Active SLED Opportunity · FLORIDA · COUNTY OF OKALOOSA

    POCAHONTAS LIFT STATION REPLACEMENT PROJECT

    Issued by County of Okaloosa
    countyITBCounty of OkaloosaSol. 262218
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 27, 2026
    PUBLISHED
    May 4, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    The POCAHONTAS LIFT STATION REPLACEMENT PROJECT involves site preparation and installation of a corrosion-proof polymer concrete precast wet well, including excavation, concrete pouring, and installation of two ~25 HP submersible sewer pumps with related equipment. The project requires compliance with extensive insurance and federal regulations, with bids due by May 27, 2026.

    Opportunity details

    Solicitation No.
    262218
    Type / RFx
    ITB
    Status
    open
    Level
    county
    Published Date
    May 4, 2026
    Due Date
    May 27, 2026
    NAICS Code
    237110AI guide
    Jurisdiction
    County of Okaloosa
    State
    Florida
    Agency
    County of Okaloosa

    Description

    The Project consists of site preparation, furnishing, and installation of a corrosion-proof polymer concrete precast wet well using the caisson method with tremie pour for the bottom seal. The scope includes clearing and grubbing the site, installing erosion and sedimentation controls, excavating for the wet well shaft, assembling and sealing wet well sections with retainer straps and watertight joints, pouring the tremie seal concrete, installing the secondary pour for the wet well bottom with chamfered edges, conducting buoyancy calculations, watertightness testing, and backfilling. Additionally, the scope include furnishing and installing two (2) ~25 HP submersible, heavy duty, explosion proof, non-clog sewer pumps, base elbows, stainless steel discharge piping and guide rail system; pump control panel, and all other appurtenances and related work required to complete the Work in accordance with the attached plans and spe

    Project Details

    • Reference ID: ITB WS 52-26
    • Department: Water and Sewer
    • Department Head: Michael Hackett (Director)

    Important Dates

    • Questions Due: 2026-05-22T20:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-12T14:00:00.000Z — Okaloosa County Water and Sewer Field Offices Conference Room, 1808 Lewis Turner Blvd, Fort Walton Beach, FL.

    Evaluation Criteria

    • Summary

      The Project consists of site preparation, furnishing, and installation of a corrosion-proof polymer concrete precast wet well using the caisson method with tremie pour for the bottom seal. The scope includes clearing and grubbing the site, installing erosion and sedimentation controls, excavating for the wet well shaft, assembling and sealing wet well sections with retainer straps and watertight joints, pouring the tremie seal concrete, installing the secondary pour for the wet well bottom with chamfered edges, conducting buoyancy calculations, watertightness testing, and backfilling. Additionally, the scope include furnishing and installing two (2) ~25 HP submersible, heavy duty, explosion proof, non-clog sewer pumps, base elbows, stainless steel discharge piping and guide rail system; pump control panel, and all other appurtenances and related work required to complete the Work in accordance with the attached plans and spe

    • CONTRACTORS INSURANCE
      1. The Contractor shall not commence any work in connection with this Agreement until he has obtained all required insurance and the certificate of insurance has been approved by the Okaloosa County Risk Manager or designee.
      2. All insurance policies shall be with insurers authorized to do business in the State of Florida and having a minimum rating of A, Class X in the Best Key Rating Guide published by A.M. Best & Co. Inc.
      3. All insurance shall include the interest of all entities named and their respective officials, employees & volunteers of each and all other interests as may be reasonably required by Okaloosa County.  The coverage afforded the Additional Insured under this policy shall be primary insurance.  If the Additional Insured have other insurance that is applicable to the loss, such other insurance shall be on an excess or contingent basis.  The amount of the company’s liability under this policy shall not be reduced by the existence of such other insurance.
      4. With the exception of Workers’ Compensation policies, the County shall be shown as an Additional Insured with Endorsement for each policy on the Certificate of Insurance.
      5. The County shall retain the right to reject all insurance policies that do not meet the requirement of this Agreement. Further, the County reserves the right to change these insurance requirements with 60-day notice to the Contractor.
      6. The County reserves the right at any time to require the Contractor to provide copies (redacted if necessary) of any insurance policies to document the insurance coverage specified in this Agreement.
      7. Any subsidiaries used shall also be required to obtain and maintain the same insurance requirements as are being required herein of the Contactor
      8. Any exclusions or provisions in the insurance maintained by the Contractor that excludes coverage for work contemplated in this agreement shall be deemed unacceptable and shall be considered breach of contract.
    • Important Instructions for Electronic Submittals

      The County of Okaloosa is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

    • Scope of Work or Project Details

      Please see the Attachments section for specifications and attachments.

    • Timeline
      Release Project Date:May 4, 2026
      Pre-Proposal Meeting (Mandatory):May 12, 2026, 9:00am

      Okaloosa County Water and Sewer Field Offices Conference Room, 1808 Lewis Turner Blvd, Fort Walton Beach, FL.

      Question Submission Deadline:May 22, 2026, 3:00pm
      Proposal Submission Deadline:May 27, 2026, 3:00pm
    • WORKERS’ COMPENSATION INSURANCE
      1. The Contractor shall secure and maintain during the life of this Agreement Workers’ Compensation insurance for all of his employees employed for the project or any site connected with the work, including supervision, administration or management, of this project and in case any work is sublet, with the approval of the County, the Contractor shall require the Subcontractor similarly to provide Workers’ Compensation insurance for all employees employed at the site of the project, and such evidence of insurance shall be furnished to the County not less than ten (10) days prior to the commencement of any and all sub-contractual Agreements which have been approved by the County.
      2. Contractor must be in compliance with all applicable State and Federal workers’ compensation laws, including the U.S. Longshore Harbor Workers’ Act or Jones Act, if applicable.
      3. No class of employee, including the Contractor himself, shall be excluded from the Workers’ Compensation insurance coverage.  The Workers’ Compensation insurance shall also include Employer’s Liability coverage and a Waiver of Subrogation in favor of the County on the Certificate of Insurance. If there is an existing approved State of Florida Exemption for Workers’ Compensation it must be provided to Okaloosa County.  

      Limit:

      State                           Statutory
      Employer's Liability     $500,000 each accident

    • Project Contact

      Robyn Egan

      Engineer III

      1802 Lewis Turner Blvd

      Fort Walton Beach, FL 32547

      Email: regan@myokaloosa.com

      Phone: (850) 585-0432

    • COMMERCIAL GENERAL LIABILITY INSURANCE
      1. The Contractor shall carry Commercial General Liability insurance against all claims for Bodily Injury, Property Damage and Personal and Advertising Injury liability caused by the Contractor.
      2. Commercial General Liability coverage shall include the following:
        1. Premises & Operations Liability
        2. Bodily Injury and Property Damage Liability
        3. Independent Contractors Liability
        4. Contractual Liability
        5. Products and Completed Operations Liability
      3. Contractor shall agree to keep in continuous force Commercial General Liability coverage for the length of the contract.

      Limit

      $1M each occurrence for Bodily Injury & Property Damage
      $1M each occurrence Products and completed operations

    • Procurement Contact

      DeRita Mason

      Purchasing Manager

      5479A Old Bethel Rd.

      Crestview, FL 32531

      Email: dmason@myokaloosa.com

      Phone: (850) 689-5960

    • BUSINESS AUTOMOBILE LIABILITY

      Coverage must be afforded for all Owned, Hired, Scheduled, and Non-Owned vehicles for Bodily Injury and Property Damage. If the contractor does not own vehicles, the contractor shall maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Policy. Contractor must maintain this insurance coverage throughout the life of this Agreement.

      Limit:

      $1M each accident (a combined single limit)

    • AIRCRAFT LIABILITY
    • WATERCRAFT LIABILITY INSURANCE
      1. The Contractor shall carry Watercraft Liability insurance against all claims for Bodily Injury, Property Damage caused by the Contractor.
      2. Contractor shall agree to keep in continuous force Watercraft Liability coverage for the length of the contract.

      Limit:

      $1M each occurrence for Bodily Injury & Property Damage
      $1M each occurrence Products and completed operations

    • BUILDER'S RISK

      Builder’s Risk Insurance written on an “All Risk” basis equal to one hundred percent (100%) of the completed project value, including the interests of the County, Vendor, and subcontractors. Deductibles not to exceed 5% for Named Windstorm and $20,000 per claim for all other perils.

    • Cyber Liability / Data Breach

      Cyber Liability Insurance, including Network Security and Privacy Liability coverage, shall include liability arising from theft, dissemination, or use of confidential information stored or transmitted electronically; unauthorized access, tampering, or hacker attacks; denial of service; and introduction of malicious code or viruses. Coverage must include PCI breach expenses if the Vendor collects credit card information, as well as monitoring, remediation, and notification costs required under state law.

      Minimum Limit: $1,000,000 per loss. 

    • Professional Liability (Errors & Omissions)

      Professional Liability/Errors & Omissions Insurance covering wrongful acts, errors, or omissions in professional services.

      Minimum Limit: $1,000,000 per claim.

    • Pollution/Environmental Liability

      Pollution Liability Insurance covering bodily injury, property damage, and cleanup costs arising from the release of pollutants.

      Minimum Limit: $1,000,000 per occurrence.

    • NOTICE OF CLAIMS OR LITIGATION

      The Contractor agrees to report any incident or claim that results from performance of this Agreement.  The County representative shall receive written notice in the form of a detailed written report describing the incident or claim within ten (10) days of the Contractor’s knowledge.  In the event such incident or claim involves injury and/or property damage to a third party, verbal notification shall be given the same day the Contractor becomes aware of the incident or claim followed by a written detailed report within ten (10) days of verbal notification.

    • INDEMNIFICATION & HOLD HARMLESS

      To the fullest extent permitted by law, Contractor shall indemnify and hold harmless the County, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or wrongful conduct of the Contractor and other persons employed or utilized by the Contractor in the performance of this contract.

    • CERTIFICATE OF INSURANCE
      1. Certificates of Insurance indicating the project name, number, and evidencing all required coverage and if applicable any State of Florida approved Workers’ Compensation Exemption must be submitted not less than 10 days prior to the commencement of any of the work. The certificate holder(s) shall be as follows:  Okaloosa County BCC, 5479A Old Bethel Road, Crestview, Florida, 32536.
      2. The contractor shall provide a Certificate of Insurance to the County with a thirty (30) day prior written notice of cancellation; ten (10 days’ prior written notice if cancellation is for nonpayment of premium).
      3. In the event that the insurer is unable to accommodate the cancellation notice requirement, it shall be the responsibility of the contractor to provide the proper notice.  Such notification shall be in writing by registered mail, return receipt requested, and Addressed to the Okaloosa County Purchasing Department at 5479-A Old Bethel Road, Crestview, FL 32536.
      4. In the event the contract term goes beyond the expiration date of the insurance policy, the contractor shall provide the County with an updated Certificate of insurance no later than ten (10) days prior to the expiration of the insurance currently in effect.  The County reserves the right to suspend the contract until this requirement is met.
      5. The certificate shall indicate if coverage is provided under a claims-made or occurrence form.  If any coverage is provided on a claims-made form, the certificate will show a retroactive date, which should be the same date of the initial contract or prior.
      6. All certificates shall be subject to Okaloosa County’s approval of adequacy of protection. 
      7. All deductibles or SIRs, whether approved by Okaloosa County or not, shall be the Contractor’s full responsibility. 
      8. In no way will the entities listed as Additional Insured be responsible for, pay for, be damaged by, or limited to coverage required by this schedule due to the existence of a deductible or SIR.  
    • GENERAL TERMS

      Any type of insurance or increase of limits of liability not described above which, the Contractor required for its own protection or on account of statute shall be its own responsibility and at its own expense.

      Any exclusions or provisions in the insurance maintained by the contractor that excludes coverage for work contemplated in this contract shall be deemed unacceptable and shall be considered breach of contract.

      The carrying of the insurance described shall in no way be interpreted as relieving the Contractor of any responsibility under this contract.

      Should the Contractor engage a subcontractor or sub-subcontractor, the same conditions will apply under this Agreement to each subcontractor and sub-subcontractor.

      The Contractor hereby waives all rights of subrogation against Okaloosa County and its employees under all the foregoing policies of insurance.

    • EXCESS/UMBRELLA INSURANCE

      The Contractor shall have the right to meet the liability insurance requirements with the purchase of an EXCESS/UMBRELLA insurance policy.  In all instances, the combination of primary and EXCESS/UMBRELLA liability coverage must equal or exceed the minimum liability insurance limits stated in this Agreement.

    Submission Requirements

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • Sam.gov Unique Entity Identifier

      Enter your Sam.Gov Unique Entity Identifier (UEI) number. 

    • Cage Code

      Enter your Cage Code

    • Solicitation Acknowledgement (required)

      I certify that this bid is made without prior understanding, agreement, or connection with any other respondent submitting a bid for the same materials, supplies, equipment or services, and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of this bid and certify that I am authorized to sign this bid for the respondent.

    • Drug-Free Workplace Certification (required)

      RESPONDENT CERTIFIES that it has implemented a drug-free workplace program.  In order to have a drug-free workplace program, a business shall:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
      3. Give each employee engaged in providing the commodities or contractual services that are under quote a copy of the statement specified in subsection A.
      4. In the statement specified in subsection A, notify the employees that, as a condition of working on the commodities or contractual services that are under quote, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.
      5. Impose a sanction on, or require the satisfactory participation in, drug abuse assistance or rehabilitation program if such is available in employee’s community, by any employee who is convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.

    • Federal E-Verify Compliance Certification (required)

      In accordance with Okaloosa County Policy and Executive Order Number 11-116 from the office of the Governor of the State of Florida, Respondent hereby certifies that the U.S. Department of Homeland Security’s E-Verify system will be used to verify the employment eligibility of all new employees hired by the Respondent during the contract term, and shall expressly require any subcontractors performing work or providing services pursuant to the contact to likewise utilize the U.S. Department of Homeland Securities E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term; and shall provide documentation such verification to the COUNTY upon request. 

    • Cone of Silence Certification (required)

      The Board of County Commissioners have established a solicitation silence policy (Cone of Silence) that prohibits oral and written communication regarding all formal solicitations for goods and services (ITB, RFP, ITQ, ITN, and RFQ) or other competitive solicitation between the bidder (or its agents or representatives) or other entity with the potential for a financial interest in the award (or their respective agents or representatives) regarding such competitive solicitation, and any County Commissioner or County employee, selection committee member or other persons authorized to act on behalf of the Board including the County’s Architect, Engineer or their sub-consultants, or anyone designated to provide a recommendation to award a particular contract, other than the Purchasing Department Staff.

      The period commences from the time of advertisement until contract award. 

      Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Purchasing Manager or an appointed representative.  It shall be the Purchasing Manager’s decision whether to consider this information in the decision process.

      Any violation of this policy shall be grounds to disqualify the Respondent from consideration during the selection process.

      Respondent hereby certifies to comply with this policy.

    • Indemnification and Hold Harmless Certification (required)

      Respondent certifies that they shall indemnify and hold harmless COUNTY, its officers and employees from liabilities, damages, losses, and costs including but not limited to reasonable attorney fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the CONTRACTOR and other persons employed or utilized by the CONTRACTOR in the performance of this Agreement.

    • LOBBYING - 31 U.S.C. 1352, 49 CFR Part 19, 49 CFR Part 20 (required)

      The undersigned certifies, to the best of his or her knowledge and belief, that:

      1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
      2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)]
      3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.  This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

      [Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or fails to file or amend a required certification or disclosure form shall be subject to a civil penalty of not less than $10,000 and not more than

      $100,000 for each such expenditure or failure.]  The Contractor certifies  or  affirms  the  truthfulness  and  accuracy  of  each  statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification and disclosure, if any.

    • Government Debarment and Suspension Certification (required)
      1. By clicking "Please Confirm" below, the prospective lower tier participant is providing the certification set out in accordance with these instructions.
      2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension or debarment.
      3. The prospective lower tier participant shall provide immediate written notice to the person(s) to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
      4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Orders 12549, at Subpart C of OMB 2 C.F.R. Part 180 and 3000.332. You may contact the department or agency to which this proposal is being submitted for assistance in obtaining a copy of those regulations.
      5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.
      6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
      7.  A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the System for Award Management (SAM) database.
      8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
      9. Except for transactions authorized under paragraph (E) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

      The following statement is made in accordance with the Privacy Act of 1974 (5 U.S.C. § 552(a), as amended). This certification is required by the regulations implementing Executive Orders 12549, Debarment and Suspension, and OMB 2 C.F.R.

      Part 180, Participants' responsibilities. The regulations were amended and published on August 31, 2005, in 70 Fed. Reg. 51865-51880.

      The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal or State department or agency;

      Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

    • Scrutinized Company Certification (required)

      Proposer certifies that it is not:

      1. listed on the Scrutinized Companies that Boycott Israel List, created pursuant to section 215.4725, Florida Statutes,
      2. engaged in a boycott of Israel,
      3. listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to section 215.473, Florida Statutes, or
      4. engaged in business operations in Cuba or Syria. 

      Pursuant to section 287.135(5), Florida Statutes, the County may disqualify the bid proper immediately or immediately terminate any agreement entered into for cause if the bid proposer is found to have submitted a false certification as to the above or if the Contractor  is placed on the Scrutinized Companies that Boycott Israel List, is engaged in a boycott of Israel, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria, during the term of the Agreement.  If the County determines that the bid proposer has submitted a false certification, the County will provide written notice to the bid proposer.  Unless the bid proposer demonstrates in writing, within 90 calendar days of receipt of the notice, that the County’s determination of false certification was made in error, the County shall bring a civil action against the bid proposer.   If the County’s determination is upheld, a civil penalty shall apply, and the bid proposer will be ineligible to bid on any Agreement with a Florida agency or local governmental entity for three years after the date of County’s determination of false certification by bid proposer. 

      As the person authorized to sign this statement, I certify that this firm complies fully with the above requirements.

    • Federally Grant Funded Project Certification (required)

      This solicitation contains Federal Grant funds.  To the extent applicable, in accordance with Federal law, respondents shall comply with the clauses as enumerated below.  Proposer shall adhere to all grant conditions as set forth in the requirements of the Grant including, but not limited to, those set forth below, as well as those listed below, which are incorporated herein by reference:

      1. 2 CFR. 25.110
      2. 2 CFR Part 170 (including Appendix A), 180, 200 (including Appendixes), and 3000
      3. Executive Orders 12549 and 12689
      4. 41 CFR s. 60-1(a) and (d)
      5. Consolidated Appropriations Act, 2021, Public Law 116-260 related to salary limitations

      These cited regulations are hereby incorporated and made part of this Solicitation as if fully set forth herein.  As stated above, this list is not all inclusive, any other requirement of law applicable in accordance with the Federal, State or grant requirements are also applicable and hereby incorporated into this Solicitation.  If Proposer cannot adhere to or objects to any of the applicable federal requirements, Proposers proposal may be deemed by the County as unresponsive. The provisions in the exhibit tilted GRANT FUNDED CLAUSES in the Exhibit and Attachments Section are supplemental and in addition to all other provisions within the procurement.   In the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of the remainder of the procurement, the conflicting terms and conditions of this Exhibit shall prevail. However, in the event of any conflict between the terms and conditions of this Exhibit and the terms and conditions of any federal grant funding document provided specific to the funds being used to contract services or goods under this Procurement the conflicting terms and conditions of that document shall prevail. 

      Proposer certifies that they are fully able to comply with these requirements, federal terms and conditions and has made any inquires and/or further examination of the law and requirements as is necessary to comply.

    • DBE/Minority Vendor (required)

      Are you a certified DBE or Minority Vendor?

    • DBE/Minority Vendor Certification (required)

      Upload a copy of your DBE/Minority Vendor certification.

    • References (required)

      Please download the below documents, complete, and upload.

    • Public Entity Crime Certification (required)

      Please download the below documents, complete, and upload.

    • Anti-Human Trafficking Affidavit (required)

      Please download the below documents, complete, and upload.

    • Grant Funding Acknowledgement (required)

      Please download the below documents, complete, and upload.

    • 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. 
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Procurement and/or Project Contact

      Select the information you would like display.

    • Insurance Requirements (required)

      Pick all that apply.

    Key dates

    1. May 4, 2026Published
    2. May 27, 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.