Active SLED Opportunity · FLORIDA · ESCAMBIA COUNTY

    SHIP - NED Home Demo and Replacement House - 4525 Havre Way

    Issued by Escambia County
    countyITBEscambia CountySol. 257552
    Open · 28d remaining
    DAYS TO CLOSE
    28
    due May 22, 2026
    PUBLISHED
    Apr 21, 2026
    Posting date
    JURISDICTION
    Escambia County
    county
    NAICS CODE
    236115
    AI-classified industry

    AI Summary

    Escambia County seeks bids for demolition and new construction of a single-family home at 4525 Havre Way, Pensacola, FL. Licensed contractors must comply with Florida codes and submit bids by May 22, 2026. The project includes full construction services and site preparation.

    Opportunity details

    Solicitation No.
    257552
    Type / RFx
    ITB
    Status
    open
    Level
    county
    Published Date
    April 21, 2026
    Due Date
    May 22, 2026
    NAICS Code
    236115AI guide
    Jurisdiction
    Escambia County
    State
    Florida
    Agency
    Escambia County

    Description

    This project involves the demolition of an existing single-family home and the subsequent rebuilding of a single-family home per the attached plans and specifications.

    Project Details

    • Reference ID: PD 25-26.066
    • Department: Purchasing
    • Department Head: Lyndsey Stevens (Purchasing Director)

    Important Dates

    • Questions Due: 2026-05-15T17:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-28T15:00:00.000Z — 4525 Havre Way Pensacola, Fl 32505

    Evaluation Criteria

    • Solicitation Terms and 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:  Travis Simmons, Purchasing Grant Coordinator, rtsimmons@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

      Award shall be made on an “all-or-none total” basis.

      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.

       

    • Scope of Work

      2.1. Scope of Work

      Escambia County is soliciting bids for the demolition and construction of a single-family dwelling per attached plans and written specifications.

      GENERAL INSTRUCTIONS TO BIDDERS:

      • Bidders must be licensed in the State of Florida as a Certified or Registered General Contractor, Building Contractor, or Residential Contractor, and in good standing with Escambia County.
      • All work performed must be inspected (rough and final) and conform to County Ordinances, State Laws, and Florida Building Code,
      • Permits, overhead, insurance, and profit must be included into each itemized price and not listed as a separate itemized price or listed under “miscellaneous.”
      • All permits must be paid for and obtain by the Contractor.
      • The site plan, construction plans, and zoning have been approved by the Escambia County Building Department and Development Services Department.
      • The awarded contractor will have to provide a termite treatment statement in order for the Building Inspections Department to release approved plans and the permit.
      • Water connections are available at the site.
      • Escambia County will pay for recording of Notice of Commencement in public records.
      • All materials and supplies shall be installed in accordance with the manufacturer’s instructions, with all work completed in accordance with industry standards for new construction.
      • All bids must take into consideration the elevation and grade of the property to determine the necessary materials and labor to construct the house.
      • Materials and/or equipment cannot be staged on adjacent properties.

      CONTRACTOR REQUIREMENTS:

      It is the contractor’s sole responsibility to consider existing site conditions to ensure that the project will be constructed to meet the scope of work, construction plans, permitting requirements and the Florida Building Code. It is the contractor’s sole responsibility to investigate and become familiar with the grade and topography of the property. Contractor is responsible for obtaining prints of construction plans for the job site, himself/herself, and the subcontractors. It is the contractor’s sole responsibility to investigate and be familiar with any applicable requirements pertaining to permitting, Florida Building Code, State Laws, or local ordinances. Contractor is responsible for pinning the location of the house. Contractor is responsible for the termite protection statement. Contractor is responsible for connecting and installing temporary utilities (water and power) during the project and providing a portable toilet. Water and electrical usage will be paid by the County. Contractor is also responsible for provision of permit/plan document box on site. It is the contractor’s sole responsibility to locate underground utilities. Contractor shall immediately supply a lockbox with an access code for key(s) to the property when the exterior doors and locks are installed. Contractor is responsible for ensuring all materials and equipment at the site are secure during the construction period. Once doors and windows are installed, contractor should temporarily cover all glass with an opaque material until blinds are installed. Contractor will furnish the County, all manufacturers and suppliers’ written guarantee/warranty documents covering materials and equipment provided through this contract. Contractor will furnish a one-year limited labor and material warranty to cover defects in materials and workmanship occurring from normal use. Contractor is responsible for lawn maintenance at the subject property from the Commencement Date until County Staff certifies in writing the date the project is complete.

      If your firm is awarded the bid for residential new construction, the following items must be current and on file, or submitted within ten (10) business days of full execution of the agreement.    

      1. Current W9 (less than one year old).
      2. County Vendor Information sheet (less than one year old)

      3. Certificates of Insurance that meet the County minimum policy limits

      4. Performance and Payment Bonds that meet agreement requirements

       

      DRAW AND PAYMENT SCHEDULE:

      Payment request(s) should be submitted to NED on original invoice, with reference to the project address, and purchase order number. As applicable, all permits related to the draw in question must be passed up to the current progress status prior to the requested draw. Applicable passed inspection reports must be submitted with draw requests. For example, a foundation permit must be passed by the building inspections department before payment will be released. Up to five (5) draws may be requested, utilizing the following payment schedule:

      Draw 1:  Foundation Complete (permits, site work, footings, foundation), permit box and erosion control — 15%

      Draw 2: Rough-In Complete (wall and roof framed and sheathed, subflooring (if applicable), dry in and wrapped, interior walls framing — 15%

      Draw 3: Roof complete, siding complete, windows and exterior doors, rough mechanical, plumbing, electrical, framing, exterior painting, parge finish to foundation walls and brick façade/skirting — 25%

      Draw 4: Drywall, trim, interior painting, finish hardware, cabinetry, countertops, flooring, appliances, specialties, lighting fixtures, driveway, walkway, landscaping, hurricane fasteners and fabric shields at exterior doors, A/C security cage for outdoor unit, and Certificate of Occupancy — 20%

      Draw 5/Final: Completion of all punch list items, New Construction Close-Out Checklist, final survey, provision of warranty paperwork to County, sign-off by County, Contractor’s Final Payment affidavit — 25%

      The Contractor will be eligible for Final Payment after the following conditions have been fulfilled:        

      • Completion of Scope of Work and Approval by the County
      • Certificate of Occupancy Received by Building Inspections
      • Close-Out Checklist
      • Inspections Approved by ECUA and Health Department
      • Warranty Paperwork provided to the County [warranty paperwork should include all appliances, roofing, HVAC, water heater, fixtures, equipment, and other materials provided on the project]
      • House is cleaned, and premises is free from all construction debris
      • Agreement Requirements
      • Submission of Contractor’s Final Payment Affidavit
      • Surety’s Consent to Final Payment (if applicable)

      DIVISION 1—GENERAL CONDITIONS

      GENERAL:

      Supply all building permits and fees as required.
      Supply all insurance as required.

      Temporary utilities and portable toilet as required.

      Lockbox with access code for key(s).

      Dumpsters, permit box, and trash removal as required.

       

      DEMOLITION/SITE PREPARATION:

      1. Present home and all debris to be removed from site and disposed in accordance with local regulations.
      2. Remove trees/vegetation as necessary to construct the new dwelling. Trim any trees over hanging roof to clear roof by approximately 10’ and remove all debris from site. If necessary, coordinate with a certified arborist to obtain approval to remove/trim protected trees.

      TERMITE CONTROL: Supply termite statement for building permit. Engage a professional pest control operator and provide soil treatment for termite control with certification of treatment.

      SURVEYS: Coordinate with a licensed surveyor to pin the location of the house on the property and to obtain the final survey. Final survey must be submitted electronically.

      DIVISION 2—SITE WORK

      WATER CONNECTION: Install water connections per Florida Building Code and ECUA requirements.

      SEPTIC TANK: Install a new septic system per included Health Department Onsite Sewage Treatment and Disposal System Specifications.

      EROSION CONTROL: Provide erosion control on the site during construction as required to include silt fencing, mulch, and/or other approved methods.

      GRADING: Final grading should slope away from the house to prevent water from standing. Contractor will not leave any ruts or holes on the property at project completion. Backfill should be clean of rocks and any debris.

      LANDSCAPING: 

      1. Slope grade away from house and install a total of 8 pallets of Centipede sod for the front, sides, and back yard.
      2. Use clean topsoil for landscaping, not red clay or sand.

       

      DIVISION 3—CONCRETE AND MASONRY

      FOUNDATION: Install a code approved foundation as per plans. Apply a parge finish to foundation walls.

      BRICK: Construct as shown on plans. County to select standard in stock brick.

      BRICK THRESHOLDS: Install rowlock bricks under front exterior door threshold.

      STEPS: As necessary, install brick step(s) at front entry to match grade and width of walkway. As necessary, install concrete step(s) at rear entry. Install step(s) to meet building code requirements.

      WALKWAY, DRIVEWAY & LANDING PAD: Install concrete walk from front porch to the driveway as shown on plans. Expansion Joints per code. Install 5’x5’ concrete landing pad at rear step(s)/entry.

       

      DIVISION 4—METALS

      N/A

       

      DIVISION 5—WOOD AND PLASTICS

      EXTERIOR WALLS & FRAMING:

      1. Sheathing: 7/16” OSB or ½” plywood installed per engineering.

      2. Roof framing: Engineered truss system designed and certified by truss manufacturer’s engineer as provided by contractor. Gable end bracing and hurricane clips to be included per engineers’ specifications.

       

      EXTERIOR FINISH CARPENTRY:

      1.  Trim exterior doors and windows with 5/4 Fiber Cement trim. Review plans for flashing details.

      2.  Fascia: Install aluminum fascia with a minimum .019” thickness.

      3.  Soffit: Install white solid vinyl soffit with 50% ventilated panels. Soffit shall have a minimum thickness of .044”.

      4.  Porch ceilings: White Vinyl solid soffit, vinyl exterior grade beadboard, or concrete fiberboard. Installation should minimize visible seams

      5.  Exterior Posts: 6x6 PT post or structural fiberglass on front porch. Construct posts and columns per details on plans and elevations. Prime and paint to match exterior trim selection

       

      CABINETRY: Install base cabinets with post-formed countertop and wall cabinets in accordance with the enclosed floor plan. Cabinets shall be constructed of 1/2 inch birch plywood or better. Front frames shall be of basswood or hardwood.  Shelves shall be of solid pine or A/C exterior grade plywood.  No particle board shall be used. Concealed cabinet sides may be of 1/2 inch fir plywood. All cabinets shall have a plywood or paneling backing. Base cabinets shall have 12-inch minimum deep shelves except for under kitchen or bathroom sinks.  Drawers shall have side-mounted drawer guides. No plywood edges shall be left exposed. Toe kicks and cabinet trim to match cabinet finish. Install knobs on all doors and drawers (Matte Black Finish). Wall cabinets shall be at least 30-inches tall. Cabinets shall be mounted with wood screws and shall be level and plumb and secure.

      Cabinet to be “Shaker” style door with a white finish. Approved equal may be submitted to the County.

      INTERIOR WOODWORK:

      1. Baseboards: Install 5-1/4” wood base through-out. MDF will not be allowed. Profile on baseboards must match (or similar) door trim.

      2. Shoe Moulding: Install shoe moulding throughout including around base cabinets and vanities.

      3. Window Trim: Frame out windows with drywall. Install wood stools and aprons on all interior windows and paint. Profile on apron trim must match (or similar) door trim. MDF will not be allowed.

      4. Door Trim: 3” minimum square edge. MDF will not be allowed.

      5. All interior trim woodwork to be primed. Profile on door trim must match (or similar) to baseboard and window trim.

      6. Attic Access: Install attic access with ½” b/c plywood or better. Trim profile to match door trim. MDF will not be allowed.

       

      DIVISION 6—THERMAL AND MOISTURE PROTECTION

      ROOF: Install 30-year warranty dimensional fiberglass asphalt shingles over self-adhering polymer modified bitumen membrane in accordance with Florida Building Code. Install 6-inch double break aluminum eave metal. Eave metal must be 24 gauge. Install PVC or metal/EPDM boots over all plumbing penetrations. Vent stacks to be painted shingle color. Roof manufacturer to be GAF Timberline HD (FL Approval No: FL10124-R20) or equivalent. Shingle color – Weathered Gray.

      Ridge Vent:  Install shingle over ridge vent.

      INSULATION:

      1. Ceiling: Install R-38 insulation in the attic space.

      2. Exterior Walls: Install R-13 batt insulation on the exterior walls.

      3. Seal around all doors and windows prior to installation of drywall.

      4. Insulate all T’s and corners on exterior walls prior to installation of exterior sheathing.

      5. Attach 2 layers of R19 batt insulation to top of attic access cover. Install a dam around attic access to keep insulation in place.

      6. A blower door test is required and must be passed.

       

      SIDING: Install 8.25” with 7” exposure smooth fiber cement lap siding with associated 5/4 fiber cement trim. Prep, prime and paint siding, and trim using exterior rated primer and paint.

      CAULK: All caulk used must comply with ASTM C 834 or ASTM C 920 and have a minimum warranty of 30 years.

      Install rubber or waterproof membrane then install self-adhesive window flashing tape around all window flanges prior to installation of trim and siding. See plan for flashing details on doors and windows.

       

      DIVISION 7—DOORS AND WINDOWS

      DOORS:

      1. Front Entry: Install a pre-hung Steel, Energy Star Rated Craftsman Style door: JELD-WEN 36in x 80in Model #LOWOLJW182400075 or equivalent, subject to County approval. Install fasteners for hurricane fabric shield panels per manufacturer instructions. Provide hurricane fabric shield panels to cover the entire opening for front entry door.

      2. Rear Entry: Install a metal Energy Star Rated insulated door unit: Masonite 32-in x 80-in, Model # 05170 with dead bolt and lockset installed. Install fasteners for hurricane fabric shield panels per manufacturer instructions. Provide hurricane fabric shield panels to cover the entire opening for rear entry door.

      3. Impact glass is not required for exterior doors.

      4. Interior Doors: Install 2-panel Cambridge style doors with handle sets. All interior doors must have a minimum of 1–inch clearance between bottom of door and finish floor covering.

       

      FINISH HARDWARE:

      1. All hardware to be matte black finish, unless specified otherwise, including latches, hinges, knobs, handles, handle sets, and locks are to be included. Doorstops: Install rigid door stops on all interior and exterior doors.

      2. Interior door hardware will be Kwikset Tylo in matte black finish. Dummy knobs may be used for bifold closets or mechanical access doors; passage knobs for closets, storage, and hallway doors; privacy knobs for bedrooms and bathrooms.

      3. Exterior entries deadbolt and lockset:

           Front and Rear Entry: Kwikset Sedona Matte Black Model # 740SEL 514 SMT 6AL RCS (matte black finish). Deadbolt: Kwikset 660514SMTK3V1 (matte black finish)

           All locks to be keyed alike and provide two copies of the keys

      4. Install an electric doorbell.

       

      WINDOWS: Install Florida building code approved single hung 1 over 1, tilt sash vinyl windows with low-e impact resistant glass, STC of 33 or greater, and screens. Jeld-Wen Premium Atlantic Series Low-E, Impact Rated (or equivalent quality/spec with County approval). Frame color to be white, unless otherwise specified. Grid pattern/style to be approved by the County.

       

      DIVISION 8—FINISHES

      FLOORS: Install Shaw Vinyl Plank Flooring, Infinite SPC 3100V Color - Barley Field – 7194, per manufacturer’s instructions. Equivalent quality/spec (minimum 20 mil and waterproof) may be considered with County approval. *client to choose color of flooring in flooring line

      WALLS AND CEILING SHEATHING:

      1. Walls shall be ½” drywall. Prime with sheetrock primer. Light orange peel texture.

      2. Ceilings shall be 5/8” drywall.  Prime and paint with flat interior latex white paint. Finish all rooms with knockdown texture on ceiling.

      3. Bathrooms and wet areas in kitchen and laundry shall be green board.

       

      PAINT:

      1. Interior: Client will have two interior color choices: one for walls and one for trim. All paint to be used must mid-grade or better. Walls to be latex satin or eggshell finish, 2 coats. All trim must be primed and painted with latex semi-gloss finish, 2 coats. All ceilings are to be white using flat latex.

      2. Exterior: Client will have up to three exterior color choices: one for siding, one for trim, and one for exterior doors. Client may opt to select same door and trim color. All paint to be used must be rated for exterior use. Siding to be latex flat finish, 2 coats. Trim and door latex satin or semi-gloss finish, 2 coats.

       

      COUNTERTOPS:

      Square edge laminate countertops to be selected by owner, Wilsonart or Formica standard finish. One selection for all kitchen and bath(s).

      DIVISION 9—SPECIALTIES

      BATH ACCESSORIES: In each bath, install a toilet paper holder, 24” towel bar, and shower curtain rod. Color is matte black. Minimum 36”W x 30”L mirror in the master bathroom and hallway bathroom over sink.

      WINDOW TREATMENTS: Install 1” horizontal vinyl blinds (white) on all windows

      SHELVING:  All shelving shall be white vinyl coated steel or ventilated shelving. Closets shall have hanging rod. Install as shown on drawings.

      MAILBOX: Provide post mounted mailbox to comply with USPS standards installed for mail truck accessibility. Black mailbox. Install adhesive street numbers on mailbox.

      HOUSE NUMBERS: Install minimum 3” height metal (black finish) house numbers above or beside front door (siding or trim). Numbers should be over contrasting color for visibility. To be installed with nails.

      DIVISION 10—EQUIPMENT 

      APPLIANCES:

      1. Appliances will be GE, stainless steel finish and will include the following:

        • Electric Range – MODEL NUMBER: GRF40HSVSS
        • Over the Range Microwave with Exhaust Fan – MODEL NUMBER: JVM3160RFSS
        • Refrigerator – MODEL NUMBER: GSS25GYPFS

      Contractor must provide warranty for each appliance

       

      DIVISION 11—MECHANICAL SYSTEMS

      PLUMBING: All plumbing and fixtures will be new and installed per Florida Building Code and manufacturer’s instructions

      1. Water Lines: Install all new lines from meter to all fixtures using PEX, PVC SCH 40, and/or CPVC.

      2. Drain Lines: New PVC SCH 40

      3. Water Heater: Install an A.O. Smith Signature 900, 50-gallon, electric water heater, Energy Star rated (or equivalent quality/spec subject to County Approval).

      4. Hose Bibbs:  Two (2) ¼ turn exterior hose bibs as shown on plans

      5. Washing machine connection: install a recessed washer connection in Laundry area.

      6. Kitchen Plumbing Fixtures:

      • Kitchen Sink: Install a new dual-compartment, undermount, 6.5” deep minimum stainless-steel sink with brushed finish.                 
      • Kitchen Faucet: Delta Foundations, American Standard Colony, or Moen Adler single handle standard faucet with sprayer. Matte Black finish.

      7. Bathroom Plumbing Fixtures:

      • Hallway Bathroom Shower Unit: Unless otherwise noted on plans, tub/shower combo will be white fiberglass one-piece units.
      • Master Bathroom Tub/Shower: Unless otherwise noted on plans, shower unit will be white fiberglass one-piece units. Install shower threshold to meet ADA requirements for wheelchair accessibility.
      • Shower/Tub Combo and/or shower units must have aging in place backing and bath walls blocked for grab bars at tubs/showers and toilets.
      • Water Closet: White Water Sense certified comfort height elongated toilet with matching seat.
      • Lavatory Sink: Install round, drop-in white vitreous china sink. Minimum 19” width (side to side)—Glacier Bay Aragon, or equal.
      • Lavatory Faucet: Brass bodied WaterSense Delta Classic or equal. Matte Black Lever style handles.
      • Master Bathroom Tub/Shower Faucet: Delta Model #144862-BL or equal. Matte Black. Single Lever style handle
      • Hallway Bathroom Shower Faucet: Delta Model #142822-BL in Matte Black Finish

      8.  Shut-off valves shall be ¼ turn brass bodied only.

      9. Ice Maker: Install water supply to the refrigerator and terminate in plastic ice maker outlet box.

      10. No interior water lines shall run over head.

      11. Provide pipe sleeves though masonry construction.

      12. Install escutcheon plates around all piping in all rooms.

      HVAC:  Install an electric furnace with cooling split system air conditioning unit to meet permitting and Florida Building Code requirements. Brand to be Trane or Rheem sized to code. Install a steel rust-resistant, black finish, A/C security cage (minimum 3’ x 3’) with mesh side panels on all four sides on outdoor unit. Security cage must be bolted down. Install a Master Lock outdoor puck padlock (or a heavy-duty lock that is compatible to the security cage) and provide two sets keys.

      BATHROOM VENTILATION: Install a min 70 CFM VENTED exhaust fan with LED light to be discharged through soffit.

       

      DIVISION 12—ELECTRICAL SYSTEMS

      1. Install a 200-amp electrical service. New wiring copper conductor with non-metallic sheath over multiple conductors.

      2. Doorbell: Install hardwired push button doorbell at front door.

      3. Cable/phone: Install 4 CATV outlets and 4 telephone outlets with connecting terminals. One of each in each bedroom and remaining outlet in owner identified location.

      4. Smoke/CO2 alarms: Hardwired smoke/co2 alarms as required by code.

      5. Wiring device colors: All wiring devices and device plate covers shall be white.

      6. Ensure the secure mounting and support of all lighting fixtures. Install ceiling fan mounting brackets in all bedrooms and living room. All light fixtures shall be installed plumb, square, and level with the ceiling, wall, and/or adjacent lighting fixtures.

      7. Field verify all outlet and switch locations as shown on plans. In bedrooms, provide a separate switch for ceiling fan and light. Install receptacle under kitchen sink for dishwasher. Install a switch for garbage disposal that owner may install on a later date.

      8. Contractor to furnish LED bulbs as required.

      9. Lighting Schedule:

      • Ceiling Fans:
        • Living room: Hampton Bay ceiling fan with light kit, Model #52974 - Stoneridge, LED in matte black finish (Blades-Black finish).
        • Bedrooms: Hampton Bay ceiling fan with light kit, Model #52049-Wellston II, LED in matte black finish (Blades-Black finish).
      • Attic Light: Commercial Electric 10 in. Oil Rubbed Bronze Light with Pull Chain LED Flush Mount Ceiling Light – Model#564221420
      • Kitchen, Laundry, Hallway and Closets: Canless 6” Recessed Light # Model #92087, LED Flush Mount
      • Kitchen Island Pendants: (2) 1-light adjustable Mini Pendant Model in black/brown, Cedar Hill Model #412506
      • Master Bathroom and Hall Bathroom:
        • Master Bathroom and Hallway Bathroom Vanity Light: Home Decorators Collection, Hazel Heights 24 in. 3-Light Black Vanity Light, Model #KNT1303AX-02
        • Master Bathroom and Hallway Bathroom Exhaust Fan w/Light – Broan-NuTone, Model #HB80RL
      • Wall Mounted Front Porch Lights: Hukoro Bonanza 1-Light Matte Black (2 Pack) - Model #2F19041-BK-S
      • Rear Mounted Porch Light: Hukoro Bonanza 1-Light Matte Black Model #F19041-BK-S

      10. Substitutions of equivalent quality/spec may be allowed with prior approval from the County.

       

    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  Friday, May 22, 2026 at 10:00 am addressed to:

      Escambia County
      Travis Simmons
      213 Palafox Place
      Pensacola,
      FL32502-5822

      Please have the Bidder Name, Contract Title ("SHIP - NED Home Demo and Replacement House - 4525 Havre Way"), and Contract Number ("PD 25-26.066") 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 25-26.066 SHIP - NED Home Demo and Replacement House - 4525 Havre Way

      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.

    • Division One Contractor's License (required)

      Upload Copy of Division One Contractor's License

    • 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)
    • Federal document requirements - 2 CFR 200

      Please download the below documents, complete, and upload.

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

      ***This must be active at the time of submission and under the company name in which your bid is submitted.*** Upload your certification with your bid package

    • Proposed List of Sub Contractors (required)

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

    • 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)

    Key dates

    1. April 21, 2026Published
    2. May 22, 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.