SLED Opportunity · FLORIDA · COUNTY OF LEVY

    Levy County Road Sign Material

    Issued by County of Levy
    countyITBCounty of LevySol. 249364
    Closed
    STATUS
    Closed
    due Apr 8, 2026
    PUBLISHED
    Mar 26, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    423320
    AI-classified industry

    AI Summary

    Levy County seeks bids for road sign materials to support its Road Department. The contract includes supply and delivery of regulatory signs, aluminum blanks, and reflective sheeting meeting FHWA and MUTCD standards. Bids due April 8, 2026, via OpenGov portal.

    Opportunity details

    Solicitation No.
    249364
    Type / RFx
    ITB
    Status
    open
    Level
    county
    Published Date
    March 26, 2026
    Due Date
    April 8, 2026
    NAICS Code
    423320AI guide
    Jurisdiction
    County of Levy
    State
    Florida
    Agency
    County of Levy

    Description

    Levy County is seeking bids from qualified and experienced firms to bid on sign materials used by the County's Road & Bridge Department.

    Background

    Levy County is a local government entity governed by a Board of County Commissioners (the “Board” or “BOCC”) and administered by a County Manager.  The County is approximately 1,413 square miles in size and has a population of approximately 46,000 (that includes 7 municipalities).  The unincorporated area is largely rural with approximately 92.8% of the County’s Future Land Use being comprised of Natural Resources and Conservation (18%), Forestry/Rural Residential (42.4%) and Agricultural/Rural Residential (32.4%).

    Project Details

    • Reference ID: ITB_2026_06
    • Department: Road Department
    • Department Head: Don Clifton (Road Department Director)

    Important Dates

    • Questions Due: 2026-04-01T14:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    County Commission Meeting – Award of Contract to lowest responsive, responsible bidder 2026-04-21T13:00:00.000ZLevy County Government Center Auditorium, 310 School Street, Bronson, FL 32621
    Bid Opening 2026-04-08T14:00:00.000ZLevy County Government Center, 318 Mongo Street, Room C, Bronson, FL 32621

    Evaluation Criteria

    • INTENT AND ITB TIMELINE

      It is the intent of Levy County to award a contract to the lowest responsive, responsible bidder to provide Levy County Road Sign Material.  The following is the timeline for this ITB; however, the County reserves the right to revise this timeline by issuance of written addenda to this ITB. Proposer must adhere to the published timeline, as revised from time to time.

      Date of Distribution/post on OpenGov:March 26, 2026
      Deadline for Questions and Contract Exception Form:April 1, 2026, 10:00am
      Final Addenda Posted:April 2, 2026, 5:00pm
      Bid Due Date NOTE: Any bid submitted after the due date and time (regardless of reason) will be rejected by the County.:April 8, 2026, 9:00am
      Bid Opening (Non-Mandatory):April 8, 2026, 10:00am

      Levy County Government Center, 318 Mongo Street, Room C, Bronson, FL 32621

      County Commission Meeting – Award of Contract to lowest responsive, responsible bidder (Non-Mandatory):April 21, 2026, 9:00am

      Levy County Government Center Auditorium, 310 School Street, Bronson, FL 32621

    • QUESTIONS, EXCEPTIONS TO FORM OF CONTRACT AND ADDENDA

      There shall not be any contact between a potential bidder/bidder or their representative(s) and any member of County Staff or County Commissioners regarding this Project or ITB.

      The County will not respond to verbal (in person or phone) questions regarding this ITB. Bidder must submit written questions via the OpenGov Procurement Portal at https://procurement.opengov.com/portal/levycounty/projects/249364.

      Any bidder who requires/requests revision(s) to the Form of Contract must submit a completed Contract Exception Form. The County is under no obligation to grant any exceptions and bids that are contingent on exceptions to Contract being granted will not be accepted. If an exception is rejected by the County during the question portion of this ITB process and the bidder subsequently submits a bid, the bidder is deemed to have waived their request for a Contract exception.

      All questions and Contract Exception Forms must be received by the County prior to the deadline for same in order to receive a response. The Contract and Exceptions Form can be found in the ATTACHEMENTS section of this ITB. The County will respond to each question and each completed Contract Exception Form and will issue written addenda for any supplemental instructions or clarifications to the ITB or the Contract. All addenda will be sent to all bidders who received the ITB from the County and will also be posted in OpenGov. Each bidder must acknowledge receipt of addenda as part of its bid and is presumed to have read and be thoroughly familiar with the provisions of this ITB and its addenda.

    • Worker’s Compensation

      Coverage is to apply for all employees for statutory limits in compliance with the applicable state and federal laws. The policy must include Employers’ Liability with a limit of $500,000 each accident, $500,000 each employee, $500,000 policy limit for disease. 

    • Levy County Road Sign Material

      The purpose of this Invitation to Bid (ITB) is to establish a contract for the purchase and delivery of traffic sign materials, components, and related supplies for the Levy County Public Works Department.

      These materials will support the County’s ongoing operations for roadway signage installation, repair, maintenance, and replacement.

    • BACKGROUND

      Levy County is a local government entity governed by a Board of County Commissioners (the “Board” or “BOCC”) and administered by a County Manager.  The County is approximately 1,413 square miles in size and has a population of approximately 46,000 (that includes 7 municipalities).  The unincorporated area is largely rural with approximately 92.8% of the County’s Future Land Use being comprised of Natural Resources and Conservation (18%), Forestry/Rural Residential (42.4%) and Agricultural/Rural Residential (32.4%).

    • Worker’s Compensation

      Coverage is to apply for all employees for statutory limits in compliance with the applicable state and federal laws. The policy must include Employers' Liability with a limit of $1,000,000 each accident, $1,000,000 each employee, $1,000,000 policy limit for disease.

    • HOW TO SUBMIT A BID

      The County only accepts electronic submittals through the OpenGov Procurement Portal. In order to submit a bid, the bidder must be registered with OpenGov. The bidder’s complete bid must be uploaded in PDF format unless the ITB specifically states otherwise. Any bid submitted after the due date and time will not be accepted by OpenGov and will not be considered. The County is not responsible for any delays in delivery or uploading of a bid caused by any issues a bidder may experience in attempts to upload on OpenGov or caused by any other occurrence. A bidder should give sufficient time to address any delivery or uploading issues when it schedules the submittal of its bid.

      The County only accepts electronic submittals through the OpenGov Procurement Portal. In order to submit a bid, the bidder must be registered with OpenGov. The bidder’s complete bid must be uploaded in PDF format unless the ITB specifically states otherwise. Any bid submitted after the due date and time will not be accepted by OpenGov and will not be considered. The County is not responsible for any delays in delivery or uploading of a bid caused by any issues a bidder may experience in attempts to upload on OpenGov or caused by any other occurrence. A bidder should give sufficient time to address any delivery or uploading issues when it schedules the submittal of its bid.

      Bids must be submitted in the format specified by the County in this ITB.  Any erasures or other corrections to the County Forms must be explained or noted over the signature of the proposer. Forms containing any conditions, omissions, erasures, alterations, or irregularities of any kind, whether explained or noted or not, may be rejected by the County.

      The documents listed within the Vendor Questionnaire must accompany any bid submitted.  A bid submitted without the required documents may result in the County deeming the bid non-responsive. The County reserves the right to request additional information from any bidder prior to award.

      The County is not responsible for any expense incurred by a bidder in reviewing, evaluating, preparing, or submitting a bid. Bidders are solely responsible for the entire expense of responding to this ITB.

    • Description of Goods and Services

      The goods to be provided under this ITB include, but are not limited to:

      - Regulatory and warning sign faces (e.g., STOP, STOP AHEAD, SPEED LIMIT, directional and curve signs)
      - Aluminum sign blanks in various sizes, shapes, and gauges (e.g., square, diamond, rectangular)
      - Reflective sheeting materials (e.g., HIP, EGP, vinyl)


      Detailed specifications, sizes, and estimated quantities are provided in the ITB Pricing Form, which is based on the County’s anticipated usage.

      All materials shall meet applicable Federal Highway Administration (FHWA) and Manual on Uniform Traffic Control Devices (MUTCD) standards, where applicable.

    • HOW TO ASSEMBLE YOUR BID

      Bids shall be submitted on the Forms (“Bid Forms”) supplied by the County in this ITB.  Any erasures or other corrections in the bid forms must be explained or noted over the signature of the bidder. Bid Forms containing any conditions, omissions, erasures, alterations, or irregularities of any kind, whether explained or noted or not, may be rejected by the County.

      The documents listed within the Vendor Questionnaire must accompany any bid submitted.  A bid submitted without the required documents may result in the County deeming the bid non-responsive. The County reserves the right to request additional information from any bidder prior to award.

    • Substitutions

      Where specifications reference a particular manufacturer, product, or standard, it is intended to establish a minimum acceptable level of quality.

      Bidders may propose equivalent products (“or equal”), provided that:

      - The Bidder clearly identifies the proposed substitute, including manufacturer, model/part number, and specifications.
      - The Bidder provides sufficient documentation demonstrating equivalency.

      The County reserves the right to request:

      - Supporting documentation and/or samples within four (4) calendar days.

      If an awarded substitute product is later determined by the County to not meet specifications:

      - The Vendor shall be responsible for all costs associated with return and replacement.
      - The County may procure the item from another source.

    • Worker’s Compensation

      Coverage is to apply for all employees for statutory limits in compliance with the applicable state and federal laws. The policy must include Employers' Liability with a limit of $3,000,000 each accident, $1,000,000 each employee, $1,000,000 policy limit for disease.

    • Delivery Requirements

      Standard delivery shall be made within 7 calendar days of receipt of order.
      Deliveries shall be made to a location designated by the County Public Works Department.

      If an item is unavailable:

      - The Vendor shall notify the County’s designated representative (e.g., Sign Shop Manager) immediately.
      - The Vendor shall provide an estimated delivery date.

      If the delay is not acceptable:

      - The County reserves the right to procure the item from an alternate supplier.

      All pricing must include shipping, handling, and delivery costs (FOB Destination).

    • WITHDRAWAL OF BIDS

      Modifications to or withdrawal of a bid may be made up until the Bid Due Date. Modifications and withdrawals must be documented in OpenGov in order to be recognized by the County. Error or negligence on the part of the bidder in preparing the bid confers no right for withdrawal of the bid after it has been opened.

    • Commercial General Liability – Occurrence Form Required

      Vendor shall maintain commercial general liability (CGL) insurance with a limit of not less than $300,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to this location/project in the amount of $600,000. CGL insurance shall be written on an occurrence form and shall include bodily injury and property damage liability for premises, operations, independent contractors, products and completed operations, contractual liability, broad form property damage and property damage resulting from explosion, collapse or underground (x, c, u) exposures, personal injury and advertising injury. Damage to rented premises shall be included at $100,000.

    • Commercial General Liability – Occurrence Form Required

      Vendor shall maintain commercial general liability (CGL) insurance with a limit of not less than $500,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to this location/project in the amount of $1,000,000. Products and completed operations aggregate shall be $1,000,000. CGL insurance shall be written on an occurrence form and shall include bodily injury and property damage liability for premises, operations, independent contractors, products and completed operations, contractual liability, broad form property damage and property damage resulting from explosion, collapse or underground (x, c, u) exposures, personal injury and advertising injury. Damage to rented premises shall be included at $100,000.

    • BID GUARANTEE

      The Bid shall be accompanied by a 5% Bid Guarantee which shall be in the form of a Bid Bond, Certified or Cashier’s Check or Bank Draft (no cash, company, or personal checks will be accepted) made payable to the Levy County Board of County Commissioners.  The purpose is to guarantee that the Bidder will not withdraw its bid for a period of 90 days after the scheduled closing time for the receipt of bids. It shall also guarantee that the successful bidder will enter into the agreement within ten (10) days after receipt of notice of acceptance of the bid from the County. In the event of withdrawal of bid or failure to fully execute the contract within ten (10) days, the bidder may be deemed in default and liable to the County for the full amount of the default.  The Bid Guarantee will be released upon execution of the agreement.

    • CRITERIA FOR AWARD

      Award of a contract shall be to the overall lowest responsive, responsible bidder whose bid meets or exceeds the requirements set forth in this ITB. The bidder who is awarded and enters into a contract with the County is referred to as “Contractor.”
       
      The County reserves the right to reject the bid of any bidder who has previously failed to perform properly, or on time, contracts of similar nature; or who is not in a position to satisfactorily perform the contract. If, after the due date and time, the lowest bidder is deemed non-responsible by the County, such bidder shall receive written notice from the County of this determination. The bidder shall have five (5) days from the date of this notice to dispute the determination and to provide to County any additional information it deems relevant regarding bidder’s responsibility. The County shall make a final determination regarding the bidder’s responsibility at the time of award of the contract.  
       
      The County reserves the right to accept or reject any and/or all bids, to waive irregularities and technicalities, and to request resubmission of bids.  In addition, the County reserves the right to accept all or any part of the bid and to increase or decrease quantities to meet additional or reduce requirements of the County.  Any sole response received may be rejected by the County depending on available competition and timely needs of the County. 

    • ARITHMETIC DISCREPANCIES

      For the purpose of initial evaluation of bids, the following will be utilized in resolving arithmetic discrepancies found on the face of the bid forms submitted by the bidder:

      1. Obviously misplaced decimal points will be corrected.
      2. In case of discrepancy between unit price and extended price, the unit price will govern.
      3. Apparent errors in addition of lump sum and extended prices will be corrected.
    • Commercial General Liability – Occurrence Form Required

      Vendor shall maintain commercial general liability (CGL) insurance with a limit of not less than $1,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to this location/project in the amount of $3,000,000. Products and completed operations aggregate shall be $3,000,000. CGL insurance shall be written on an occurrence form and shall include bodily injury and property damage liability for premises, operations, independent contractors, products and completed operations, contractual liability, broad form property damage and property damage resulting from explosion, collapse or underground (x, c, u) exposures, personal injury and advertising injury. Damage to rented premises shall be included at $100,000.

    • PAYMENT AND PERFORMANCE BOND OR OTHER FORM OF SECURITY

      At the time of execution of the Agreement with the County, the Contractor shall provide a combination Payment and Performance Bond issued by a surety insurer authorized to do business in the State of Florida as a surety and the Bond must be in the form required by Section 255.05, Florida Statutes.  Alternatively, the Contractor may provide one of the alternative forms of security authorized by Section 255.05(7), Florida Statutes.   Any security provided shall be in the amount of 100% of the Bid Amount.

    • Commercial General Liability – Occurrence Form Required

      Vendor shall maintain commercial general liability (CGL) insurance with a limit of not less than $3,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it shall apply separately to this location/project in the amount of $6,000,000. Products and completed operations aggregate shall be $6,000,000. CGL insurance shall be written on an occurrence form and shall include bodily injury and property damage liability for premises, operations, independent contractors, products and completed operations, contractual liability, broad form property damage and property damage resulting from explosion, collapse or underground (x, c, u) exposures, personal injury and advertising injury. Damage to rented premises shall be included at a minimum of $100,000.

    • BID PREPARATION & SUBMITTAL EXPENSES

      The County is not responsible for any expense incurred by a bidder in reviewing, evaluating, preparing, or submitting a bid. Bidders are solely responsible for the entire expense of responding to this ITB. 

    • Contract Time

      The County anticipates entering into a Contract immediately upon award of this Bid by the Board of County Commissioners to a Contractor.  

      The contract time shall be 365 days from the effective date of the Contract.  The Contractor must return the executed contract to the County Manager within 3 business days after the Board approval. Time can be extended by mutual agreement of both parties.

    • ALL-INCLUSIVE COST

      The bid amount shall include all costs necessary to complete the delivery of products or provide the services described in this Invitation to Bid. 

    • Commercial Automobile Liability Insurance

      Vendor shall maintain automobile liability insurance with a limit of not less than $300,000 each accident for bodily injury and property damage liability. Such insurance shall cover liability arising out of any auto (including owned, hired and non-owned autos). This policy shall be endorsed to provide contractual liability coverage. 

    • Commercial Automobile Liability Insurance

      Vendor shall maintain automobile liability insurance with a limit of not less than $1,000,000 each accident for bodily injury and property damage liability. Such insurance shall cover liability arising out of any auto (including owned, hired and non-owned autos). The policy shall be endorsed to provide contractual liability coverage.

    • BID OPENING; BID SUBMITTALS

      In accordance with Section 255.0518, Florida Statutes, the bids will be opened at a public meeting, and the name of each bidder and the price submitted in the bid will be announced at that meeting. However, in accordance with Section 119.071(1)(b)2, Florida Statutes, the sealed bids, proposals, or replies received by an agency pursuant to a competitive solicitation are exempt from Section 119.07(1), Fla. Stat., and s. 24(a), Art. I of the State Constitution, until such time as the agency provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier.

    • CODE OF ETHICS

      With respect to this bid, if any bidder violates or is a party to a violation of the State of Florida Code of Ethics for Public Officers and Employees, Chapter 112, Part III, Florida Statutes, such bidder may be disqualified from furnishing the goods or services for which the bid is submitted and shall be further disqualified from submitting any future bids for goods or services for County.  

    • Commercial Automobile Liability Insurance

      Vendor shall maintain automobile liability insurance with a limit of not less than $3,000,000 each accident for bodily injury and property damage liability. Such insurance shall cover liability arising out of any auto (including owned, hired and non-owned autos). The policy shall be endorsed to provide contractual liability coverage.

    • Builders Risk Insurance

      The Contractor shall purchase and maintain Builders Risk Insurance to cover the subject property for all risks of loss, subject to a wavier of coinsurance, and covering off-site storage, transit and installation risks.

      The policy is to be endorsed to cover the interest of all parties, including the County and all contractors and subcontractors.  The insurance is to be endorsed to cover testing and to grant permission to occupy the facility under construction or renovation during such activity.

    • EQUAL EMPLOYMENT OPPORTUNITY

      In accordance with the provisions of Title VI of Civil Rights Act of 1964 and the Regulations of the Department of Commerce issued pursuant to such Act, no bidder will be discriminated against on the grounds of race, color, or national origin. In addition, in accordance with the provisions of the County’s Procurement Policy, small and minority business enterprises, women’s business enterprises and labor surplus area firms will be afforded full opportunity to submit responses to this ITB.

    Submission Requirements

    • Bid Proposal (required)
    • Is Bidder a small or minority business, women’s business enterprise, or labor surplus area firm? (required)
    • Sworn Statement on Public Entity Crime (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Anti-Human Trafficking Affidavit (required)

      Please download the below documents, complete, and upload.

    • Foreign Country of Concern Affidavit

      Please download the below documents, complete, and upload.

    • Do you have any conflicts of interest? (required)
    • Conflict of Interest Disclosure (required)

      Please download the below documents, complete, and upload.

    • Certificates of Insurance (required)

      AS PROOF OF INSURANCE COVERAGES REQUIRED IN SECTION INSURANCE REQUIREMENTS

    • Evidence that the bidder is qualified to transact business in the State of Florida (required)

      Upload your SunBiz Registration here.

    • Copies of any current licenses or certifications required (required)
    • Will you be using subcontractors? (required)
    • List of Subcontractors (required)

      Upload a list of your subcontractors here.

    • W-9 Copy (required)
    • Bid Bonds (required)
    • Goods and Services (required)

      What are you purchasing?  Select an option below.

    • Insurance Requirements (required)

      Select one of the options below.

      Will you contract be a:

      1. Minor Contract for Service(s)
        Duration: Will not exceed 30 Calendar Days
        Cost: Cost will not exceed $50,000
        Risk: Low, No unusual or high hazards present

      2. Average Contract for Service(s)
        Duration: Will not exceed 180 Calendar Days
        Cost: Cost between $50,000 to $500,000
        Risk: Low, No unusual or high hazards

      3. Extensive Contract for Service(s)
        Duration: Will not exceed 180 Calendar Days
        Cost: Cost between $500,000 to $1,000,000
        Risk: Medium, Projects where medium hazards exist

      4. Extensive Contract for Service(s)
        Duration: Projects that exceed 180 Calendar Days
        Cost: Cost exceeds $1,000,000
        Risk: High, Projects where extremely high or unusual hazards exist
    • Initial Contract Period (required)

      Example: three-year period

    • Contract Extensions (required)

      Example: three-year term

    • 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.

    Key dates

    1. March 26, 2026Published
    2. April 8, 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.