SLED Opportunity · FLORIDA · ESCAMBIA COUNTY

    LAP - Regional Traffic Management Center Facility Construction Federal Funded Project FPID:451524-1-58-01 FAIN:D324-034B- Re-solicit

    Issued by Escambia County
    countyInvitation To BidEscambia CountySol. 235565
    Closed
    STATUS
    Closed
    due Apr 9, 2026
    PUBLISHED
    Mar 10, 2026
    Posting date
    JURISDICTION
    Escambia County
    county
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    Escambia County seeks bids for construction of a 19,940 sq ft Regional Traffic Management Center in Pensacola, FL. The project includes site development, building systems installation, and ITS technology. Licensed Florida general contractors are invited to submit proposals by April 9, 2026.

    Opportunity details

    Solicitation No.
    235565
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    county
    Published Date
    March 10, 2026
    Due Date
    April 9, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    Escambia County
    State
    Florida
    Agency
    Escambia County

    Description

    Notice is hereby given that the Escambia County Board of County Commissioners will receive sealed bids for Regional Traffic Management Center Facility Construction

    - LAP Project. FPID:451524-1-58-01 FDOT FAIN:  D324-034B

    All meetings associated with this solicitation will be held via Microsoft Teams, with the exception of on-site walk throughs, which is a free service and provides both video and audio-only capabilities.  Please download the Microsoft Teams software to your device (PC, laptop, tablet, or smart phone) well in advance of the meeting so you are familiar with how to operate the program before the meeting.  Video capabilities or a microphone are not required to listen to the meeting or submit questions via Microsoft Teams’ chat feature.

    ·         To Download Microsoft Teams:
    https://signup.microsoft.com/get-started/signup?products=CFQ7TTC0K8P5%3a0001&lm=deeplink&lmsrc=homePageWeb&cmpid=FreemiumSignUpChooser&culture=en-us&ali=1&brandingId=28b276fb-d2a0-4379-a7c0-57dce33da0f9

    ·         Microsoft Teams Tutorials:  https://www.youtube.com/watch?reload=9&v=2zB2jiCxxuQ

    In an effort to efficiently serve all meeting attendees, no meeting time will be dedicated to assisting firms attempting to log into the meeting.

    Specifications may be secured by download from the Attachments Section of this solicitation. Questions concerning this request should be directed to the Escambia County Purchasing Office in writing utilizing OpenGov Software.

    Escambia County Board of County Commissioners encourages all segments of the business community to participate in its procurement opportunities, including small businesses, minority/women owned businesses, and disadvantaged business enterprises. The Board does not discriminate on the basis of race, color, religion, national origin, disability, sex, or age in the administration of contracts.

    The Board of County Commissioners reserves the right to waive irregularities in bids, to reject any or all bids with or without cause, and to award the bid that it determines to be in the best interest of Escambia County.

    Any person requiring special accommodations to attend or participate, pursuant to the Americans with Disabilities Act, should call the Office of Purchasing (850-595-4980) at least five (5) working days prior to the solicitation opening.

    Notice

    It is the specific legislative intent of the Board of County Commissioners that NO CONTRACT under this solicitation shall be formed between Escambia County and the awardee firm until such time as the contract is executed by the last party to the transaction.

    Minium Qualifications: General Contractor licensed by the State of FL, registered and in good standing with Escambia County Board of Contractor Competency. Current registration with FL Division of Corporations (Sunbiz).

    Proposals failing to provide such documentation with their sealed Proposals shall be considered nonresponsive.

    To ensure that your Proposal is responsive, you are urged to request clarification or guidance on any issues involving this solicitation before submission of your response.

    The County’s intent is to construct a new 19,940 square foot modern transportation management center on behalf of the Florida-Alabama Transportation Planning Organization (FL-AL TPO) on a site adjacent to the Escambia County Emergency Operations Center (EOC). This new facility will encompass a 4.23 acre site located at 6575 North W Street, Pensacola, FL.  

    Site development includes selective clearing of trees, site grading, construction of drainage structures including retention area, all utilities, paved parking areas and roadways, sidewalks, and other miscellaneous site structures.  The building’s systems will include HVAC, fire suppression, power, backup systems, security systems, and all advanced Intelligent Transportation System (ITS) technology and office components required for a fully functioning, turn-key traffic management center. 

    Background

    The existing traffic signals in the FL-AL TPO region are located in Escambia County, Santa Rosa County, City of Pensacola, City of Gulf Breeze, and City of Milton (Agencies) and are currently connected via a system of both fiber optic and cellular communications to the Escambia County Traffic Signal Operation Center (TSOC) located at the Escambia County Central Office Complex. The Agencies currently operate and maintain all signals within their jurisdictions using in-house forces, in conjunction with consultant services provided by the FL-AL TPO as well as signal maintenance contractors. The Agencies’ currently rely upon the Escambia County TSOC for monitoring of the connected traffic signals.  

    The Agencies currently have Advanced Traffic Management System (ATMS) infrastructure consisting of modern controller assemblies and ITS equipment installed as part of a collaborative effort between FDOT District Three, the FL-AL TPO and the Agencies. This system includes modern advanced transportation controllers (ATC) and CCTV cameras for intersection monitoring throughout the region.  

    Upon completion of the Regional Traffic Management Center (RTMC), primary control and operation of the field devices will occur in the new facility. Operation of the ATMS will be monitored and controlled from the RTMC by FL-AL TPO, which may include staff from the FL-AL TPO, consultant(s), the Agencies, FDOT, and law enforcement representatives.  

    The FL-AL TPO will own and operate the RTMC and will be responsible for all building repairs and maintenance. However, a permitted stormwater facility for the project is to be built on adjacent Escambia County EOC property through an Interlocal Agreement. This stormwater facility will be managed and maintained by the FL-AL-TPO.

    Project Details

    • Reference ID: PD 25-26.049
    • Department: Purchasing
    • Department Head: Lyndsey Stevens (Purchasing Director)

    Important Dates

    • Questions Due: 2026-04-22T20:00:52.302Z
    • Pre-Proposal Meeting: 2026-03-18T19:00:54.565Z — Office of Purchasing 213 Palafox Pl, 2nd Floor Pensacola, FL 32502 OR MS Teams https://teams.microsoft.com/meet/25470723299955?p=hlAfdHIKlyAAjkY5wy Meeting ID: 254 707 232 999 55 Passcode: 58Pp7JN2 Dial in by phone +1 863-333-5817,,488486685# United States, Lakeland Find a local number Phone conference ID: 488 486 685#

    Addenda

    • Addendum #1 (released 2026-03-13T15:19:17.859Z) —

      Changed Specification download from "myescabmia.com" to "Attachments section of solicitation." All specifications for this project are in the Attachments section of the solicitation. 

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #1: Pre-Bid Meeting Tomorrow 3/18/26 at 2pm CT (released 2026-03-17T15:19:16.208Z) —
      Pre-Bid Meeting (Non-Mandatory):
      March 18, 2026, 2:00pm
      Office of Purchasing
      213 Palafox Pl, 2nd Floor
      Pensacola, FL 32502

      OR MS Teams

      https://teams.microsoft.com/meet/25470723299955?p=hlAfdHIKlyAAjkY5wy

      Meeting ID: 254 707 232 999 55
      Passcode: 58Pp7JN2

      Dial in by phone
      +1 863-333-5817,,488486685# United States, Lakeland
      Find a local number
      Phone conference ID: 488 486 685#
    • Addendum #2 (released 2026-03-16T14:36:33.957Z) —

      Please see added attachment S for Termite Control/Treatment.

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #2: Pre-Solicitation Attendance PD 25-26.049 PD 25-26.049 Regional Traffic Management Center Facility Construction Federal Funded Project FPID D324-034B- Re-solicit (released 2026-03-18T19:29:10.685Z) —

      Attendance for pre-solicitation meeting. 

    • Addendum #3 (released 2026-03-19T16:25:16.481Z) —

      Changed General Liability Insurance Coverage to $10million per occurrence and $10 million aggregate. Removed Products Liability and added Owner’s Protective Liability. Changed Builder's Risk to 100% of the Contract Amount for the entire length of the project. 

    • Official Notice #3: Submission Opening for PD 25-25.049 (released 2026-04-08T13:07:25.062Z) —

      Submission Deadline:

      April 9, 2026, at 10:00 AM CST 

      This notice serves as a reminder of the upcoming submission deadline for PD 25-26.049. Submissions remain sealed until the submission deadline. Please ensure your documents are submitted into OpenGov ahead of the Submission deadline.

    • Addendum #4 (released 2026-03-27T14:35:27.697Z) —

      Please see the attached Question and Answer Report for PD 25-26.049.

    • Official Notice #4: Question and Answer Deadline for PD 25-26.049 (released 2026-04-14T17:49:37.016Z) —

      OpenGov Question and Answer Deadline Reminder:

      Question and Answer Deadline

      April 15, 2026, 12:00pm

      This notice serves as a reminder of the upcoming Question deadline for PD 25-26.049.  Please ensure your Questions are submitted into OpenGov ahead of the Submission deadline tomorrow.

    • Addendum #5 (released 2026-04-09T14:48:35.669Z) —

      Moving Bid Due date from 4/9/2026 at 10am to 4/23/2026 at 2pm CT due to only having 1 No Bid.

    • Addendum #6 (released 2026-04-09T21:12:10.659Z) —

      Due to extending the bid due date, and at a vendor request, the County had re-opened the Question & Answer session through 4/15/2026 at 12pm CT.

    • Addendum #7 (released 2026-04-16T16:18:10.919Z) —

      Unfortunately, it has come to our attention that the most recent plans and specifications were not published. Please the update Plans and Specifications in the Attachments. The new set of plans incorporated all the questions for the previous solicitation and should answer most of the vendor questions. The new set of plans replace the previous individual plans.

      Due to the plans changing, we have pushed the Bid Due date out to 4/30/2026 at 2pm. Also, we have re-opened the question and answer period through 4/22/2026 at 3pm. Please read the new set up of plans and specifications and ask questions according to the new documents. 

    Evaluation Criteria

    • Solicitation Terms & Conditions

      Submission of a bid in accordance with these Terms and Conditions and the General Terms and Conditions provided in Section IV below constitutes a binding offer from the bidder. The Terms and Conditions incorporated herein will become a part of the written agreement between the parties.

       

      Pre-Bid Inquiries

      All inquiries concerning the solicitation, including, but not limited to, the scope of work, specifications, additional requirements, attachments, general or supplemental terms and conditions, must be submitted to the Office of Purchasing via email through the e-procurement portal hosted by OpenGov, Attention:  Angela Jones,Senior Purchasing Coordinator,ajjones@myescambia.com.

       

      All questions or inquiries must be received no later than the last day for questions stated on the cover page of the solicitation. Any modification to the bid documents will be in the form of a written addendum issued by the County not less than five (5) days prior to the date and time of bid closing. Addenda will be provided to each bidder via email and posted to the Escambia County website at Escambia County Solicitations (https://procurement.opengov.com/portal/escambiacountyfl). Such written addenda or modification shall be part of the solicitation documents and shall be binding upon each bidder. Each bidder is required to submit with the bid a written acknowledgment to confirm receipt of any and all addenda. No bidder may rely upon any verbal modification to or interpretation of the solicitation documents, and no interpretation shall be considered binding unless provided in writing by the Office of Purchasing as provided in this provision.

       

      Examination of Documents and Site

      Before submitting a bid, the bidders shall familiarize themselves with the nature and extent of the work and any local conditions that may in any manner affect the work to be done and the equipment, materials, and labor required. Bidders shall also examine all drawings, specifications, addenda, and other relevant documents to be thoroughly informed regarding any and all conditions and requirements that may in any manner affect the work to be performed under the contract.

       

      Preparation of Bid

      A bid form is included in these specifications. The bidder shall submit bids in accordance with the bid documents. The individual who signs the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations website (Sunbiz) with the principal address provided below the signature.  

       

      All blanks in the bid documents shall be completed by printing in ink or by computer with the amounts extended, totaled and the bid signed. Any blanks in the bid form will be interpreted as a “No Bid” or “No Cost” item. No changes shall be made to the phraseology of the form or in the items mentioned therein. Any bid which contains any omissions, erasures, alterations, additions, irregularities of any kind, or items not called for which shall in any manner fail to conform to the conditions of the solicitation may be rejected.

       

      The bid shall include evidence of bidder’s authority and qualification to do business in the State of Florida. As applicable, a state contractor license # for the State of Florida shall also be included on the bid form. Bidder shall be licensed in accordance with the requirements of Chapter 489, Florida Statutes.

       

      The bid shall be based upon the completion of the Scope of Work according to the drawings and specifications, together with all addenda thereto. Bids must include lump sum pricing. All proposed fees and costs must be broken down and disclosed in the bid.

       

      Integrity of Documents

      Bidders shall use the original bid documents provided by the Office of Purchasing and enter information only in the spaces where a response is requested. Bidders may use an attachment to the bid documents if sufficient space is not available. Any modifications or alterations to the original bid documents by the bidder, whether intentional or otherwise, may constitute grounds for rejection of a bid. Any such modification or alteration that a bidder wishes to propose must be clearly stated in the form of an addendum to the original bid documents.

       

      Submittal of Bid

      A bid shall be submitted no later than the date and time prescribed in the Invitation to Bid and shall be accompanied by the bid security and other required documents.  Applicable bond documents may be uploaded, but any physical checks presented must be delivered to the Office of Purchasing prior to the Bid Opening. It is the bidder’s responsibility to ensure that its bid is delivered at the proper time and place. Offers by email, facsimile, or telephone will NOT be accepted. 

       

      Each bidder’s submittal shall include all the items listed in the Vendor Submissions section.

       

      Withdrawal of Bids

      A bidder may withdraw its bid, either personally or by written request, at any time prior to the scheduled time for Bid Opening. Requests to alter or withdraw a bid must be submitted in writing to the Purchasing Director. Bids may not be altered or unilaterally withdrawn by the contractor after the scheduled time for bid opening. All bids not so withdrawn shall constitute an irrevocable offer and will remain subject to acceptance or rejection by the County for a period of 90 calendar days.

       

      Bids to Remain Subject to Acceptance

      All bids will remain subject to acceptance or rejection by Escambia County for ninety (90) calendar days after the day of the bid opening. The County may, in its sole discretion, release any bid and return the bid security prior to the end of this period. 

       

      Conditional or Incomplete Bids

      Escambia County specifically reserves the right to reject any conditional or incomplete bid.

       

      Addition/Deletion of Item(s)

      The County reserves the right to add or delete any item(s) from this bid or resulting contract when deemed to be in the County’s best interest.

       

      Changes to Specifications

      Specifications are based on the most current literature available. The Office of Purchasing must be notified in writing of any proposed changes to the manufacturer’s specifications, including, but not limited to, materials used, manufacturing process, or construction, that conflict with the specifications provided in the solicitation. Proposed changes must be explained in detail along with a copy of the relevant manufacturer’s specifications. Proposed changes to the specifications provided in the solicitation shall not be binding upon the County unless evidenced by a Change Notice issued and signed by the Purchasing Director. Should the bidder fail to comply with this provision, the bidder will be liable for any costs incurred by the County to comply with the specifications provided in the solicitation.

       

      Disqualification of Bidders

      Any of the following reasons may be considered as sufficient for the disqualification of a bidder and the rejection of its bid:

      • Submission of more than one bid for the same work from an individual, firm, or corporation under the same or different name. Evidence that the bidder has a financial interest in the firm of another bidder for the same work.
      • Evidence of collusion among bidders. Participants in such collusion will receive no recognition as bidders for any future work of the County until such participant has been reinstated as a qualified bidder.
      • Incomplete work which in the judgment of the County might hinder or prevent the bidder’s prompt completion of additional work if awarded.
      • Failure to pay or satisfactorily settle all bills due for labor and material on contracts in effect at the time of issuing the invitation to bid or default under previous contract.
      • Listing of the bidder by any Local, State or Federal Government/Agency on its debarred/suspended vendor list. 

       

      Investigation of Bidder

      The County may make such investigations, as it deems necessary to determine the stability of the bidder to perform the work and that there is no conflict of interest. The bidder shall furnish to the County any additional information and financial data for this purpose as the County may request.

       

      Evaluation of Bids and Award of Contract

      Escambia County will review all bids and will provide the recommendation to award to the County Administrator, and the Board of County Commissioners. The County will award the bid to the most responsive and responsible firm(s) with the lowest responsive bid(s). The County reserves the right to award the bid to the bidder submitting a responsive bid with a resulting negotiated agreement which is most advantageous and in the best interest of the County, and to reject any and all bids or to waive any irregularity or technicality in bids received. Escambia County shall be the sole judge of the bid and the resulting agreement that is in its best interest and its decision shall be final.

       

      Escambia County reserves the right to reject any or all bids, including without limitation nonconforming, nonresponsive, unbalanced, or conditional bids. The County further reserves the right to reject the bid of any Bidder whom it finds after reasonable inquiry and evaluation to not be responsible. In evaluating Bidders, the County may consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted with the Bid Form.

       

      Escambia County reserves the right to waive any informalities or reject any and all bids, in whole or part, to utilize any applicable state contracts in lieu of or in addition to this bid, and to accept the bid that in its judgment will best serve the interest of the County.

       

      Award

      NO VALUE

       

      Contract Term

      A.    The contract resulting from this solicitation shall commence effective upon execution by both parties and extend for a period of Twelve Months (12). The contract may be renewed for two (2) additional twelve (12) month periods, up to a maximum Thirty-Six (36) months total upon mutual agreement of both parties. If any such renewal results in changes in the terms or conditions, such changes shall be reduced to writing as an amendment to the contract and such addendum shall be executed by both parties and approved by the Board of County Commissioners.

      B.    Renewal of the contract shall be subject to appropriation of funds by the Board of County Commissioners.

      C.   The initiating County department(s) shall issue release (purchase) orders against the term contract on an “as needed” basis.

      D.   The contract may be canceled by the awarded firm, for good cause, upon ninety (90) days prior written notice.  

      E.    The County retains the right to terminate the contract, with or without good cause, upon (30) days prior written notice.

      F.    In the event of termination by either party as provided herein, the awarded firm shall be paid for services performed through the date of termination.

       

      Option to Extend the Term of the Contract (Not applicable to Lump Sum Agreements)

      After exercising all options to renew, if it is determined that interim performance is necessary to allow for the solicitation and award of new contract, the County may extend this Agreement for up to an additional six (6) months.  The County shall provide written notice to the Contractor no later than thirty (30) days prior to the expiration of the last one (1) year renewal period.  The exercise of the option shall be for the period specified and for the prices listed on the bid form.  All other terms and conditions of the contract shall apply to the option periods.

       

      Form of Agreement

      The contract shall be provided by the Office of Purchasing. The successful bidder shall, within 5 days after receipt of the Intent to Award and the contract forms or documents, sign and deliver to the County Legal Office all required contract documents. Failure to execute the contract within such period shall constitute a default, and the county may award the contract to the next responsive and responsible bidder or re-solicit and charge against the bidder the difference between the amount of the offer and the amount for which a contract is subsequently executed, irrespective of whether the amount due exceeds the amount of the bid surety. The awarded contractor shall also deliver the policies of insurance or insurance certificate(s) as required. All insurance documents shall be approved by the Risk Manager before the successful bidder may proceed with the work.

       

      Indemnification

      Offeror agrees to save harmless, indemnify, and defend County and their elected and appointed officials, agents, officers, and employees from any and all claims, losses, penalties, interest, demands, judgments, and cost of suit, including attorneys’ fees, and paralegals’ fee, for any expense, damage or liability incurred by any of them, whether for personal injury, death, property damage, direct or consequential damages, or economic loss, including environmental impairment, arising directly or indirectly on account of or in connection with the work performed by Offeror under this Agreement or by any person, firm or corporation to whom any portion of the Work is subcontracted Offeror; or resulting from the use by Offeror, or by anyone for whom Offeror is legally liable, of any materials, tools, machinery or other property of County. County and Offeror agree the first $100.00 of the Contract Amount paid by County to Offeror shall be given as separate consideration for this indemnification, and any other indemnification of County by Offeror provided for within the Contract Documents, the sufficiency of such separate consideration being acknowledged by Offeror by Offeror’s acceptance and execution of the Agreement. The Offeror's obligation shall not be limited by, or in any way to, any insurance coverage or by any provision in or exclusion or omission from any policy of insurance.

      The Offeror agrees to pay on behalf of Escambia County, as well as provide a legal defense for the County, both of which will be done only when requested by the County, for all claims made.  Such payment on behalf of the County shall be in addition to all other legal remedies available to the County and shall not be the County's exclusive remedy.

      Local Preference in Bidding

      In accordance with Sec. 46-110(e) of the Escambia Code of Ordinances, all bid solicitation documents shall include the following notice to firms of the local firm preference policy:

       

      a) Legislative Intent:

      The Escambia County Board of County Commissioners finds that local businesses are often at a disadvantage when competing with other non-local businesses in that the cost of doing business in Escambia County is higher than other areas of the state and giving local businesses a preference in the procurement of goods and services serves a compelling public purpose for the benefit of the taxpayer and residents of Escambia County as such preference encourages local industry, employment opportunities, and increases the County’s overall tax base.

       

      b) “Local Business” Defined:

      For the purposes of this section, “Local Business” shall mean a business which meets all of the following criteria:

       

      1. Has had a fixed office or distribution point located in and having a street address within Escambia County of Santa Rosa County for at least one (1) year immediately prior to the issuance of the request for competitive bids by the County.  The fixed office or distribution point must be staffed by at least one (1) employee.  Post Office boxes are not verifiable and shall not be used for the purpose of establishing a physical address, and

      2.  Holds any business license required by Escambia County or Santa Rosa County, and

      3.  Is the principal Offeror who is a single Offeror; a business which is the prime Contractor and not a Sub-Contractor, or a partner, or joint venture submitting an offer in conjunction with other businesses.

       

      c) Certification:

      Any firm claiming to be a local business as defined above shall so certify in writing to the Escambia County Office of Purchasing. The certification shall provide all necessary information to meet the requirements provided herein. The purchasing agent shall not be required to verify the accuracy of any such certification and shall have the sole discretion to determine if a firm meets the definition of a “Local Business.”

       

      d) Preference in Purchase of Commodities and Services by Means of Competitive Bid:

      Except where federal or state law, or any other funding source, mandates to the contrary, Escambia County may give preference to local businesses in the following manner:

       

      Competitive Bid (Local Price Match Option): Each formal competitive bid solicitation (i.e. sealed bids) shall clearly identify how the price order of the bids received will be evaluated and determined.

      When a qualified and responsive, non-local business submits the lowest price bid amount between $50,000.00 and $249,999.99, and the bid submitted by one or more qualified and responsive local businesses is within five percent (5%) of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive non-local bidder.

       

      When a qualified and responsive, non-local business submits the lowest price bid amount between $50,000.00 and $249,999.99, and the bid submitted by one or more qualified and responsive local businesses with a fixed office or distribution point located in a designated Community Redevelopment Area (CRA) is within seven percent (7%) of the price submitted by the non-local business, then the local business located in a designated CRA with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualifies and responsive non-local bidder.

       

      When a qualified and responsive, non-local business submits the lowest price bid amount between $250,000.00 and $999,999.99, and the bid submitted by one or more qualified and responsive local businesses is within three percent (3%) of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive non-local bidder.

       

      When a qualified and responsive, non-local business submits the lowest price bid amount between $250,000.00 and $999,999.99, and the bid submitted by one or more qualified and responsive local businesses with a fixed office or distribution point located in a designated CRA is within five percent (5%) of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive non-local bidder.

       

      When a qualified and responsive, non-local business submits the lowest price bid amount in excess of $1,000,000.00, and the bid submitted by one or more qualified and responsive local businesses is within two percent (2%) of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive non-local bidder.

       

      When a qualified and responsive, non-local business submits the lowest price bid amount in excess of $1,000,000.00, and the bid submitted by one or more qualified and responsive local businesses with a fixed office or distribution point located in a designated CRA is within four percent (4%) of the price submitted by the non-local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s) offered by the overall lowest, qualified and responsive non-local bidder.

       

      In such instances, staff shall first verify whether the lowest non-local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the purchasing department shall invite the lowest local bidder in writing to submit a matching offer which shall be submitted in writing to the Escambia County Office of Purchasing within five (5) business days thereafter.

       

      If the lowest local bidder does not respond or otherwise submits a written offer that does not fully match the lowest bid from the lowest non-local bidder tendered previously then award shall be made to the lowest overall qualified and responsive non-local bidder.

       

      In the event a local bidder is awarded a contract pursuant to this section, any requests for change orders increasing the cost of the project must be approved by the Escambia County Board of County Commissioners.

       

      e) Notice:

      All bid solicitation documents shall include notice to firms of the local preference policy.

       

      f) Waiver of the Application of Local Preference:

      The application of local preference to a particular purchase or contract for which the Board of County Commissioners is the awarding authority may be waived upon approval of the Board of County Commissioners.

       

      g) Limitations:

      1. The provisions of this section shall apply only to procurements which are above the formal bid threshold as set forth in the Escambia County Purchasing Code.

      2. The provisions of this section shall not apply where prohibited by federal or Florida law, or where prohibited under the conditions of any grant.

      3. The provisions of this section shall not apply to any purchase exempted from the provisions of the Escambia County Purchasing Code.

      4. The provisions of this section shall not apply to contracts made under the Consultants Competitive Negotiation Act (CCNA), F.S. § 287.055.

       

      h) Penalties:

       

      1.   Misrepresentation:

      A firm who misrepresents the local preference status of its firm in a bid or proposal submitted to the County will lose the privilege to claim local preference status for a period of up to one (1) year from the date of the award of the contract or upon completion of the contract, whichever is greater.

       

      2.  Failure to Maintain Local Business Preference Qualifications:

      Any firm that does not maintain its local preference status resulted in the awarded contract shall be in breach of contract and will be subject to termination of the contract, suspension of payments under the contract, and loss of the local preference status on the contract awarded.

       

      3.   Lack of Good Faith:

      The Contractor or firm may show that it attempted through reasonable and objective means and in good faith to comply with the terms of the contract relating to local businesses but was unable to comply. If the County determines that the Contractor or firm did not act in good faith, all amounts paid to the Contractor or firm under the County contract intended for expenditure with the local business shall be forfeited and recoverable by the County. In addition, the contract may be rescinded, and the County may return all, or a portion of the goods received and recover all amounts paid under the contract for the goods which were returned.

       

      Effective July 1, 2021, for any “competitive solicitation for construction services paid with ANY state appropriated funds, the County may not use a local preference ordinance to prevent a contractor from participating in the bidding process based upon; a) maintaining a local office; b) hiring employees or subcontractors within a particular jurisdiction; or c) prior payment of local taxes, assessments or duties.  For any such solicitation, the County must disclose in the bid package that any applicable local ordinance or regulation does not include any such prohibited preference.”  See §255.0991, Florida Statutes.

    • Endangered Species (Black Bear, Gopher Tortoise, and Indigo Snake)

      LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC – LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (BEAR).

      (REV 6-6-17) (FA 6-13-17) (FY 2025-26)

      SUBARTICLE 7-1.4 is expanded by the following:

                              The Department has determined that Florida black bears (Ursus americanus floridanus) occur in the project area. Unless stored overnight in a sealed, manufacturer-labeled bear-resistant container or in a locked metal container, remove garbage and food debris from the construction site daily to eliminate possible sources of food that could encourage and attract bears. Human bear conflicts are to be reported to the FWC Hotline at 1-888-404-3922.

       

      LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC – LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (GOPHER TORTOISE).

      (REV 6-15-17) (FA 6-20-17) (FY 2025-26)

      SUBARTICLE 7-1.4 is expanded by the following:

                              Certain gopher tortoise (Gopherus Polyphemus) burrows are to remain within the project area, as shown in the Plans, and must be protected. Avoid ground disturbing impacts within a 25 foot radius of each burrow. Install and maintain silt fence in accordance with Section 104 as a means of burrow avoidance, ensuring that it opens towards the offsite project limits, does not herd tortoises toward an obstacle, and that burrows are not fully encircled. Install fence prior to any other construction activity. Replace fence in the same location as the original fence. Remove fence upon completion of construction.

                                          Silt fence intended for burrow avoidance may also be used as silt fence for erosion control but shall not be considered as the only silt fence needed for erosion control purposes within the project limits.

                                          Follow the gopher tortoise species requirements posted in the URL address in 7-1.4 when gopher tortoises are observed or previously unidentified burrows are discovered.

      LEGAL REQUIREMENTS AND RESPONSIBILITY TO THE PUBLIC –LAWS TO BE OBSERVED - COMPLIANCE WITH FEDERAL ENDANGERED SPECIES ACT AND OTHER WILDLIFE REGULATIONS (INDIGO SNAKE).

      (REV 5-25-17) (FA 6-13-17) (FY 2025-26)

      SUBARTICLE 7-1.4 is expanded by the following:

                              The Department has determined that eastern indigo snake (Drymarchon corais couperi) habitat exists in the project limits. Implement the Standard Protection Measures for the Eastern Indigo Snake published by the US Fish and Wildlife Service which are available at: Eastern Indigo Snake Conservation | U.S. Fish & Wildlife Service (fws.gov).

    • Scope of Work

      - LAP Project. FPID:451524-1-58-01 FDOT FAIN:  D324-034B

      This Scope of Work for this project is to construct a complete facility per the design professional's plans and specifications. 

      The County’s intent is to construct a new 19,940 square foot modern transportation management center on behalf of the Florida-Alabama Transportation Planning Organization (FL-AL TPO) on a site adjacent to the Escambia County Emergency Operations Center (EOC). This new facility will encompass a 4.23 acre site located at 6575 North W Street, Pensacola, FL.  

      Site development includes selective clearing of trees, site grading, construction of drainage structures including retention area, all utilities, paved parking areas and roadways, sidewalks, and other miscellaneous site structures.  The building’s systems will include HVAC, fire suppression, power, emergency power backup systems, security, CCTV, and fire detection systems, all advanced Intelligent Transportation System (ITS) technology, and office components required for a fully functioning, and associated system and components to provide a turn-key traffic management center. 

      Build America Buy America Act will apply.

    • Detailed Specifications

      The selected contractor should adhere to the following standards and requirements:

      1. Federal Highway Administration (FHWA) Guidelines: Must be aligned with the latest federal standards for managing LAP projects.
      2. Florida Department of Transportation (FDOT) Requirements: The contractor must ensure that construction is in compliance with FDOT specifications and regulations.
      3. Quality Assurance Standards: The contractor is to follow a quality assurance review process, ensuring accuracy, completeness, and clarity in documentation.
      4. Consistency: Project documentation must be consistent in format, language, and requirements across all documentation to avoid confusion and facilitate understanding.
      5. Sustainability Considerations: The contractor should incorporate sustainable practices into the construction practices, as applicable.
    • Additional Considerations

      The contractor must maintain open communications with Escambia County throughout the project duration, providing regular updates and being responsive to inquiries.

    • Permits

      Contractor is responsible for all permits including Escambia County Development Order.

    Submission Requirements

    • Solicitation Requirements (required)

      I certify that I have read through the attached solicitation, and I understand all specifications, terms, conditions, and materials provided therein.

    • Bid Bond

      Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of 5% of the total bid price, payable toEscambia County, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.

      Bid Surety (bond, cashier’s check, etc.): Only a Bid Bond, Cashier’s Check, or Certified Check shall be accepted.

      • If a firm elects to submit a bond from an insurer, the Bid Surety from the insurer must be uploaded with the bid response.
      • If a firm elects to submit a check for the Bid Surety, the check must be delivered to the Office of Purchasing prior to  Thursday, April 30, 2026 at 2:00 pm addressed to:

      Escambia County
      Angela Jones
      213 Palafox
      Pensacola,
      FL32502

      Please have the Bidder Name, Contract Title ("LAP - Regional Traffic Management Center Facility Construction Federal Funded Project FPID:451524-1-58-01 FAIN:D324-034B- Re-solicit"), and Contract Number ("PD 25-26.049") listed clearly on the outside of the envelope.

    • Contract Execution, Payment Bond, Performance Bond, and Certificate(s) of Insurance (required)

      The contract shall be executed by the successful bidder and shall be returned, together with the Payment Bond, Performance Bond and Certificate(s) of Insurance to Escambia County so that it is received within 10 working days after the proposer has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty.

    • Schedule of Values, Unit Pricing (required)

      This information is included in the Electronic Pricing Table in this ITB.  Please confirm it is completely filled out and accurate.  

    • Bid Form (required)

      Modification of this form will result in your bid being disqualified.  

      Please download the below documents, complete, and upload.

      The person signing the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations (Sunbiz) for FEIN provided.

    • Anti Human Trafficking Affidavit - HB7063 (required)

      Please download the below documents, complete, and upload.

    • References Form

      Please download the below documents, complete, and upload with your Bid Package.

    • Deletion of records form (required)

      Deleted and Destroyed Documents Letter
       

      PD PD 25-26.049 LAP - Regional Traffic Management Center Facility Construction Federal Funded Project FPID:451524-1-58-01 FAIN:D324-034B- Re-solicit

      To the Escambia County Office of Purchasing

       

      Our firm recently received an Invitation to Bid on the above-mentioned specification.

      We hereby acknowledge and certify that our company has destroyed/deleted any digital downloaded copies of the plans and specifications relative to this project.  At the time we received this information, we understood that it was exempt from the Public Record Law and all of the information, whether originals or duplicated, shall be destroyed/deleted.

    • E-Verify Certification

      Please download the below documents, complete, and upload with your Bid Package.

    • Sworn Statement Pursuant to Section 287.133(3)(A), Florida Statutes on Entity Crimes (required)

      Please download the below documents, complete, and upload with your Bid Package.

    • Conflict of Interest Form

      Please download the below documents, complete, and upload with your Bid Package.

    • Drug-Free Workplace Form

      Please download the below documents, complete, and upload with your Bid Package.

    • Information Sheet for Transactions and Conveyances Corporate Identification.

      Please download the below documents, complete, and upload with your Bid Package.

    • Scrutinized Companies Certification

      Please download the below documents, complete, and upload with your Bid Package.

    • Certificate of Authority to do Business from the State of Florida (SunBiz) (required)

      The person signing the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations (Sunbiz) for FEIN provided.  Upload your proof of certification with your Bid Package.

    • Occupational License (required)

      To include Escambia County Building and Inspection Department

    • Florida Department of Business and Professional Regulation – License(s), Certification(s), and/or Registration(s). (if applicable)
    • Copy of current Required Insurance declaration page with Escambia County named interest or, Letter of Insurability from Carrier stating that the levels of coverage will be obtained. (required)

      Upload Certificate of Insurance or Letter of Insurability

    • Required Federal document requirements. (required)

      Please download the below documents, complete, and upload.

    • Proof of registration with the Federal System of Award Management (SAM) (required)

      Upload your certification with your bid package. SAM.gov registration MUST be active upon submittal of bid.

    • FDOT Required Documents (required)

      Please download the below documents, complete, and upload.

    • Proposed List of Sub Contractors (required)

      Please download the below documents, complete, and upload.

    • Current W-9 (required)

      Please upload here and as a part of your submission package

    • Bid Submission (required)

      Upload your SIGNED Bid Form and all bid documents and Forms as one file.  NOTE: The person signing the bid form must be listed as an authorized representative with the records on file with the Florida Division of Corporations (Sunbiz) for FEIN provided. 

    • Will this solicitation require a bid bond? (required)

      Bid bonds ensure that contractors can comply with bidding requirements and will fulfill their job responsibilities at proposed prices. Most public construction contracts require contractors to secure their bids with a bid bond in the form of 5% of the bid via Cashier's Check or Electronic certified bonding. 

    • Do You Want To Use The Electronic Pricing Table (required)

      Electronic pricing tables should be used when there are line items for any given project. They will provide automatic tabulation of pricing results.

    • Award (required)
    • Will this solicitation result in a Lump Sum Agreement (required)

      A Lump Sum Agreement is defined as any solicitation requesting a fixed dollar amount based on explicit specifications.

    • Term of Agreement (required)
    • Outside of County Funded (required)
    • Grant Type (required)

      Example:  FEMA, LAP, Restore Act, etc...

    • Special Terms/Conditions of Grant (required)
    • Grant/Contract Uploaded in Documents (required)
    • Additional Grant Funding (required)
    • Grant Type-2 (required)
    • Special Terms and Conditions of Grant-2 (required)
    • Grant/Contract Uploaded into Documents-2 (required)

      Confirm you understand that Grant funded projects should include any grant documents & application for Purchasing to review. You may upload these in the Attachment section of your project request.

    • Construction Bid (required)

      Is this project a construction project?

    • Liquidated Damages Amount (Numerical) (required)

      i.e $1,250.00

    • Liquidated Damages Amount (Text) (required)

      i.e. One Thousand, Two Hundred Fifty Dollars

    • Days to Substantial Completion (Numerical) (required)

      Number of Days from NTP to Substantial Completion in number format (i.e. 120)

    • Number of Days to Substantial Completion (Text) (required)

      Number of Days from NTP to Substantial Completion in text format (i.e. One Hundred Twenty)

    • Days to Final Completion (Numerical) (required)

      Number of Days from Substantial Completion to Final Completion in number format (i.e. 30)

    • Number of Days to Final Completion (Text) (required)

      Number of Days from Substantial Completion to Final Completion in text format (i.e. Thirty)

    • Total Days to Completion (Numerical format) (required)

      Total number of days from Notice to Proceed to Final Completion in numerical format

    • Total Days to Completion (Text) (required)

      Total Number of days from Notice to proceed through final completion in text format

    • Estimated Cost (required)
    • Permits Required (required)
    • Technical Specifications Uploaded in Documents (required)
    • Engineer Approved Drawings Uploaded in Documents (required)
    • Approved Drawings Date (required)

      Enter the date the drawings were approved.

    • Allow Piggybacks off of your agreement (required)

      Piggybacks allow another agency to adopt or "piggy back" on Escambia County Agreements. Note- This will require additional Board Approval in your board recommendation.

    • Insurance-Construction (required)

      Is this a construction project?

    • Insurance for Construction-Professional Liability (required)

      Will this contract involve Architectural/Design work?

    • Insurance for Construction- Pollution Liability (required)

      Will this project involve potential pollution risk to the environment from working in, on or beneath the surface of the land (or water) or involves a system such as HVAC or refrigeration that contains a potential pollutant

    • Insurance for Construction-Aviation Liability (required)

      Will Drones or Unmanned Aircraft be used on this project?

    • Insurance for Constuction-Broadened Pollution (required)

      Will the project involve the transportation and disposal of hazardous materials

    • Insurance for Construction-Builders Risk/Owners Protective Liability (required)

      Is this contract for a substantial construction project i.e. new building/substantial renovation? Only Required over $15M

    • Insurance for Construction-Installation Floater (required)

      Will this project involve the installation of property, equipment or materials purchased by the Offeror 

    • Insurance for Construction-Moving & Rigging Floater (required)

      will this project involve the lifting of any type of crane or Heli-lift?

    • Insurance-IT, Consulting Professional Services (required)
    • Insurance-Professional Services* (required)

      Consultants, Architects, Engineering, Design, etc...

    • E. Insurance for Services or Work on Waterfront, Marina, Beachfront or Port Area (required)
    • Endorsements/Additional Insurance to Consider (required)
    • Termination/Adverse Change Endorsement (required)
    • Fidelity/Dishonesty/Liability Coverage (required)
    • Aviation Insurance (required)
    • Property insurance (required)
    • Products Liability Insurance (required)
    • Professional Liability (required)
    • Do you need a Pre-Solicitation Meeting? (required)

      Pre-Solicitation meetings are not mandatory but encouraged if you have special terms & conditions in the project, submission formats outside the standard process, or if you believe the vendors will need a site visit to evaluate the space. These can happen in person/on site or via Microsoft Teams. 

    • Attendance (required)

    Questions & Answers

    Q (Mobile Shelving ): Was the High Density Mobile Shelving removed from the GC package? If so, will it be procured by the County directly?

    A: The Mobile Shelving question was brought up on the previous solicitation. Please see Attachment Q - Question & Answer Report 24-25.086 #6. Due to the nature of funding for the project, owner procured items are very limited. Mobile shelving will need to be a part of the construction project.


    Q (Termite Control Specification): Please provide information regarding the Termite Control specification 31 31 16. It is listed in the table of contents but there is no specification listed.

    A: See Addendum 2 and added Attachment S for Termite Control/Treatment.


    Q (Prosecution of Work): The Division 1 specifications state that the Prime Contractor must perform at least 40% of the total contract amount with its own organization. Can the Owner clarify whether the cost of materials and equipment procured directly by the Prime Contractor—specifically major MEP equipment and materials—may be counted toward this 40% self-performance requirement?

    A: Please refer to the LAP DIV 1 Specs Section 8-1 Subletting or Assigning of Contracts located in the Bid Package for specifics instructions.


    Q (Ei Curtain Wall): Drawing AA-103 shows a curved curtain wall labeled “Ei” at the lower left corner of Media Coverage Room 139. Drawing AA-602 identifies Ei to be clear standard switchable glass, but we have not been able to locate details or cross sections for this window’s frames to indicate which specific system it is; whether a curved glass wall partition (Innovative Glass Corp) or something else?

    A: System shall be integrated into glass wall partition with electric power to the system.


    Q (Utility Line at Asphalt ): On ITS106 will the utility line be bored at the asphalt location or will the asphalt need to be cut & patched?

    A: Please refer to the legend on sheet ITS106 for directional bore/trench directives. Restore asphalt in like kind.


    Q (Previous Addenda): Three Addenda were issued when this project bid last year. Will those same addenda be issued again as part of the bid package?

    A: The addenda from the previous solicitation are included in the bid documents for this solicitation.


    Q (Spec Section 26 32 13 (2.02) (A) (9)): Please confirm per this spec section the engine shall be Tier IV and Tier III is not acceptable.

    A: Per specification Section 26 32 13, Article 2.02(A)(9), the project requires a Tier IV–compliant generator engine. A Tier III engine is not acceptable.


    Q (Civil Plans): The civil plans aren't dated nor do they show revisions and there is nothing clouded. Have the civils been changed in any respect?

    A: Civil set is most current and updated set. All clouds have been removed from prior BID for clarity purposes.


    Q (Civils): answer to question 8: Civil set is most current and updated set. All clouds have been removed from prior BID for clarity purposes. That's not what I was asking. What I want to know is are there any differences between this current set and the previous bid set?

    A: No changes were made to the civil set from the last set except removal of the clouds. However, this entire set is being bid as a new set and should be treated as such. The original BID set from 2025 shall not be considered during this process.


    Q (AISC Certification requirement for the erector ): Can the AISC Certification requirement for the erector be waived?

    A: No


    Q (Spec Section 26 05 19 (2.01) Stranded Conductors): Please confirm all conductors 600 volts or below shall be stranded wire.

    A: Per specification Section 26 05 19, Article 2.01(B)(5), Conductors for use at 600 volts or below shall be 600 volt rated. All conductors shall be stranded. Stranded conductors shall terminate in crimp type lugs.


    Q (Division 40 Computers & Equipment): Please confirm that the Division 40 computers & Equipment are to be provided by the Contractor.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Civil): The civil design stubs out 18” pipe (5 HDPE, 1 RCP) for roof drain collection. Downspouts are 8”. Whatever size PVC receives the downspout should be run straight to the nearest drainage box.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Civil): The civil plan set that is broken out does not match the civil sheets in the architectural drawings. The two conflicts I know of are 1) architectural has a concrete flume that is not in the civil breakout set, and 2) the sanitary sewer is extended in the architectural set by over 200’ plus two additional sanitary sewer manholes.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Civil): 1. We did not find a design for the fire main in the civil drawings or the interior fire plan.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Metal Roof and Wall Panels): Please clarify type and gauge of metal panels and associated brake metal (07 41 13 & 07 41 13.13). Specifications refer to "steel" w/no specific gauge. Drawings indicate Aluminum w/ no specific gauge. However, notes indicate roof and wall panels to be from the same manufacturer and materials. Please indicate: if steel (24g or 22g?), if aluminum (.032 or .040?)

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Tilt-Up Panel Finish): Are the tilt-up panels to be painted or have a finish? If So, can paint schedule be provided for them?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Retention Pond Grassing): Are the retention pond slopes to receive sod?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Metal Wall Panel Plans): Please provide clarity on locations of Metal Wall Panels (Keynote A514). Exterior Elevations (AA201-AA203) appear to indicate panels are only outward facing. The Perspective sheets (AA901-AA903) appear to indicate they are also inward facing to the building. Please provide intended locations.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Steel): Can the AISC requirement be waved?

    A: No, it cannot be waived.


    Q (Irrigation Contol Panel): What is the location and power requirements and control conduit needed for irrigation?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Water Storage Tank): What is the location and power requirements and control conduit needed for water storage tank?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Approved DDC System ): We are requesting approval to utilize Automated Logic controls with the Automated Logic WebCTRL system for the project’s Building Automation System. We have provided and installed this system at the FDOT facility in Chipley, Florida. Please confirm if this system is acceptable or advise of any specific requirements.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (8” Water Line): Can you please confirm the 8” water line to be pvc or ductile iron. Document k in files show it as ductile iron and civil plans in document d do not call it out.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Concrete on roof): Is the entire roof, including the overhangs get concrete? Is the concrete on the roof, lightweight concrete?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Civil Drawings): The bid documents include both an individual set of civil drawings (attachment D) and a combined set of all disciplines (attachment K). Each set contains details that are not shown in the other, resulting in discrepancies between the two. Please clarify which drawing set we are to use as the basis for our bid. Additionally, advise how to proceed in cases where information differs or is only shown in one set.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Systems Furniture Point of Contact): Please provide the point of contact for the systems furniture vendor. Multiple attempts have been made via phone and email to obtain pricing; however, we have not received a response.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Building Stucco): Please confirm whether the stucco system is permitted to have an integral color in lieu of a field-applied paint finish.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Contingency Allowance): Please advise whether a contingency allowance is to be included for unforeseen coordination between systems not indicated in the documents. If not, provide direction on how such scope is to be identified, carried, and compensated if encountered.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Raised Access Flooring): The contract documents indicate that raised access flooring is required; however, no manufacturer or specific system is identified. Please provide additional information regarding the raised access flooring, including approved manufacturers.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Tilt up walls): Can cast-in-place walls be substituted for tilt up walls? If so, who would do the engineering?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Video Wall System): Is there a specified basis-of-design, manufacturer, or point of contact for the video wall management system? The specifications provide performance parameters; however, the design appears to reflect a specific system. This is inclusive of the video walls.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (System Integrations): It appears the video walls are integrated with Division 40 – Process Interconnections (Integrated Technology Systems). To ensure seamless system operation, is there a preferred manufacturer, vendor, or integrator that the County would like the Contractor to use to coordinate the process interconnections and confirm compatibility of hardware with the video wall and video management system?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Furniture): Outside of the specified systems furniture, mobile shelving, and millwork, is the General Contractor responsible for providing any additional furniture/office furniture? if so, please provide a schedule of items and locations

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Room Signage): The specifications state “provide signs at all exterior doors.” Are interior signs also required? Should all rooms receive signage? Please provide a signage schedule identifying which doors and rooms require signs.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Video Walls): 1) 28 51 19.13 calls for equipment that would generally be attached to a client network for access to camera streams. Shall the integrator provide network switches for attachment to the county network, or shall this be provided? a. If the integrator is to provide, is there a preference for manufacturer?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Video Walls): 2) 28 51 19.13 mentions BABA requirements. Some equipment may not be available as BABA equipment such as the video wall displays. TAA is a possibility. Would TAA be acceptable, or can any country of origin be accepted under knowledge of availability?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Video Walls): 3) 28 51 19.13 G selects a Samsung QB55B-N which is not rated for video wall use and is now an end of life product. Are Planar MX55X3-L (TAA) or Nanolumens Nanopanel 55 (dvLED) considered acceptable replacements?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Video Walls - Sources): 4) 28 51 19.13 calls for 4 physical hdmi inputs in section A3 and 4 physical HDMI inputs in section B3 totaling 12 hdmi inputs across the 3 processors. Aside from the camera streams, can you clarify these inputs? For example, what resolution is expected, are they from console pc’s or other sources such as tv tuners? If tv tuners are involved, it is possible that the integrator would need to work with content protected sources.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Rack Details): 5) 28 51 19.13 Does not supply rack details (ITS103) for the Video Wall or location explicitly. We believe they are the racks shown in room 147, please confirm. Additionally, is this rack to be supplied by Escambia County or the Video Wall contractor? If it is to be supplied by the contractor, what make and model is requested assuming a uniform rack cabinet profile is desired.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (5) 28 51 19.13 Video Wall Software Operations): 6) Is it currently expected that administrators will login to the manufacturer’s software (canvas as the named software or suitable replacement) to perform any adjustments to the video wall?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Console Layouts): 7) There are 2 layouts shown for consoles within the Control room documentation package. One depicts 12 console users, the other 6. Which one is appropriate for the purposes of this bid?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Video Wall Installation order of operations): 8) The integration of the video wall needs a lift for mounting and adjustment. Will the raised floor be in place before video wall integration: typically a dust free environment is in place by the time video walls are installed? If so, can a lift be used on that raised floor surface? How will maintenance staff access video wall panels post installation should a replacement be needed.

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Spare equipment): 9) Spares – are any on hand spares requested for any of the video wall related equipment?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (28 51 19.13 Video Walls PTZ Operations): 11) 28 51 19.13 Part 2.03 mentions a PTZ keyboard. Can you clarify the expectation for this keyboard use?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (AV Scope Section 28 51 19.13): We will have approximately 31 RU of equipment. Are equipment racks being provided to accommodate this space, heat load, and power distribution? Or will this be provided by the contractor?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (AV Scope Section 28 51 19.13): Are there any sound requirements for the room?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (AV Scope Section 28 51 19.13): How many touch panels are required for the 12 operators?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (AV Scope Section 28 51 19.13): The specifications say to conform to BABA, but the monitors are not BAA nor TAA compliant. Is this acceptable?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (AV Scope Section 28 51 19.13): The specifications call for a Samsung QB55B-N digital signage monitor. This monitor is 4k resolution and has a very large non symmetrical 9.2mm sides and 11.2mm bottom (overall 22.4mm BtoB). We highly recommend the VM55B-U monitor as it is HD resolution and has an overall 3.5mm bezel. 4K resolution per monitor will require 4x the processing resolution and will have no advantage at the viewing distances. Please confirm this is an acceptable alternative

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (BABA Act): Regarding data cable lines, most data cable is made over seas along with the connectors and patch panels. Is there any exception to this rule for materials that aren’t really made in the US? Additionally, we are seeing this with most trades. Will there be any exception for certain items?

    A: Please see Addendum 7 and the new set of Plans attached.


    Q (Data Drops): On the floor plan some of the floor locations show a drop with the number 4 next to is, are they wanting 4 drops at each of those cubicles or just one?

    A: Please see Addendum 7 and the new set of Plans attached.


    Key dates

    1. March 10, 2026Published
    2. April 9, 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.