that they currently have in force.
Once ALL paperwork is completed and received by the County, an email will be sent to Bidder asking Bidder to register online with myCOI. It is critical that Bidder provide the County with an accurate email address. The cost to register is $19.95 per year and a credit/debit card will be needed. Part of the registration process includes providing contact information for Bidder’s insurance agent(s). This information must be available at the time of registration. Once Bidder has registered and entered the email address for its insurance agent(s), an email will be sent to the insurance agent(s) requesting them to upload Bidder’s Certificate of Insurance (COI) directly into the myCOI website. Certificates of Insurance cannot be mailed, emailed or faxed to County. Bidder will not be allowed to begin work and no payments will be made until registration is completed and a compliant COI is received from Bidder’s insurance agent(s). This is a yearly requirement for the duration of the Agreement.
Where day care, after school program, recreational activities, etc. limits of $1,000,000 (one million dollars).
Is to be purchased or extended to cover Common Fidelity/Crime insurance claims allege employee dishonesty, embezzlement, forgery, robbery, safe burglary, computer fraud, wire transfer fraud, counterfeiting and other criminal acts of the Other Party’s employees resulting in loss to the City. The liability limits shall not be less than $1,000,000 (one million dollars).
With regard to any policy of insurance that would pay third party losses, Successful Bidder/Successful Respondent hereby grants County a waiver of any right to subrogation which any insurer of Successful Bidder/Successful Respondent may acquire against the County by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless.
The above insurance limits may be achieved by a combination of primary and umbrella/excess liability policies.
County reserves the right to debar or suspend, for no longer than three (3) years, a Bidder from any solicitation process should it be discovered that (1) Bidder was in violation of any of the issues listed in the VENDOR/CONTRACTOR RESPONSES (2) Bidder has shown a recent record of failure to perform or of unsatisfactory performance under any existing or past contracts County, provided such failure was not caused by acts beyond the control of Bidder, or (3) County became aware of anything concerning the Bidder that was found to be so serious and compelling as to affect responsibility of Bidder, including debarment or suspension by another governmental entity. County will not exercise this right until after written notice has been given to Bidder and reasonable opportunity has been given for Bidder to be heard. The decision of debarment or suspension shall be final and conclusive.
County reserves the right to (1) cancel this Invitation to Bid, (2) reject any or all Bids, (3) waive any or all irregularities in the Bids, (4) modify the scope of the Services, (5) waive any minor departure from the specifications, or (6) disregard all nonconforming, non-responsive, unbalanced or conditional Bids, as long as such does not give Bidder an advantage or benefit not enjoyed by the other Bidders or does not adversely impact the interests of County. County reserves the right to re-advertise the Invitation to Bid, when it is in the best interest of County. County also reserves the right to reject the Bid of any Bidder if County believes that it would not be in its best interest to make an award to that Bidder, whether because the Bid is non-responsive, the Bidder is unqualified or of doubtful financial ability or Bidder fails to meet any other pertinent standard or criteria established by County.
In evaluating Bids, the County shall consider (1) the qualifications of Bidders, (2) whether or not the Bids comply with the prescribed requirements, (3) such alternates, unit prices and other data, as may be requested in the Invitation to Bid, (4) the qualifications and experience of the Bidder's proposed Subcontractors and major equipment/material suppliers, (5) any additional terms and conditions, exceptions or variances stipulated by Bidder, and (6) operating costs, maintenance requirements, performance data, warranties and guarantees.
County may conduct such investigations as County deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications and financial ability of Bidders and their proposed subcontractors and major equipment/material suppliers to County's satisfaction. County reserves the right to seek clarification or request any information deemed necessary for proper evaluation of Bids from all Bidders deemed eligible for contract award. Failure to provide the requested information may result in rejection of the Bid.
If award of the Bid is to be made, it shall be made to the lowest most responsive and responsible Bidder whose evaluation by County indicates that the award will be in the best interest of County or the Project. County shall give Successful Bidder a Notice of Intent to Award by way of facsimile or e-mail, however, no contract shall be formed between Successful Bidder and County until County signs the Agreement.
County reserves the right to award one or more qualified Bidders if it serves as County’s best interest. County shall issue a written Notice of Intent to Award, if any, to the Successful Bidder(s), however, no contract shall be formed between the Successful Bidder(s) and County until approved at a Citrus County Board of County Commissioners Meeting.
Unless the Bid Documents state otherwise, Bidder's price is to be based on the materials or equipment as described in the specifications without consideration of possible "substitute", "or-equivalent", or "or equal" items.
Whenever it is indicated in the specifications that a "substitute", "or-equivalent", or "equal" material or equipment may be furnished, Bidder may submit such "substitute", "or-equivalent", or "or equal" item as an Alternate to that specified, which the Bidder must clearly state in their Bid. In doing so, the Bidder must also submit with their Bid a side-by-side comparison of such "substitute", "or-equivalent", or "equal" material or equipment to the material or equipment specified. County will evaluate such "substitute", "or-equivalent", or "or equal" material or equipment and make a determination as to whether it is in fact a "substitute", "or-equivalent", or "equal" material or equipment. Any decision made by County, whether adverse or not, shall be final and conclusive.
The Bid Pricing shall be firm until award has been made. Bid Pricing shall include such amounts for all labor, materials, supplies, equipment, subcontractors, insurance, bonds, overhead, profit and any other costs to perform the Work as noted in this Invitation to Bid. The Bid Pricing shall include all applicable sales and use taxes. Discrepancies in the multiplication of units and unit prices will be resolved in favor of the “verified prices”.
The submission of a Bid in response to this Invitation to Bid shall be considered as a representation that (1) Bidder has carefully investigated all conditions that affect, or may at some future date, affect the provision of the Services covered by this Invitation to Bid and (2) Bidder is fully knowledgeable and possesses the skills to perform the Services covered under this Invitation to Bid.
The contents of the Bid submitted by Bidder, including any special terms and conditions, variances, and exceptions that may be agreed to by County, shall become the basis for contractual obligations if award is made to Bidder.
County has appropriated approximately $87,485 for the Work covered under this Invitation to Bid. County reserves the right to adjust this amount based on availability of funding.
Bidders shall disclose in their Bid the name of any officer, director, employee or other agent who is also an employee of the County. Bidders shall also disclose the name of any County employee who owns, directly or indirectly, an interest of five percent (5%) or more in the Bidder's company or its affiliates.
Any Bidder or their proposed subcontractors who are currently involved in a contract with the County that may have a potential or actual conflict of interest regarding this solicitation shall be required to submit such information with their Bid, which shall include sufficient details regarding the actual or potential conflict of interest to allow the County to evaluate the Bid, including but not limited to existing contracts that the Bidder has with the County that may conflict with the Services being performed pursuant to this Invitation to Bid. Failure to do so may result in an adverse determination by the County. The County also reserves the right to request additional information regarding such conflict of interest.
The County will determine whether Bidder or their proposed subcontractor has a conflict of interest that will interfere with Bidder’s ability to perform the Services outlined in this Invitation to Bid and notify Bidder of the determination.
Should there be a potentially irresolvable conflict; County will make a determination regarding such conflict. Any Bidder or their proposed subcontractors or major equipment/material suppliers found to have a conflict of interest which the County determines, in its sole discretion, will interfere with the Bidder’s ability to perform the Services outlined in this Invitation to Bid will be informed of the determination. Any Bid submitted in contravention of the determination may be deemed non-responsive. County also reserves the right to cancel any Award with any Bidder who fails to disclose any conflict of interest during the procurement process.
The Bidder, its employees, and proposed subcontractors, are prohibited from entering into any contract with the County or any other governmental entity during the term of any Contract covered under this Invitation to Bid that would create a conflict of interest or the appearance of a conflict of interest with the Services noted in the Invitation to Bid.
Bidders MUST utilize the BID FORM included with this Invitation to Bid for submitting pricing information. No substitutes will be permitted. All pages of the Bid Form must be submitted and completed in full.
All blanks on the Bid Form must be completed. If anything is not applicable, Bidder shall indicate such with "N/A". If there is no charge for any specific item noted on the Bid Form, Bidders shall indicate such by entering "no charge".
All documentation produced as part of this Invitation to Bid, inclusive of documentation submitted in response to this Invitation to Bid shall become the exclusive property of County. Documentation may not be removed by the Bidder or their agent and will not be returned to the Bidder.
Prior to issuance of a Notice of Award, County reserves the right to perform or have performed an on-site review of the Bidder’s facilities, their qualifications, as well as documentation provided by the Bidder. This review will serve to verify data and representations submitted by Bidder and may be used to determine whether Bidder has an adequate, qualified, and experienced staff that can provide the necessary resources and perform the Services covered under this Invitation to Bid. Should the County determine that (1) the Bid or subsequent documentation submitted by Bidder has material misrepresentations, or (2) the size or nature of Bidder’s resources, or the number of experienced personnel (including technical staff) are not adequate to ensure satisfactory performance, or (3) County ascertains any other basis for concern as to the Bidder’s ability to perform the Services, County has the right to reject the Bidder’s Bid.
The manufacturer's warranty shall apply to all Commodity provided under the Agreement against defects in materials and workmanship for a minimum period of one (1) year from County's acceptance of the Commodity. Should any defects appear during the warranty period, Vendor shall assist County with filing a warranty claim with the manufacturer immediately upon receipt of written notice from County, at no additional expense to County.
The warranty shall also include 24/7 technical and reach back support for assistance with data interpretation or technical issues, and all software/library updates.
Prior to award of a contract, County reserves the right to request financial information from the Successful Bidder to assist the County in further review of that Bidder’s qualifications and capabilities and to verify whether the Bidder has adequate financial capacity to meet the requirements of the Invitation to Bid. Financial information provided shall be for the current and previous two years, to include, but not be limited to a financial statement prepared by a Certified Public Accountant (i.e., balance sheet and income and cash flow statements) or a Supplier Qualifier Report prepared by Dun & Bradstreet.
Before contract award, County reserves the right to seek clarification from Bidders to properly evaluate their Bid.
The County has a “zero tolerance” policy concerning the use of drugs and alcohol in the workplace. The Successful Bidder will be required to comply with such policy and ensure that its employees and the employees of its subcontractors follow and comply with such policy.
Bidders should make themselves familiar with Chapter 119, Florida Statutes concerning availability of public records. Section 119.071, Florida Statutes, provides that sealed bids, proposals, or replies received by a Florida public agency shall remain exempt from disclosure until an intended decision is announced or until 30 days from the opening, whichever is earlier. This means that Bidders will not be able to procure a copy of their competitor’s Bids until an intended decision is reached or 30 days has elapsed since the time of the Bid opening. Bid Documents may be viewed during normal business hours (which is Monday through Friday; 8:00 AM to 5:00 PM) at 3600 W. Sovereign Path, Suite 283, Lecanto, Florida. To request copies, visit our public records request portal:
https://www.citrusbocc.com/departments/commissioners/public_records_request.php
Florida law generously defines what constitutes a public record and under Chapter 119, Florida Statutes, all Bids are to be made available by County for viewing by the general public. If a Bidder believes that their Bid contains information that should not be a public record, the Bidder shall clearly segregate and mark that information as “Confidential” and describe in writing the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. Any documents given to the Successful Bidder as part of performing the Work covered under this Invitation to Bid shall not be sold or distributed to third parties without the written consent of County.
Successful Bidder will be required to retain a copy of these documents for a minimum of three (3) years from completion of the Agreement. All documents, papers, letters, e-mails or other material made or received by the Successful Bidder in conjunction with the Work, unless exempt from Section 24(a) of Article I, Florida Constitution and Section 119.07(1), Florida Statutes, shall be made available for public access. Should the Successful Bidder refuse to allow such access, County has the unilateral right to cancel the Award.
Bidders should consult an attorney as to their duties under the records and information laws (Section 257.36, Florida Statutes) and public records laws (Chapter 119, Florida Statutes) of the State of Florida. Significant judicial sanctions can be imposed for violation of these Statutes.
Any Bid award recommendation may be challenged on the grounds of material irregularities in the procurement procedure or in the evaluation of the Bid. Any person who submits a Bid, but is not recommended for award of the contract, may protest such decision in strict compliance with this section. Failure to Comply with the Solicitation Protest Procedures within the time frames prescribed herein shall constitute a waiver of such protest and any resulting claims.
If, prior to Award, it is determined that this Invitation to Bid or proposed Award is in violation of law, then this Invitation to Bid or Award shall be cancelled or revised to comply with the law.
If, after Award, it is determined that this Invitation to Bid or the Award is in violation of law, then the Award may be ratified and affirmed by the Board of County Commissioners, provided it is determined that doing so is in the best interest of County, or the Award may be terminated.
Bidders shall not lobby any County or State Agency on any aspect of this Invitation to Bid during the procurement process (i.e., from the time the Invitation to Bid is advertised to execution of an Agreement). Violation of this restriction can cause for disqualification from the procurement process.
Bidder and its subcontractors shall utilize the U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, in accordance with Section 448.095, Florida Statutes, to verify the employment eligibility of: (1) all persons employed by Bidder during the contract term to perform any duties within Florida, and; (2) all persons, including subcontractors, assigned by Bidder to perform work pursuant to this Contract. Bidders meeting the terms and conditions of the E-Verify System are deemed to be in compliance with this provision. Bidder and its subcontractors shall provide County with affidavits stating that they do not employ, contract with, or subcontract with an unauthorized alien. County is obligated to terminate this Agreement upon a good faith belief that Bidder or its subcontractors has knowingly violated Section 448.095, Florida Statutes.
Bidder shall comply with all immigration laws as outlined in 8 USC § 1324a – Unlawful employment of aliens. County will not intentionally award contracts to any Bidder who knowingly employs unauthorized alien workers. Any violation of the employment provisions outlined in the Immigration and Nationality Act throughout the term of any Agreement with County may constitute grounds for immediate termination of said Agreement.
Bidder/Respondent shall not discriminate on the basis of race, color, sex, creed, age, national origin, religion, disability or genetic information in accordance with the Provisions of: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000 et seq.); Title VII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.); Florida Civil Rights Act of 1992 (§ 760.10 et seq.); Title 41 CFR Part 60; Title 49 CFR 23 and 49 CFR 26 for Disadvantaged Business Enterprises; Age Discrimination Act of 1975 (42 U.S.C. § 6101, et seq.), Title 49 CFR 21; Title 49 CFR 27; Americans with Disabilities Act of 1990 (42 U.S.C. 12102, et. seq.), Federal Fair Labor Standards Act (29 U.S.C. § 201, et. seq.), and any other Federal and State discrimination statute. Bidder/Respondent shall furnish pertinent information regarding its employment policies and practices as well as those of their proposed subcontractors as the Secretary of Labor or County may require. The above shall be required of any subcontractor hired by Bidder/Respondent. All Equal Employment Opportunity requirements shall be included in all non-exempt subcontracts entered into by Bidder/Respondent. Subcontracts entered into by Bidder/Respondent, shall also include all other applicable labor provisions. No subcontract shall be awarded to any non-complying subcontractor. Additionally, Bidder/Respondent shall insert in its subcontracts a clause requiring subcontractors to include these provisions in any lower tier subcontracts that may in turn be made. Bidder/Respondent shall comply with all state laws and local ordinances, except when preferential consideration of local in-state subcontractors is NOT allowed for grant funded projects.
Bidder shall indemnify, save and hold harmless DHS, FDEM, County and all its officers, agents or employees from and against any and all causes of action, demands, claims, losses, liabilities and expenditures of any nature whatsoever, including defense costs and fees, caused by the intentional or negligent act of, or omission of, Bidder, its subcontractors, agents or employees or accruing, resulting from, or related to the subject matter of this Agreement including, without limitation, any and all claims, losses, liabilities, expenditures, demands or causes of action of any nature whatsoever resulting from injuries or damages sustained by any person or property. Neither Bidder nor any of its agents will be liable under this section for damages arising out of injury or damage to persons or property directly caused or resulting from the sole negligence of County or any of its officers, agents, or employees. In the event any lawsuit or other proceeding is brought against County by reason of any such claim, cause of action or demand, Bidder shall, upon written notice from County, resist and defend such lawsuit or proceeding by counsel satisfactory to County or, at County's option, pay for an attorney selected by County to defend County. This indemnification includes attorney’s fees and all costs of litigation including appellate attorney’s fees and costs as well as any judgments. The parties agree that this clause shall not waive the benefits or provisions of Section 768.28, Florida Statutes, or any similar provision of law. The provisions and obligations of this section shall survive the expiration or earlier termination of this Agreement. To the extent considered necessary by the County, any sums due Bidder under this Agreement may be retained by County until all of the County's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved; and any amount withheld shall not be subject to payment of interest by County.
for construction with engineer
construction w/o engineer
Successful Bidder and any of Successful Bidder’s Subcontractors shall comply with the requirements set forth in the “2 CFR, Part 200,” https://www.ecfr.gov/current/title-2/subtitle-A/chapter-II/part-200, and the Florida Single Audit Act, Florida Statute, Section 215.97.
Successful Bidder and any of Successful Bidder’s Subcontractors shall comply with the requirements set forth in the “Appendix II to Part 200" Contract Provisions for Non-Federal Entity Contracts Under Federal Awards,https://www.ecfr.gov/current/title-2/subtitle-A/chapter-II/part-200/appendix-Appendix%20II%20to%20Part%20200.
County encourages and agrees to the Successful Bidder extending the pricing, terms and conditions of this solicitation or resultant contract to other governmental entities at the discretion of the Successful Bidder. If applicable, pursuant to Successful Bidder's own governing laws, and subject to agreement of Successful Bidder, other government entities may be permitted to make purchases at the terms and conditions contained herein. Non-County purchases are independent of the Agreement between County and Successful Bidder, and County shall not be a party to any transaction between Successful Bidder and any other government entity. Another government entity may attach additional contractual and technical terms and conditions to this Agreement. These "special conditions" shall take precedence over the terms and conditions in this Agreement unless the conflicting term in this Agreement is statutorily required, in which case the term contained in this Agreement shall take precedence.
Bidders shall acknowledge if they will allow other government entities to “Piggy-Back” the Bid and Agreement.
I Acknowledge that I have reviewed all of the submitted forms and that they are true and correct to my knowledge.
Please provide:
Company name & address
Point of Contact Name & title
Phone Number
Email Address
It is recommended that Bidders carefully review the insurance requirements and the costs associated with those requirements when submitting a bid.
Bidders are to submit a copy of their certificate(s) of insurance evidencing policies and limits of insurance that they currently have in force.
Please download the below documents, complete, and upload.
Please upload a copy of your active registration with the State of Florida
Please upload a copy of your active SAM registration.
Bidder covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner of degree with the performance of the Services covered under this Agreement. Furthermore, Bidder warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Bidder to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for Bidder any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making of this Agreement. Bidder, and its sub-consultants at any tier, certify that they have not entered into any contract, sub-contract, or arrangement in connection with the Project covered under this Agreement, or of any property included or planned to be included in the Project, in which any member, officer, of employee of Bidder or its sub-consultants, during its tenure, or for two years thereafter, has any interest, direct or indirect. Bidder, and its sub-consultants at any tier, shall insert the following provision into each of their contracts and sub-contracts: "No member, officer, or employee of the sub-consultant, during their tenure or for two years thereafter, shall have any interest, direct or indirect, in this contract or the proceeds thereof."
Do you have any Conflicts of Interest to report?
Please upload a document listing all your Conflicts of Interest.
Bidder certifies that they comply (or will comply) with the statements concerning, but not limited to: Compliance with Laws, Conflict of Interest, Convictions, Debarment, Discriminatory Vendor, Drug Free Workplace, Equal Employment Opportunity, E-Verification System, Gopher Tortoise Relocation, Immigration and Nationality Act, Lobbying, Non- Collusion, Prohibited Interests, Public Entity Crime and Scrutinized Companies.
By clicking confirm below, the Bidder certifies that:
Bidder will inspect the Project area for the presence of gopher tortoises/burrows prior to bidding and again prior to work commencing. If necessary, it shall be the Bidder’s responsibility to obtain and comply with a Standard Gopher Tortoise Relocation Permit from the Florida Fish and Wildlife Conservation Commission, pursuant to Rules 68A-9.002, and 68A-25.002, F.A.C. Permitting, protection, and/or relocation shall be the responsibility of the Bidder. Costs for inspection, permitting, protection, excavation of burrows, and any other associated work shall be incidental to the contract. Costs for removal and relocation of gopher tortoises shall be paid at the unit cost listed on the Bid Form. Contractor must submit a Gopher Tortoise Inspection Report, performed by a certified inspector, to the County before starting work; the cost of this report is incidental to the contract
Bidder/Respondent shall comply with all laws, rules, codes, ordinances, and licensing requirements that are applicable to the conduct of its business, including those of Local, State and Federal agencies having jurisdiction and authority. These laws, shall include, but not be limited to, Chapter 287, Florida Statutes, the Uniform Commercial Code, the Immigration and Nationalization Act, the Americans with Disabilities Act, the United States Occupational Safety and Health Act, the United States Environmental Protection Agency, the State of Florida Department of Environmental Protection, Code of Federal Regulations and all prohibitions against discrimination on the basis of race, religion, sex, creed, age, national origin, disability, genetic information or veteran’s status. Violation of such laws shall be grounds for termination of the Agreement.
Bidder has fully informed Owner of all convictions of the firm, its affiliates (as defined in section 287.133(1) (a), Florida Statutes), and all directors, officers, and employees of the firm and its affiliates for violation of state or federal antitrust laws with respect to a public contract for violation of any state or federal law involving fraud, bribery, collusion, conspiracy or material misrepresentation with respect to a public contract. This includes disclosure of the names of current employees who were convicted of contract crimes while in the employ of another company.
Please download the below documents, complete, and upload.
Whenever two or more Bids that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a Bid received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied Bidders have a drug-free workplace program. In order to have a drug-free workplace program, a business shall:
By clicking confirm below, Firm certifies that the information as provided in this Drug-Free Workplace Certification, is truthful and correct at the time of submission.
Bidder certifies that they are not subject to Section 287.134 (2)(a) which specifies that an entity or affiliate who has been placed on the discriminatory vendor list may not submit a Bid on a contract to provide any goods or services to a public entity, may not submit a Bid on a contract with a public entity for the construction or repair of a public building or public work, may not be awarded or perform work as a contractor, supplier, sub-consultant, or consultant under a contract with any public entity, and may not transact business with public entity.
Bidder/Respondent shall not discriminate on the basis of race, color, sex, creed, age, national origin, religion, disability or genetic information in accordance with the Provisions of: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000 et seq.); Title VII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.); Florida Civil Rights Act of 1992 (§ 760.10 et seq.); Title 41 CFR Part 60; Title 49 CFR 23 and 49 CFR 26 for Disadvantaged Business Enterprises; Age Discrimination Act of 1975 (42 U.S.C. § 6101, et seq.), Title 49 CFR 21; Title 49 CFR 27; Americans with Disabilities Act of 1990 (42 U.S.C. 12102, et. seq.), Federal Fair Labor Standards Act (29 U.S.C. § 201, et. seq.), and any other Federal and State discrimination statute. Bidder/Respondent shall furnish pertinent information regarding its employment policies and practices as well as those of their proposed subcontractors as the Secretary of Labor or County may require. The above shall be required of any subcontractor hired by Bidder/Respondent. All Equal Employment Opportunity requirements shall be included in all non-exempt subcontracts entered into by Bidder/Respondent. Subcontracts entered into by Bidder/Respondent, shall also include all other applicable labor provisions. No subcontract shall be awarded to any non-complying subcontractor. Additionally, Bidder/Respondent shall insert in its subcontracts a clause requiring subcontractors to include these provisions in any lower tier subcontracts that may in turn be made. Bidder/Respondent shall comply with all state laws and local ordinances, except when preferential consideration of local in-state subcontractors is NOT allowed for grant funded projects.
Bidder and its subcontractors shall utilize the U.S. Department of Homeland Security’s E-Verify system, https://www.uscis.gov/, in accordance with Section 448.095, Florida Statutes, to verify the employment eligibility of: (1) all persons employed by Bidder during the contract term to perform any duties within Florida, and; (2) all persons, including subcontractors, assigned by Coordinating Contractor to perform work pursuant to this Contract. Bidder meeting the terms and conditions of the E-Verify System are deemed to be in compliance with this provision. Bidder and its subcontractors shall provide County with affidavits stating that they do not employ, contract with, or subcontract with an unauthorized alien. County is obligated to terminate this Agreement upon a good faith belief that Bidder or its subcontractors has knowingly violated Section 448.095, Florida Statutes. E-Verification Identification
Provide your E-Verification Identification Number
Bidder shall comply with all immigration laws as outlined in 8 USC § 1324a- Unlawful employment of aliens. County will not intentionally award County contracts to any Bidder who knowingly employs unauthorized Alien workers. Any violation of the employment provisions outlined in the Immigration and Nationality Act throughout the term of any Agreement with County may result in immediate termination of the Agreement. County will consider the employment of unauthorized aliens a violation of Section 274A (e) of the Immigration and Nationality Act. Such violation will be cause for unilateral cancellation of the Agreement, by County, if Consultant knowingly employs unauthorized aliens.
Bidder shall not, in connection with the Agreement, directly or indirectly
Please download the below documents, complete, and upload.
Bidder, and its subcontractors at any tier, certify that they have not entered into any contract, subcontract, or arrangement in connection with the project covered under this Invitation to Bid, or of any property included or planned to be included in the project, in which any member, officer, of employee of the Bidder or its subcontractor, during its tenure, or for two years thereafter, has any interest, direct or indirect.
Pursuant to 287.133, Florida Statute, A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Bid, or reply on a contract to provide any goods or services to a public entity; may not submit a Bid, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit Bids, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, sub-consultant, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.
Pursuant to Section 287.135, Florida Statutes, as modified from time to time, subject to limited exceptions, Bidder/Respondent acknowledges that it may not bid on, submit a proposal for, or enter into or renew a contract with County for provision of goods or services, if it is on a Scrutinized Companies List or engaged in business in Syria or Cuba.
Bidder/Respondent certifies that it is NOT:
If Bidder/Respondent is found to have submitted a false certification, is placed on a Scrutinized Companies List or engages in business in Syria or Cuba, County may terminate the awarded contract or any renewal hereof.
Bidder/Respondent certifies compliance with Section 287.135, Florida Statutes
Please download the below documents, complete, and upload.
Bidder confirms compliance with Section 787.06, Florida Statutes, entitled "Human Trafficking".
Please download the below documents, complete, and upload.
Enter answer in this format: one hundred dollars ($100.00)
Do you Technical Specifications that need to be attached to this solicitation?
Select from one below
Enter answer in this format: $165,000
(Include dollar sign)
Pick which insurance are required for this procurement. Select all that are applicable.
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.