Active SLED Opportunity · FLORIDA · CITRUS COUNTY, FLORIDA

    ITB 26-139 Small County Outreach Program (SCOP) Resurfacing Project for W. Mustang Blvd from W. Mesa Verde Drive to County Road (CR) 491 (Lecanto Hwy)

    Issued by Citrus County, Florida
    countyITBCitrus County, FloridaSol. 135385
    Open · 27d remaining
    DAYS TO CLOSE
    27
    due Jun 10, 2026
    PUBLISHED
    May 9, 2026
    Posting date
    JURISDICTION
    Citrus County,
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Citrus County, Florida seeks bids for resurfacing and milling of W. Mustang Blvd under ITB 26-139. The project includes asphalt milling, paving, pavement marking, and related roadway work per FDOT standards. Bids due June 10, 2026, with mandatory FDOT prequalification and compliance requirements.

    Opportunity details

    Solicitation No.
    135385
    Type / RFx
    ITB
    Status
    open
    Level
    county
    Published Date
    May 9, 2026
    Due Date
    June 10, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    Citrus County, Florida

    Description

    Citrus County, Florida (“County”) invites interested parties to submit a Bid/Quote for ITB 26-139 Small County Outreach Program (SCOP) Resurfacing Project for W. Mustang Blvd from W. Mesa Verde Drive to County Road (CR) 491 (Lecanto Hwy) to provide roadway resurfacing and milling Work for W. Mustang Blvd, a two-lane road from W. Mesa Verde Drive to County Road 491, approximately 3,300 feet per lane. This Scope of Work for W Mustang Blvd, a two (2) lane road from W Mesa Verde Dr to CR 491, approximately 3300 feet per lane. The Project will consist of milling 1.5” and then placing a 2” thick lift of FC-12.5 with PG 76-22 polymer binder - Traffic Level C pursuant to the current FDOT Standard Specifications for Road and Bridge Construction, FY 2025-26. Asphalt to be provided for Project must be identified on current FDOT Asphalt Mix Design Plant Assignment Sheet and is to be submitted with the bid. Pavement markings and signage are to meet current MUTCD criteria. Deficiencies with regards to the roadway physical characteristics, which are below the standards for FDOT and County, will be corrected as part of this project. Work includes but is not limited to exposing and cleaning edge of existing pavement, milling, paving, temporary and permanent pavement markings, redressing, installing new R.P.M.s, shoulder grading (Contractor is responsible for providing positive drainage away from the roadway surface), sodding, and other items as specified in this Scope of Work. Successful Bidder shall furnish all labor, material, consumables, tools and appropriate equipment necessary to perform all operations and all other work noted in the plans.

     

     

    Background

    Citrus County is a County located on the West Central Coast of the State of Florida.  Citrus County is comprised of 8 towns and 2 cities: Beverly Hills, City of Crystal River, Dunnellon, Floral City, Hernando, Holder, Homosassa, Homosassa Springs, City of Inverness, and Lecanto.

     

    The County is governed by a five-member elected Board of County Commissioners (the “BOCC”). The Commissioners are elected to staggered four-year terms of office. The County Administrator serves as the liaison between the BOCC and the citizens of the County and is responsible for administering programs in accordance with the policies established by the BOCC. The County provides a full range of Work including, but not limited to, construction and maintenance of highways and other infrastructure, law enforcement, fire rescue, library services, parks and recreation, human services, building inspection services, water and wastewater utility services, and refuse disposal services. In addition, State statutes require that the County provide financial and operational support (i.e. facilities) to the County’s Constitutional Officers.

    Project Details

    • Reference ID: 26-139
    • Department: Technical Services
    • Department Head: Walt Eastmond (Division Director)

    Important Dates

    • Questions Due: 2026-06-01T20:00:29.907Z

    Meetings & Milestones

    EventDateLocation
    Public Opening Date and Time via Microsoft Teams2026-06-10T18:15:00.000ZMicrosoft Teams Online Join the meeting now Meeting ID: 267 158 669 663 6 Passcode: FM6iF9xt

    Evaluation Criteria

    • Signing of the Agreement

      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.

    • Solicitation Overview

      Citrus County, Florida (“County”) invites interested parties to submit a Bid/Quote for ITB 26-139 Small County Outreach Program (SCOP) Resurfacing Project for W. Mustang Blvd from W. Mesa Verde Drive to County Road (CR) 491 (Lecanto Hwy) to provide roadway resurfacing and milling Work for W. Mustang Blvd, a two-lane road from W. Mesa Verde Drive to County Road 491, approximately 3,300 feet per lane. This Scope of Work for W Mustang Blvd, a two (2) lane road from W Mesa Verde Dr to CR 491, approximately 3300 feet per lane. The Project will consist of milling 1.5” and then placing a 2” thick lift of FC-12.5 with PG 76-22 polymer binder - Traffic Level C pursuant to the current FDOT Standard Specifications for Road and Bridge Construction, FY 2025-26. Asphalt to be provided for Project must be identified on current FDOT Asphalt Mix Design Plant Assignment Sheet and is to be submitted with the bid. Pavement markings and signage are to meet current MUTCD criteria. Deficiencies with regards to the roadway physical characteristics, which are below the standards for FDOT and County, will be corrected as part of this project. Work includes but is not limited to exposing and cleaning edge of existing pavement, milling, paving, temporary and permanent pavement markings, redressing, installing new R.P.M.s, shoulder grading (Contractor is responsible for providing positive drainage away from the roadway surface), sodding, and other items as specified in this Scope of Work. Successful Bidder shall furnish all labor, material, consumables, tools and appropriate equipment necessary to perform all operations and all other work noted in the plans.

       

       

    • Scope of Work

      GENERAL: This Scope of Work is for W Mustang Blvd, a two (2) lane road from W Mesa Verde Dr to CR 491, approximately 3300 feet per lane. The Project will consist of milling approximately 1.5” and then placing a 2” thick lift of FC-12.5 with PG 76-22 polymer binder - Traffic Level C pursuant to the current FDOT Standard Specifications for Road and Bridge Construction, FY 2025-26. Asphalt to be provided for Project must be identified on current FDOT Asphalt Mix Design Plant Assignment Sheet and is to be submitted with the bid. Pavement markings and signage are to meet current MUTCD criteria. Deficiencies with regards to the roadway physical characteristics, which are below the standards for FDOT and County, will be corrected as part of this project. Work includes but is not limited to exposing and cleaning edge of existing pavement, milling, paving, temporary and permanent pavement markings, redressing, installing new R.P.M.s, shoulder grading (Contractor is responsible for providing positive drainage away from the roadway surface), sodding, and other items as specified in this Scope of Work.


      All millings from the project will remain the property of the Contractor-Contractor will keep all millings.


      All Work for this contract must conform/be completed in accordance with the applicable technical specifications of the latest Edition (currently FY 2025-26) of the Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction", including any amendments/supplements thereto. All other federal, state, and local rules and regulations will be adhered to as applicable. Contractor will acquire his own copies of the FDOT Standards which is available at:


      http://www.fdot.gov/programmanagement/Implemented/SpecBooks/default.shtm


      At time of Bid submission, Contractor must furnish the asphalt mix formula(s) and current FDOT Asphalt Mix Design Plant Assignment Sheet to the County Engineer. The submittal will be a current FDOT pre-approved mix design for the noted asphalt. Reclaimed asphalt will comply with FY 2025-26 FDOT Standard Specifications 334 “Use of RAP Material”. Where the Contractor has multiple production facilities, they will designate one facility to be used for this contract and use only that facility. Asphalt produced at a facility other than that designated by Contractor will be rejected for use on this project. If Contractor elects to change production facilities during this Contract, they will notify the County Engineer and receive approval prior to doing so, but in no case will different production facilities be used on the same roadway.


      FDOT Standard Specifications 334 and 337 will govern – Measurement and Payment will be unit price of asphalt placed, tested and certified; and will include: the cost of mobilization, MOT, tack (at an application rate as directed in Section 300 – 8.4, 8.5, and 8.6, unless where otherwise specified, and will be sufficient to bond the new surface to existing surfaces), testing, trim/expose road/asphalt edge, chemical removal of grass/vegetation, and cleaning of roadway surface within entire resurfacing area.

      See Special Provisions for work that is specified as incidental to the contract.

      This Project will be awarded as a Unit Price Bid Contract and is funded by a Florida Department of Transportation (FDOT) SCOP Grant.

    • General Instructions

      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.

    • Responsiveness of the Bid and Disqualification

      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 Work, (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.

    • Special Provision

      In the event of a conflict between Standards and Special Provisions (SP) listed below, these Special Provisions will govern.

      SP 1: HOT ASPHALT MIX

      Asphalt mix – asphaltic concrete - Type FC-12.5 Asphaltic Concrete (Traffic Level C) with PG 76-22 polymer binder in conformance with Sections 334 and 337 of the FY 2025-26 FDOT Standard Specifications for Road and Bridge Construction. The finish mat must be 2” thick.

      Asphalt Mix to be provided for the project by Contractor must be identified on the current FDOT Asphalt Mix Design Plant Assignment Sheet and is to be submitted with the bid. The Facility and mix design number will be entered on the Bid Form Pg. 4. Note: this requirement is a part of the executed SCOP Agreement and is a FDOT requirement. This requirement must not be altered.

      In addition to the FDOT approved mix, bid must include the asphalt aggregate source per Section 6 of the FDOT specifications in accordance with Rule 14-103, FAC.

      All joints to existing asphalt pavement must be saw-cut and butt milled to form a 90-degree angle to the edge of pavement and thoroughly tacked prior to paving.

      Production Facility Requirement

      If Contractor has multiple production facilities available to them, the Contractor must designate one facility for this Contract and use only that facility for the roadway.  Material from any other facility will be rejected.  Changes to the approved plant require prior County approval.

      Material Transfer Vehicle (MTV)

      All asphalt paving operations must utilize a Material Transfer Vehicle (MTV) providing continuous, non-contact transfer and remixing to eliminate thermal/material segregation.  Direct truck-to-paver dumping is prohibited.  Any asphalt placed without use of an MTV shall be considered non-conforming work subject to removal and replacement at no cost to the County.

      Payment for Asphalt

      All asphalt placed on the Project shall be paid at the contract unit price per ton, regardless of final in-place quantities required due to milling depth, variable pavement thickness, leveling, wedging, or removal of deteriorated or unsuitable material.

      Non-Conforming Asphalt and Repairs

      Any asphalt placed as part of this Project that is determined by the County to be non-conforming or otherwise unaccepted, whether identified through inspection, testing, observation, survey results, or any other acceptance process, must be corrected, repaired, or removed and replaced in full compliance with the applicable FDOT Standard Specifications.

      • Repairs or corrective actions that do not fully comply with FDOT requirements must not be accepted.
      • All corrective work associated with non-conforming or unaccepted asphalt is incidental to the Contract and must be performed at the Contractor’s expense and without additional compensation or contract time.

      Repair Consolidation

      Repairs to non-conforming asphalt must be performed in a manner that minimizes transverse and longitudinal joints and avoids frequent, isolated, or repetitive patching.  If, in the judgement of the County, the number, proximity, or frequency of required repairs within any continuous roadway segment would result in excessive jointing, degraded ride quality, or a patchwork pavement surface, the County may require the Contractor to consolidate such repairs into a single, continuous repair section of sufficient length to restore a uniform pavement condition.  All such consolidation is corrective work and must be performed at the Contractor’s expense and without additional compensation or contract time.

       

      SP 2: ASPHALT MILLING

      Mill for depth, 1.5” while maintaining existing cross slopes. The milling depth may be adjusted by the County. Milled surfaces must not be left over night or open to traffic. All millings from the project will remain the property of the Contractor-Contractor will keep all millings.

      Milling Requirements

      The Contractor must mill a minimum of 1.5 inches, removing all unsuitable and any additional asphalt as necessary to achieve a uniform, stable, and sound surface.  Milling depth may exceed 1.5 inches where needed to remove:

      • Deteriorated / delaminated asphalt
      • Rutted or unstable layers
      • Segregated or variable thickness material

      Milling must achieve a uniform, stable, sound surface suitable for resurfacing.

      Variable Depth and Unsuitable/Additional Removal

      The milling depth listed in the Scope of Services and these Special Provisions represent minimum required removal only.  The Contractor must remove all unsuitable asphalt and any additional asphalt, regardless of depth, necessary to achieve a uniform, stable, and sound surface suitable for resurfacing.

      All additional milling depth (regardless of quantity or cause) is incidental to the Contract and shall not constitute a basis for additional compensation.

      Protection of Milled Surfaces

      Milled surfaces must not be left overnight or opened to traffic.  Temporary surface protections must comply with FDOT requirements.

      SP 3: TESTING

      Contractor must perform all necessary testing per FDOT Standard Specifications, FY 2025-26 Edition, Section 334, including but not limited to, Plant Sampling, Roadway Sampling, and asphalt coring. Testing must be performed per FDOT specifications. Contractor must use an independent laboratory to perform all testing, including coring and density testing. All testing is incidental to the contract. Certified copies of test results must be submitted to County prior to payment for materials.

      SP 4: STRIPING, MARKING, AND RPMS

      Contractor must include/place all Temporary Pavement Markings. Temporary Painted Work Zone Pavement Markings and Thermoplastic Striping and Marking (Thermo), must be placed/replaced in accordance with the latest FDOT Standard Specifications for Road and Bridge Construction (FY 2025-26).

      All RPMs must be placed prior to opening the road to traffic and temporary markings must be placed within 12 hours of paving.

      All Temporary RPMs and Painted Work Zone Pavement Markings are incidental to the contract.

      In accordance with Section 711 of FDOT Specifications, the Contractor must wait at least 14 days after constructing the final lift of asphalt before applying thermoplastic pavement markings.

      SP 5: SCHEDULING OF WORK

      Standard workdays/times will be Monday – Friday, not including holidays observed by County. Standard hours will be dawn to dusk. If the Contractor desires to work on non-standard days, contractor must notify the County at least 48 hours before in writing. It will be the County’s option whether or not to allow work on non-standard days and the Contractor will be required to pay for the County’s field inspector(s) time (whether it is a County inspector or a County selected consultant inspector) at a cost of $450/8 hour day for work on non-workdays or at night.

      Contractor must submit a project work schedule in both paper (hard copies) and electronic file formats (PDF, MS Project) of the initial work schedule and written narrative.

      SP 6: INSPECTION

      County Engineer or his designated representative will monitor the amount, quality and character of all materials to be applied and will also monitor the execution of the work contemplated under these specifications. Presence or absence of the Engineer or his assistant will not lessen the responsibilities of Contractor to properly perform the work.

      SP 7: VIDEO/PICTURES

      Contractor must provide to the County, a Pre-Construction Video of the entire Project area, and photographs of all driveway aprons and side roads to the end of the return/radii prior to the beginning of any work.

      SP 8: E-VERIFY SYSTEM

      Contractor will utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of:

      a. all persons employed by Contractor during the term of contract to perform employment duties within Florida; and
      b. all persons, including sub-contractors, assigned by Contractor to perform work pursuant to the contract with County.

      SP 9: DRIVEWAY

      Driveway Transitions

      Asphalt placement at driveways must result in a smooth, continuous transition between the roadway surface and the driveway, regardless of pre-existing conditions.  Transitions must be free of abrupt elevation changes, excessive lips, drop-offs, or conditions that adversely affect drainage or create a safety concern.

      The acceptability of driveway transitions will be determined by the County. Any driveway transition that, in the judgement of the County, does not meet these requirements will not be accepted and must be corrected in accordance with FDOT Standard Specifications at no additional cost or contract time.

      SP 10: SPECIFIC CONDITIONS

      MOT must be in place before any work commences at startup and daily when workers are present.

      There must be no overnight lane/road closures.

      Contractor must inspect the Project area for the presence of gopher tortoises/burrows prior to bidding and again prior to work commencing. It will be Contractor'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. Inspection, permitting, protection, and/or relocation will be the responsibility of Contractor. Costs for inspection, permitting, protection, excavation of burrows, and any other associated work will be incidental to the contract. Costs for removal and relocation of gopher tortoises will 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.

      Saw-cut and mill butt joints for intersections and side roads. The joint will form a 90-degree angle per FDOT specifications and then be thoroughly tacked prior to asphalt placement. This work is incidental to the contract.

      The Contractor is responsible for providing positive drainage away from the sidewalks and/or roadway surface. Any debris/material generated as a result of shoulder work/grading/cutback shall be loaded and hauled off site; this work/removal of material is incidental to the contract.

    • Minimum Requirements for Submitting a Bid

      The Bidder must, at the time of award, possess the personnel, equipment, and experience necessary to perform the work described in this Invitation to Bid.

      For this Project, the County has identified two (2) major work elements representing the primary construction activities:

      1. Hot Plant-Mixed Bituminous Courses, and
      2. Pavement Marking.

      Accordingly, the following FDOT prequalification requirements apply:

      1. The Prime Contractor must hold current FDOT prequalification in the Hot Plant-Mixed Bituminous Courses work class.

      A copy of the FDOT Certificate of Qualification must be submitted with the Bid.

      2. Either the Prime Contractor or the Prime’s direct subcontractor must hold current FDOT prequalification in the Pavement Marking work class.

      • If the Prime Contractor does not hold this prequalification, the Prime must identify the FDOT-prequalified subcontractor who will perform the Pavement Marking work.
      • In this case, the Bidder must submit FDOT Form 700-010-36 (Certification of Sublet Work) with the bid.
      • All instructions contained in Form 700-010-36 must be completely followed, including proper listing of all tiers of subcontractors and submission of all supporting documentation.

      Subcontractors may be used to perform other portions of the work, including but not limited to:

      • Grading
      • Grassing, Seeding, and Sodding

      However, only the qualifications of the Prime Contractor and/or the identified FDOT-prequalified Pavement Marking subcontractor will be used to determine eligibility to bid. Subcontractors performing other work items are not required to hold FDOT prequalification.

      On-Site Representation and MOT Requirements

      The Bidder must provide an individual on site during all phases of work who holds a current Intermediate or Advanced Level Maintenance of Traffic (MOT) certification in accordance with FDOT requirements.

      In addition, a representative of the Prime Contractor’s company must be physically present on the project site at all times when work is being performed, including during all subcontractor operations.

      • This Prime Contractor representative does not need to be the MOT-certified individual.
      • If a subcontractor provides the MOT-certified person during their operations, this is acceptable; however, the Prime Contractor must still have its own company representative on site simultaneously.
      • The Prime Contractor remains fully responsible for supervision, quality control, safety oversight, and contract compliance for all work performed, whether by its own forces or by subcontractors.

      Failure to submit all required FDOT Certificates of Qualification, FDOT Form 700-010-36 (if applicable), and all associated supporting documentation with the Bid will render the Bid non-responsive.

    • List of Bidders

      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.

    • Vendor System-OpenGov Registration

      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.

    • Contact Person

      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@citruscounty.gov

      Kathy Milianta, Purchasing & Contracts Specialist, kathy,milianta@citruscounty.gov

      Leigha Utter, Purchasing & Contracts Speciallist, leigha.utter@citruscounty.gov

      Saleem Mahmood, Purchasing Assistant, saleem.mahmood@citruscounty.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.

    • Examination of Bid Documents and Project Site

      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 Work, (3) consider Federal, State and Local Laws and Regulations that may affect cost, progress, or performance of the Work, (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 Work.

      The lands upon which the Work is to be performed, rights-of-way and easements for access thereto and other lands designated for use by Bidder in performing the Work 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 Work 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 Work 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 Work.

    • Questions/Additional Terms and Conditions/Variances/Exceptions

      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/135385 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.

    • Modification / Withdrawal of Bid

      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.

    • Event Timeline

      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:May 9, 2026
      Deadline for Questions:June 1, 2026, 4:00pm
      Bid submittal Due Date and Time:June 10, 2026, 2:00pm
      Public Opening Date and Time via Microsoft Teams (Non-Mandatory):June 10, 2026, 2:15pm

      Microsoft Teams Online
      Join the meeting now
      Meeting ID: 267 158 669 663 6
      Passcode: FM6iF9xt

      Board Approval of Selection and Award (subject to change):August 25, 2026
    • Public Opening

      Electronic Bids shall be opened on Wednesday, June 10, 2026, at 2:15pm via online “Microsoft Teams”.

      Microsoft Teams Need help?

      Join the meeting now

      Meeting ID: 267 158 669 663 6

      Passcode: FM6iF9xt


    • Submission of Bids

      Electronic Bid submittal for this Invitation to Bid are to be submitted on or before Wednesday, June 10, 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 VENDOR/CONTRACTOR RESPONSES REQUESTED IN THE 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.

    • Tie Bids

      Should there result in a tie Bid between two or more Bidders, County shall initiate the following actions:

      • Award to Bidder who is a Disadvantaged Business Enterprise as registered with the State of Florida, or
      • Draw lots or flip a coin, or
      • Reject all Bids and re-solicit the service.
    • Timeliness of Bid Submittal

      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.

    • Split Bids

      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.

    • Bid Submittal Format

      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.

      Bids should be submitted in the format noted below:

      • Certificate(s) of Insurance
      •  Bid Security
      • List of Subcontractors
      • Bidder's Qualification Statement
      • Addenda Acknowledgement
      • Copies of Licenses and Certifications
      • Copy of Division of Corporation (SUNBIZ) Registration
      • Maintenance of Traffic (MOT) Certification
      • Human Trafficking Affidavit
      • Conflict of Interest Form
      • FDOT Pre-Qualification Documentation 
      • FDOT Asphalt Mix Design & Plant Assignment Sheet
      • FDOT Approved Herbicide/Sterilant Specifications
      • Certification of Sublet Work (FORM 700-010-36)
      • BID FORM COMPLETED
    • Less Than Two Bids Received

      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 Work.

    • Bid Form & Bid Security

      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/CONTRACTOR RESPONSES section to download, complete, and upload your Bid Form.

      Bid Security (Required if total base bid or lump sum equals $100,000 or more)

      Bids must be accompanied by a Bid Security made payable to Citrus County, Florida in an amount of five percent (5%) of the Bidder's Bid Price in the form of a certified or cashier's check or a Bid Bond.

      If Bidder is submitting a Bid Bond, it must be a signed and sealed by the surety company issuing the Bond, as well as the Bidder. The Bond must be in the form prescribed in Section 255.05, Florida Statutes. The rating of the surety company must be an A.M. Best’s Rating of A- or better. The surety company executing the Bond must be authorized to transact business in the State of Florida as a surety. The Attorney in-Fact who signs the bond must file with each bond a certified copy of their Power of Attorney.

      Bid Security of the Successful Bidder will be retained until an agreement has been executed and the required Payment and Performance Bonds have been provided to County, at which time the Bid Security will be returned. If the Successful Bidder fails to execute an agreement and furnish the required Contract Security within the specified time after execution of an agreement, County may annul the award and the Bid Security of the Successful Bidder shall be forfeited.

      County shall retain the Bid Security of the other Bidders until County enters into an agreement with the Successful Bidder, or the 91st day after the Bid Opening, whichever occurs first, at which time the Bid Security will be returned to the other Bidders.

    • Next Low Bidder

      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 Work noted in this Invitation to Bid.

    • Certificate of Insurance

      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 Successful Bidder asking Successful Bidder to register online with myCOI.  It is critical that Successful 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 Successful Bidder’s insurance agent(s). This information must be available at the time of registration.  Once Successful 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 Successful Bidder’s Certificate of Insurance (COI) directly into the myCOI website.  Certificates of Insurance cannot be mailed, emailed or faxed to County.  Successful 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 Successful Bidder’s insurance agent(s). This is a yearly requirement for the duration of the Agreement.

    • Workforce Labor

      County believes that the hiring of workforce labor by contractors who County awards contracts to should, to the maximum extent, be citizens within its boundaries that are unemployed or seeking work for the first time.  To that extent, County has agreed to notify CareerSource CLM of all awards involving construction and other types of services.  CareerSource CLM is a local business-led organization that plans and coordinates quality employment and training services for businesses and individual career seekers in Citrus County.  Successful Respondent will be contacted by CareerSource CLM, to discuss hiring through its staff and services.  Successful Respondent’s participation with CareerSource CLM is not required as a condition of award, but rather an opportunity for greater support for the community of Citrus County.

    • Bidder's Qualification Statement

      Bidders are required to submit with their Bid an executed Bidder's Qualification Statement.

      To demonstrate that the Bidder is qualified to perform the Work covered under this Invitation to Bid, Bidders must include any and all documents and other information to substantiate the qualifications noted, such as: licenses, references for similar work, present commitments and other such data as required in the Bid Documents.

      Bids must contain evidence of Bidder's qualification to do business in the State of Florida or covenant to obtain such qualification prior to award of the contract.  Bidders must comply with Chapter 607, Florida Statutes, to transact business in the State of Florida.  If the Successful Bidder is not in compliance with such, they shall have fourteen (14) calendar days from receipt of a Notice of Intent to Award to obtain the required certificate of authority from the State of Florida and produce a copy of such to the Contact Person.

      Bidders shall have all licenses, certifications and/or permits required by Federal, State, and Local Statutes, Regulations, and/or Ordinances for performing the Work specified in the Bid Documents at the time of Bid submittal.  Additionally, Bidders must comply with regulations, policies and codes of Citrus County, Florida for conducting business in Citrus County.

      By submitting a Bid in response to this Invitation to Bid, Bidder represents and warrants that they have the necessary licenses and/or certifications required to perform the Work covered under this Invitation to Bid, or will obtain such prior to award of Contract.

    • Licenses and Certifications

      Bidders are required to submit with their Bid copies of their licenses and certifications applicable to this Invitation to Bid. Please note that Citrus County does not automatically issue licenses based on "reciprocity" from another County. Bidders who possess a "registered" license in a County other than Citrus County, will be required to obtain a "competency card" from Citrus County Licensing Board in order to be awarded a contract. Bidders can call the Citrus County Building Department / Division of Licensing for more information at (352) 527-5332.

      Bidders must comply with Chapter 607, Florida Statutes, entitled “Corporations” to transact business in the State of Florida. Bidders must have the proper licenses and/or certifications in accordance with the State of Florida’s regulations governing the performance of the Work outlined in this Invitation to Bid. Furthermore, Bidders must also comply with the policies, codes, and regulations of Citrus County for conducting business in County. By submitting a Bid, Bidder represents and warrants that they and their subcontractors, if applicable, have the required licenses and certifications.

      Bidders must be pre-qualified by the Florida Department of Transportation and submit a copy of such at the time of Bid Submittal.

    • Rights of the County

      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.

    • List of Subcontractors

      If Bidders will be utilizing subcontractors in the performance of the Work, Bidders are required to submit with their Bid a list of such proposed subcontractors.

      All subcontractors proposed by Bidder for the performance of the Work covered under this Invitation to Bid are subject to the approval of County.  County reserves the right to reject any and all proposed subcontractors listed by the Bidder and bears no responsibility or liability to the Bidder or its proposed subcontractors for any commitments made between them regarding the performance of the Work covered under this Invitation to Bid.

      Bidders shall furnish the names and responsibilities of those subcontractors they propose to use on the "Subcontractors List" included with this Invitation to Bid.  No changes to this list shall be made after the deadline for submitting the Bid without prior written approval by County.  If the County has reasonable objection to any proposed subcontractor, County reserves the right, before giving Notice of Intent to Award, to request the apparent Successful Bidder to submit an acceptable substitute without an increase in Successful Bidder's Bid Price.  If the apparent Successful Bidder declines to make any such substitution County may make the award to the next lowest Bidder that proposes to use subcontractors, who are acceptable to County. Declining to make the requested substitutions will not constitute grounds for sacrificing the Bid security.

      No more than fifty percent (50%) of the Work provided by the Successful Bidder can be performed by subcontractors.

      County reserves the right to request from the apparent Successful Bidder, all pertinent data, including but not limited to, the following information about the proposed subcontractors: name as registered with the State of Florida, Federal Employer Identification Number, address and phone number, State registration or license number, and such other information as deemed relevant by County for evaluating the qualifications and experience of the proposed subcontractors.  If requested by County, Bidder shall also provide an experience statement with pertinent information regarding similar Work and other evidence of qualification for each proposed subcontractor. All proposed subcontractors shall be properly certified, registered or licensed by the appropriate governmental authority (as applicable) for the Work to be performed, prior to the submittal of the Bid.  Proposed subcontractors shall have successfully completed work comparable to that which is noted within the Bid Documents and be qualified both technically and financially to perform the Work for which they are listed.

    • Bid Evaluation and Award

      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 Work, (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.

    • Lump Sum Bid and Schedule of Values Pricing

      Bid Pricing will include such amounts, as Bidder deems proper, 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 will include all applicable sales and use taxes. Bids must have pricing for each line item and the Total Bid Price, as indicated on the Bid Form or the Bid may be rejected. Discrepancies in the multiplication of units and unit prices will be resolved in favor of the unit prices. No retainage amount will be held from Contractor's payments.

    • Manufacturer's Name and Approved Equivalents

      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.

    • Commencement and Completion of Work

      Successful Bidder shall commence ordering materials and equipment within ten (10) calendar days after receipt of a Purchase order and a Notice to Proceed from the County. Successful Bidder shall reach Substantial Completion within thirty (30) calendar days after start date set forth in the Notice to Proceed and shall reach Final Completion within forty-five (45) calendar days after the start date set forth in the Notice to Proceed issued by the County. The County reserves the right to automatically extend any agreement for a maximum period not to exceed one hundred twenty (120) calendar days. 

    • Acceptance of Bid Content

      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 Work covered by this Invitation to Bid and (2) Bidder is fully knowledgeable and possesses the skills to perform the Work 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.

    • Conflict of Interest

      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 Work 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 Work 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 Work 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 Work noted in the Invitation to Bid.

    • Budget

      County has appropriated approximately $712,990 including Contingency Allowance of $64,817 for the Work covered under this Invitation to Bid. County reserves the right to adjust this amount based on availability of funding. This is a grant funded project with Florida Department of Transportation (FDOT) through the Small County Outreach Program (SCOP). 

    • Documentation Becomes the Property of the County

      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. 

    • Payment and Performance Bonds

      If the Total Base Bid or lump sum should equal $100,000 or more, the Successful Bidder will be required to procure Payment and Performance Bonds, each in the amount of one hundred percent (100%) of their Bid plus Alternate Pricing, for the faithful performance of the Contract.  After Notice of Award and execution of an Agreement, Successful Bidder shall have ten (10) calendar days to provide Performance and Payment Bonds to County.

       

      Successful Bidder will be responsible for recording Payment and Performance Bonds in the public records of Citrus County.  Once recorded, the Successful Bidder shall deliver to County a certified copy of the Bonds and a receipt from the Clerk of Court, confirming that the Bonds have been recorded.

       

      The bonds must be in the form prescribed in Section 255.05, Florida Statutes, with the surety’s bond number to be listed on the front page of the bond.  The rating of the surety company must be A.M. Best’s Rating of A-, VI or better.  The surety company executing the Bonds must be authorized to transact business in the State of Florida as surety.  The Attorney in-Fact who signs the bonds must file with each bond a certified and effective date copy of their Power of Attorney.  The bonds must show the name, address and phone number of Bidder, the Surety Company and County.  The bonds must indicate the Bid Number, a general description of the project, and the address where the work will take place.

    • Review of Bidder’s Facilities and Bid

      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 Work 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 Work, County has the right to reject the Bidder’s Bid.

    • Liquidated Damages

      COUNTY and BIDDER recognize that time is of the essence of this Agreement and that COUNTY will suffer financial loss if the Work is not completed within the Time Periods noted above in the Commencement and Completion of Work, or by the dates specified, plus any extensions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by COUNTY if the Work is not completed on time. Accordingly, instead of requiring any such proof, COUNTY and BIDDER agree that as liquidated damages for delay (but not as a penalty), BIDDER shall pay COUNTY the amount calculated based on FDOT Standard Specifications Road and Bridge Construction, FY 2025-26 Edition, for each day beyond the Final Completion date and the Substantial Completion liquidated damage value shall be one-quarter (1/4) of the calculated liquidated damage value for each day beyond the Substantial Completion dates and for each day that expires beyond the time specified. Sundays and legal holidays shall be excluded in determining days in default.

      FDOT SPECIFICATION 8-10.2 Amount of Liquidated Damages: Applicable liquidated damages are the amounts established in the following schedule:


      Original Contract Amount Daily Charge Per Calendar Day


      $299,999 and under........................................................$904
      $300,000 but less than $2,000,000..............................$1,685
      $2,000,000 but less than $5,000,000...........................$2,667
      $5,000,000 but less than $10,000,000.........................$3,813
      $10,000,000 but less than $20,000,000.......................$5,021
      $20,000,000 but less than $40,000,000.......................$7,442
      $40,000,000 and over...............$10,224 plus 0.00005 of any
      amount over $40 million (Round to nearest whole dollar)

      In addition to the liquidated damages, there could be additional incidental damage paid by the SUCCESSFUL BIDDER to the COUNTY for failure to timely complete the work. These may include, but are not limited to, full or partial loss of grant funding due to late completion, delay damage settlements or awards owed by COUNTY to others, inspection and engineering services, interest and bond expense, delay penalties, fines or penalties imposed by regulatory agencies, contract damages, and professional fees (including attorneys' fees) incurred by COUNTY in connection with BIDDER's failure to timely complete the work.

    • Financial Strength

      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.

    • Bid Security

      Bids must be accompanied by a Bid Security made payable to Citrus County, Florida, in an amount of five percent (5%) of the Bidder's Bid Price in the form of a certified or cashier's check or a Bid Bond.

      If the Bidder is submitting a Bid Bond, it must be signed and sealed by the surety company issuing the Bond, as well as the Bidder. The Bond must be in the form prescribed in Section 255.05, Florida Statutes. The rating of the surety company must be an A.M. Best’s Rating of A- or better. The surety company executing the Bond must be authorized to transact business in the State of Florida as surety. The Attorney in-Fact who signs the bond must file with each bond a certified and effective date copy of their Power of Attorney.

      Bid Security of Successful Bidder will be retained until an Agreement has been executed and the required Payment and Performance Bonds have been provided to County. If the Successful Bidder fails to execute an agreement and furnish the required Contract Security within the specified time after execution of an Agreement, County may annul the award, and the Bid Security of Successful Bidder will be forfeited.

      County will retain the Bid Security of the other Bidders until County enters into an Agreement with Successful Bidder.

    • Clarifications

      Before contract award, County reserves the right to seek clarification from Bidders to properly evaluate their Bid. 

    • Drug-Free Workplace

      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.

    • Warranty

      Successful Bidder will provide a one (1) year warranty on materials, equipment, and workmanship; effective from the date of final completion as approved by County.

    • Public Records Act

      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/public-records-request.htm

      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.

    • Gopher Tortoise Relocation

      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.

    • Protests

      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.

      1. Notice of Intent to File a Protest. Any person who wishes to file a protest hereunder must file a Notice of Intent to File a Protest (“Notice”), in writing, with Department of Management & Budget (“DMB”) within 72 hours of the public opening for Invitations to Bids. Such Notice is considered filed when it is received by DMB.  A copy of the Notice must also be provided to the apparent best Bidder. The Notice shall include the name and address of the protester, County Bid number and title, the grounds upon which it is based, and must clearly indicate it is a Notice of Intent to File a Protest.
      2. Formal Protest. Within five (5) business days after the filing of the written Notice of Intent to File a Protest, a formal Bid protest must be filed with DMB. The formal protest is considered filed when it is received by DMB.   A copy of the formal protest must also be provided to the apparent best Bidder. The formal protest shall include the following:
        1. County Bid number and title.
        2. Name and address of the protester.
        3. Concise statement of the facts alleged and of the rules, regulations, ordinances, statutory or constitutional provision, or other legal authorities entitling the protester to the relief requested.
        4. Specifically request the relief to which the protester deems themselves entitled.
        5. Any other relevant information that the protester deems to be material to the protest.
      3. Protest Bond.   Each formal protest must be accompanied by a protest bond in the form of a certified check, cashier’s check, or money order made payable to Citrus County, Florida in an amount not less than five percent (5%) of the protester’s Bid submitted to the County.  If the protester prevails, the bond shall be returned to the protester.  However, if after completion of the Solicitation Protest Procedures the County denies the protest, the bond shall be forfeited to County.
      4. Stay of Procurement.   Once a formal protest is timely filed, DMB shall stay the award of the contract the County Administrator determines that delaying the award of the contract will adversely impact substantial interests of the county.
      5. Review of Protest by DMB.  Within ten (10) business days of the filing of the formal protest, the DMB Director shall issue a written determination, including the rationale for reaching such a determination.   The written determination shall also inform the protester of his/her right to appeal the DMB Director’s decision to the County Administrator.
      6. Appeal of DMB Determination.   The protester may appeal the DMB Director’s determination, in writing, to the County Administrator no later than five (5) business days after receipt of the DMB Director’s determination.
      7. Final Determination of County Administrator.  Within seven (7) business days of the filing of the appeal, the County Administrator, upon consulting with the County Attorney, shall issue a final determination.  The decision of the County Administrator will be final.
    • Solicitations or Awards in Violation of Law

      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.

    • Lobbying

      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.

    • AIA document G702 (Required Form)

      The AIA G702 form serves as both the Vendor's/Contractor's application and the certification. Its use can expedite payment and reduce the possibility of error. This document is often referred to as an AIA billing form, progress billing form, payment app, or pay app.

      The County’s Grant department requires this form to be used when the Vendor/Contractor is submitting their application for payment. A sample form is attached at the end of this Solicitation Document. The form requires Vendor/Contractor to certify and will need to be notarized before submitting to County.

    • E-Verification System

      Bidder and its subcontractors shall utilize the U.S. Department of Homeland Security’s E-Verify system, Home | USCIS , 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.

    • Immigration and Nationality Act

      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.

    • Equal Employment Opportunity

      Bidder 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 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. All Equal Employment Opportunity requirements shall be included in all non-exempt subcontracts entered into by Bidder. Subcontracts entered into by Bidder shall also include all other applicable labor provisions. No subcontract shall be awarded to any non-complying subcontractor. Additionally, Bidder 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 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.

    • Indemnification

      Bidder shall indemnify and hold harmless County and Florida, their officers, and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Bidder and persons employed or utilized by Bidder, including any subcontractors, in the performance of the construction contract.   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.  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 County, any sums due Bidder under this Agreement may be retained by County until all of 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.  

    • Indemnification

      for construction with engineer

    • Indemnification

      construction w/o engineer

    • Indemnification

      Bidder shall indemnify, defend, and hold harmless the County and the State of Florida, Department of Transportation (Department), including their officers and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of Bidder, or any of its officers, agents, or employees, acting with the scope of their office or employment, in connection with the rights to or exercised by Bidder.

       

      The foregoing indemnification shall not constitute a waiver of the Department’s or County’s sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute an agreement by Bidder to indemnify County for the negligent acts or omissions of County, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute an agreement by Bidder to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement.”

       

    • Human Trafficking

      Nongovernmental Entities shall comply with the requirements set forth in Florida Statute Section 787.06.

    Submission Requirements

    • ACKNOWLEDGEMENT OF REQUIRED DOCUMENTS (required)

      I Acknowledge that I have reviewed all of the submitted forms and that they are true and correct to my knowledge. 

    • Name, Title, and email address of the Person authorized to bind company to this agreement? (required)
    • Point of Contact for Bidder (required)

      Please provide:

      Company name & address

      Point of Contact Name & title

      Phone Number

      Email Address

       

    • Bidder has reviewed the County's Insurance Requirements, and the cost associated with those requirements. Bidder has obtained copies of insurance certificates of their current policies and limits (required)

      Enter YES or NO, it is recommended that Bidders carefully review the County's insurance requirements, and the cost associated with such services.

    • Evidence of Liability Insurance is required (required)

      Bidders are to submit a copy of their certificate(s) of insurance evidencing polices and limits of insurance that they currently have in force.

    • Is Contractor's Bid submitted $100,000 or greater? (required)

      answer yes or no

    • 5% Bid Security Required (required)

      Upload your Bid Security Bond forms equal to 5% of your bid amount

    • Bid Form (required)
    • Will you be utilizing subcontractors in the performance of the Work for this project? (required)
    • List of Subcontractors (required)

      If answered yes, please download the List of Subcontractors form that is listed below, complete, and upload the completed document.

    • Download the Bidders Qualification Statement below and Complete in its entirety and upload the completed document.. (required)

      Please download the Qualification Statement document listed below, completely fill in all blanks, and upload the completed document here.

    • Bidder have received all addendums, and any questions associated with this Invitation to Bid? (required)

      Enter Yes or No.

    • Bidder shall acknowledge the Addendum Numbers and questions that Bidder has received for this Invitation to Bid. (required)

      Enter all Addendum Numbers received by Bidder and number of questions reviewed (example: Addendum No. 1, 2 & 3 and/or there are 5 questions that were reviewed by Contractor).

    • Do you have an active registration in SUNBIZ.org to conduct business in the State of Florida* (required)

      Enter YES or NO

    • Upload a copy of your active registration in SUNBIZ.org to do business in the State of Florida (required)

      Please upload a copy of your active registration in SUNBIZ.

    • Provide Copies of Licenses and Certifications (required)

      Upload Copies of any licenses and certification as applicable to this Invitation to Bid.

    • Provide Maintenance of Traffic (MOT) Certifications (required)

      upload MOT Certifications

    • Please download the Human Trafficking Affidavit, complete the Affidavit and upload the completed document here. (required)

      Entity confirms they do not use coercion for labor or services as defined in Section 787.06, Florida Statutes, entitled "Human Trafficking".

      Please download the below document, complete, and upload.

    • FDOT Pre-Qualification Documentation (required)

      Upload Pre-Qualification Documentation for the following:

      •Hot Plant-Mixed Bituminous Courses
      •Pavement Markings

    • FDOT Asphalt Mix Design & Plant Assignment Sheet (required)

      Upload the required documents.

    • Please provide the FDOT approved Herbicide/Sterilant Specifications (required)

      Upload the FDOT approved Herbicide/Sterilant Specifications that you will be using.

    • Complete the Certification of Sublet Work (FORM 700-010-36) (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Form (required)

      Please download the Conflict of Interest form, complete in full, and upload the completed Conflict of Interest form.

    • Certifications

      Bidder certifies that they comply (or will comply) with the statements concerning, but not limited to: Compliance with Laws, 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.

    • Compliance with Laws (required)

      Bidder 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, Florida Department of Transportation, 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.

    • Convictions (required)

      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.

    • Debarment (required)

      Bidder certifies to the best of their knowledge and belief, that they and their principals 1) are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Municipal, County, State or Federal department or agency, 2) have not, within a three-year period preceding execution of this Agreement, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records; making false statements; or receiving stolen property, 3) are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated above, 4) have not within a three-year period preceding execution of this Agreement had one or more public transactions (Federal, State or local) terminated for cause or default, and 5) will advise County immediately if their status changes and will provide an explanation for the change in status. 

    • Contractor will agree to include the contract clause for Debarment in all subcontracts. (required)

      The prospective primary Contractor agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all subcontracts and in all solicitations for sub-contractors exceeding the $25,000 threshold.

    • Discriminatory Vendor (required)

      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, subcontractor, or consultant under a contract with any public entity, and may not transact business with public entity.

    • Drug-Free Workplace Certification (required)

      I have read and attest to, in accordance with Florida Statute 287.087 (current version), hereby certify that,

      • Publishes a written statement notifying that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace named above, and specifying actions that will be taken against violations of such prohibition.
      • Informs employees about the dangers of drug abuse in the workplace, the firm’s policy of maintaining a drug free working environment, and available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug use violations.
      • Gives each employee engaged in providing commodities or contractual services that are under proposal a copy of the statement specified above.
      • Notifies the employees that as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, pleas of guilty or nolo contendere to, any violation of Chapter 893, or of any controlled substance law of the State of Florida or the United States, for a violation occurring in the workplace, no later than five (5) days after such conviction, and requires employees to sign copies of such written statement to acknowledge their receipt.
      • Imposes a sanction on, or requires the satisfactory participation in, a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted.
      • Makes a good faith effort to continue to maintain a drug free workplace through the implementation of the Drug Free Workplace Program.

      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.

    • Equal Employment Opportunity (required)

      Bidder 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 Title 49 CFR 26 for Disadvantaged Business Enterprises, Age Discrimination Act of 1975 (42 U.S.C. § 6101, et seq.), Title 49 CFR 21 and 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 statutes. Bidder shall furnish pertinent information regarding its employment policies and practices as well as those of their proposed subcontractors as the State of Florida Department of Transportation, the Secretary of Labor, or County may require. The above shall be required of any subcontractor hired by Bidder. All Equal Employment Opportunity requirements shall be included in all non-exempt subcontracts entered into by Bidder. Subcontracts entered into by Bidder shall also include all other applicable labor provisions. No subcontract shall be awarded to any non-complying subcontractor. Additionally, Bidder 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 shall comply with all state laws and local ordinances, except that any preferential consideration of local in-state subcontractors is NOT allowed for grant funded projects.

    • E-Verification System (required)

      Bidder and its subcontractors shall utilize the U.S. Department of Homeland Security’s E-Verify system, Home | USCIS, 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

    • E-Verification Identification Number (required)

      Provide your E-Verification Identification Number

    • Gopher Tortoise Relocation (required)

      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.

    • Immigration and Nationality Act (required)

      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.

    • Do you have a Unique Entity ID number from Sam.gov? YES or NO (Active or Inactive) (required)

       YES or NO (Active or Inactive)

    • What is your Unique Entity ID No.?* (required)

      Enter your Unique Entity ID No.

    • Lobbying (required)

      Bidder shall not, in connection with the Agreement, directly or indirectly

      1. offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for any County officer or employee’s decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty, or
      2. offer, give, or agree to give to anyone any gratuity for the benefit of, or at the direction or request of, any County officer or employee. For purposes of clause (2), “gratuity” means any payment of more than nominal monetary value in the form of cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, Services, employment, or contracts of any kind.
    • Non-Collusion (required)

      Bidder agrees that neither it, nor any of its officers, partners, agents or employees have entered into any agreement, participated in any collusion, or otherwise taken any action which is in restraint of a free competitive solicitation in connection with this Agreement, and that Bidder intends to do the work with its own bona fide employees or subcontractors and has not provided a Bid for the benefit of another Contractor. Furthermore, Bidder certifies that its affiliates, subsidiaries, directors, officers, and employees are not currently under investigation by any governmental authority and have not in the last ten (10) years been convicted or found liable for any act prohibited by law in any jurisdiction, involving conspiracy or collusion with respect to submitting a Bid on any public contract.

    • Prohibited Interests (required)

      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 subcontractors, during its tenure, or for two years thereafter, has any interest, direct or indirect.

    • Public Entity Crime (required)

      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, subcontractor, 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.

    • Scrutinized Companies (required)

      Bidder certifies that it is not listed on (a) the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statues, or is engaged in a boycott of Israel; (b) the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sector List, created pursuant to Section 215.473, Florida Statutes; or (c) is engaged in business operations in Cuba or Syria. Bidder further understands and accepts that any contract issued as a result of this Bid shall be subject to Section 287.135, Florida Statutes, and subject to immediate termination by County in the event there is any misrepresentation or false certification on the part of Bidder.

    • Type of Invitation to Bid (required)
    • Amount to be paid to County for any delays (Liquidated Damages) (required)

      Enter answer in this format: one hundred dollars ($100.00) 

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example: 
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
    • Technical Specifications (required)

      Do you Technical Specifications that need to be attached to this solicitation?

    • Pre-Bid Conference (required)

      Select from one below

    • Public Opening Microsoft Teams Meeting ID: (required)
    • Public Opening Microsoft Teams Passcode: (required)
    • Public Opening Microsoft Teams Dial-in by phone: (required)
    • Approximate budget amount for this project. (required)

      Enter answer in this format: $165,000

      (Include dollar sign)

    • Will there be a Pre-Bid Conference? (required)
    • How will the Pre-Bid meeting be held? (required)
    • Insurance Requirments (required)

      Pick which insurance are required for this procurement.  Select all that are applicable. 

    Key dates

    1. May 9, 2026Published
    2. June 10, 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.