Active SLED Opportunity · FLORIDA · SEMINOLE RESOURCE MANAGEMENT - PURCHASING & CONTRACTS

    US 17-92 Overpass Pedestrian Improvements FPID #: 441484-1-58-01

    Issued by Seminole Resource Management - Purchasing & Contracts
    localIFBSeminole Resource Management - Purchasing & ContractsSol. 153790
    Open · 27d remaining
    DAYS TO CLOSE
    27
    due May 20, 2026
    PUBLISHED
    Apr 15, 2026
    Posting date
    JURISDICTION
    Seminole Resource
    local
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Seminole County seeks bids for construction of 0.217 miles of pedestrian path improvements including retaining walls, drainage, sidewalks, and traffic maintenance. Contractor must be FDOT prequalified and complete work within 193 days. Bid due by May 20, 2026.

    Opportunity details

    Solicitation No.
    153790
    Type / RFx
    IFB
    Status
    open
    Level
    local
    Published Date
    April 15, 2026
    Due Date
    May 20, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    Seminole Resource Management - Purchasing & Contracts

    Description

    Seminole County Board of County Commissioners

    Invitation for Bid

    Project: CC-6545-25/MAGUS 17-92 Overpass Pedestrian Improvements FPID #: 441484-1-58-01

    Scope of Work: Seminole County’s Public Works Department is seeking a qualified contractor to supply all labor, materials, equipment, transportation, coordination and incidentals necessary for the construction of 0.217 miles of recreational path that will allow connectivity and provide access from the US 17/92 adjacent sidewalks to the Cross Seminole Trail. The Scope of Work is to include, but not limited to, a retaining wall system, drainage improvements, concrete sidewalk, signage and pavement marking, clearing and grubbing, excavation, embankment, and the maintenance of traffic. Minimum Qualifications: Contractor must be Florida Department of Transportation (FDOT) Prequalified in working classes: 7. Drainage and 11. Grading. Prime Contractor or Utilized Subcontractor shall be FDOT Prequalified in the following work class: 40. Retaining wall. Contractor must be in business for at least (3) years and have completed at least (3) similar projects based on the Scope of Services within the last (5) years, and met or exceed all other requirements listed within this Solicitation and Scope of Services. Completion Time: Work must be substantially complete within (193) calendar days from the issued Notice to Proceed (NTP) and must reach final completion (30) calendar days after substantial completion.

    The Engineer’s estimate for the project is 2,161,935.04

    Ordering Instructions: Bid documents are available on the Seminole County Website https://secure.procurenow.com/portal/seminolefl

    • Scroll and Click on Search Solicitations
    • View all current (active) solicitations

    M/WBEs are encouraged to participate in the process.

    NOTE: ALL PROSPECTIVE BIDDERS ARE HEREBY CAUTIONED NOT TO CONTACT ANY MEMBER OF THE SEMINOLE COUNTY STAFF OR OFFICIALS OTHER THAN THE SPECIFIED CONTACT PERSON.

    Background

    This project was previously advertised under CC-4509-22/MAG; no Contract Award was made. There have been numerous updates to this project since its original advertisement. Propective Bidders are advised to carefully review the solicitation package in its entirety before submitting all requested Bid Forms.

    Project Details

    • Reference ID: CC-6545-25/MAG
    • Department: Resource Management - Purchasing & Contracts
    • Department Head: Stephen Koontz (Purchasing and Contracts Manager)

    Important Dates

    • Questions Due: 2026-05-10T18:00:54.689Z
    • Answers Posted By: 2026-05-20T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-01T14:00:00.000Z — The Non-Mandatory Pre-Bid Meeting has been rescheduled to Friday, May 1, 2026: 10:00AM – 11:00AM. The meeting format has also been changed to an MS Teams Meeting: https://teams.microsoft.com/meet/28976248953628?p=G1bPHS49vcp0QcXHNi Meeting ID: 289 762 489 536 28 Passcode: hZ7gP6uU *Please familiarize yourself with the Solicitation Package, technical specifications, and drawings before attending this meeting.* *NON-MANDATORY*

    Addenda

    • Addendum #1 (released 2026-04-21T15:30:49.846Z) —

      ADDENDUM #1

    Evaluation Criteria

    • DEFINITIONS/INTERPRETATIONS

      Definitions.

      Whenever used in the Contract Documents, the following terms shall have the meanings indicated, which shall be applicable to both the singular and plural thereof.

      Addenda - Written or graphic instruments issued prior to the date for opening Bids which modify or interpret the Bidding Documents by additions, deletions, corrections or clarifications.

      Acceptance; Final Acceptance - The formal action by COUNTY accepting the Work as being complete after certification by County’s Representative of Final Completion.

      Agreement - The written Agreement between COUNTY and CONSULTANT/CONTRACTOR covering the Work to be performed; other Contract Documents are incorporated in or referenced in the Agreement and made a part thereof as provided therein.

      Building Elements - An architectural, structural, electrical, mechanical or plumbing component of a building, facility, space, or site.

      Change Order - A written instrument issued on or after the Effective Date of the Agreement, of which when duly executed by COUNTY and CONSULTANT/CONTRACTOR amends the Contract Documents to provide for changes in the Work or in the provisions of the Contract Documents, or changes in Contract Price or Contract Time, or any combination thereof.

      Contract Claim - Any dispute arising out of or related to the Contract Documents between the COUNTY and CONSULTANT/CONTRACTOR including, but not limited to, any demand or assertion by one of the parties seeking any equitable adjustment of the Contract Price, Contract Time or other relief with respect to the Contract Documents.

      Contract Documents - The Agreement and those documents referenced in the Agreement.

      Contract Price - The total compensation, subject to authorized adjustments, payable by COUNTY to CONSULTANT/CONTRACTOR for satisfactory completion of all Work under the Contract Documents as stated in the Agreement.

      Contract Time - The period of time allotted in the Contract Documents, subject to authorized adjustments, for Substantial Completion and Final Completion of the Work, or other interim completion dates identified in the Contract Documents.

      CONSULTANT/CONTRACTOR - The individual, partnership, corporation, joint venture, or other legal entity or combination thereof, who is currently and actively licensed by the State of Florida and who has entered into the Agreement with COUNTY for the performance of the Work. The term "CONSULTANT/CONTRACTOR" means CONSULTANT or CONTRACTOR or its authorized representative.

      COUNTY - Seminole County, a political subdivision of the State of Florida; the Owner.

      Date of Commencement of the Contract Time - The Begin Date given by the Purchase Order when the Contract Time commences to run.

      Day - A calendar day of 24 hours lasting from midnight one day to midnight the next day.

      Defect or Defective - A reference to Work that is unsatisfactory, faulty or deficient, or does not conform to the contract plans or specifications or does not meet the requirements of any inspection, code, reference standard, test or approval referred to in the Contract Documents or has been damaged prior to Final Acceptance (unless responsibility for the protection thereof has been assumed by COUNTY).

      Effective Date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it means the date on which the Agreement is signed by the last of the two parties to sign.

      Equipment - The Machinery and Equipment, together with the necessary supplies for upkeep and maintenance thereof; also, the tools and all other apparatus necessary, for the construction and acceptable completion of the Work.

      Holidays - Days designated by Seminole County as legal holidays. These days are:

      New Year's Day - January 1st

      Martin Luther King's Birthday - Third Monday in January

      Memorial Day - Last Monday in May

      Independence Day - July 4th

      Labor Day - First Monday in September

      Veteran's Day - As Designated

      Thanksgiving Day - Fourth Thursday in November

      Day after Thanksgiving Day - Fourth Friday in November

      Christmas Day December 25th

      Laws and Regulations; Laws or Regulations - Laws, Rules, Codes, Regulations, Ordinances, and/or court or administrative orders of the federal, state and local governments.

      Materials - Any substances to be incorporated in the Work under the Contract Documents.

      Permits- An authoritative or official certificate of permission.

      Progress Schedule - All documentation related to the planning, scheduling and implementation of the Work as described in the Contract Documents.

      Project - The total construction of which the Work to be provided under the Contract Documents is a part as indicated elsewhere in the Contract Documents.

      Project Manager - The authorized representative of the County who is assigned to the Project. The County’s representative acting directly or through duly authorized representatives.

      Subcontractor - An individual, partnership, corporation, joint venture, or other combination thereof having a Sub-agreement with CONSULTANT/CONTRACTOR for (a) the performance of labor in connection with part of the Work at the site; or (b) for both performing labor in connection with part of the Work at the site and furnishing items of Materials or Equipment for incorporation into the Work. Subcontractor also means an individual, partnership, corporation, joint venture, or other combination thereof that has a Sub-agreement with another Subcontractor to perform any of the Work at the site.

      Supplier - A manufacturer, fabricator, Supplier, distributor, material-man or vendor.

      Total Bid - Amount stated in the Bid Form by the Bidder as the Bidder's offer to furnish all labor, Materials and Equipment to perform all Work in strict accordance with the Contract Documents. If an Agreement is awarded to a Bidder, the Total Bid amount shall be the Contract Price.

      Warranty Period - The period of time within which CONSULTANT/CONTRACTOR shall promptly, without cost to COUNTY and in accordance with COUNTY's written instructions, either correct Defective Work or, if it has been rejected by COUNTY, remove it from the site and replace it with non-Defective Work. The Warranty Period does not limit the CONSULTANT/CONTRACTOR's warranty that the Work has been completed in accordance with the Contract Documents.

      Work - All labor, permits, bonds, equipment, Materials and incidentals required for the construction of the improvement by the Contract Documents, including superintendence, use of Equipment and tools, and all services and responsibilities prescribed or implied, which are necessary for the complete performance by the CONSULTANT/CONTRACTOR of his obligations under the Contract Documents. Unless otherwise specified herein or in the Contract Documents, all costs of liability and of performing the Work shall be at the CONSULTANT/CONTRACTOR's expense.

    • DEFINED TERMS

      Terms used in these "INSTRUCTIONS TO BIDDERS" which are defined in the General Conditions have the meanings assigned to them in the General Conditions.

    • SCOPE OF WORK & TECHNICAL SPECIFICATIONS

      See the #ATTACHMENTS section.

    • GENERAL

      The CONTRACTOR shall not commence Work until the CONTRACTOR has, at the CONTRACTOR'S own cost, procured the insurance required under this Section and such insurance has been approved by the COUNTY. All requirements noted herein are REQUIRED unless waived in writing by the COUNTY.

      1. Before commencing Work, the CONTRACTOR shall furnish the COUNTY’S Purchasing and Contracts Division with a Certificate of Insurance on a current ACORD Form signed by an authorized representative of the insurer evidencing the insurance required by the Contract Documents. The Certificate of Insurance must be made to:
        • Seminole County Board of County Commissioners
        • Attn: Purchasing and Contracts Division
        • 1301 East Second Street
        • Sanford, FL 32771
          • The Certificate of Insurance shall provide that the COUNTY’S Purchasing and Contracts Division shall be given, by policy endorsement, not less than thirty (30) days written notice prior to the cancellation, or non-renewal. Such shall be endorsed on the policy or by another means acceptable to Seminole County. Until such time as the insurance is no longer required to be maintained by the CONTRACTOR, the CONTRACTOR shall provide the COUNTY’S Purchasing and Contracts Division with a renewal or replacement Certificate of Insurance before the expiration or replacement of the insurance for which a previous certificate has been provided.
      2. Notice of Cancellation and/or Non-Renewal: A policy must be specifically endorsed to provide the COUNTY’S Purchasing and Contracts Division with written notice as required under this Section of cancellation and/or non-renewal.
      3. The certificate shall have this Agreement number marked on its face.
      4. In addition to providing the Certificate of Insurance, upon request as required by the COUNTY, the CONTRACTOR shall, within thirty (30) days after receipt of the request, provide the COUNTY with a certified copy of each of the policies of insurance providing the coverage required by this Section. Certified copies of policies may only be provided by the Insurer, not the Agent/Broker.
      5. Neither approval by the COUNTY nor failure to disapprove the insurance furnished by the CONTRACTOR shall relieve the CONTRACTOR of the CONTRACTOR'S full responsibility for liability, damages and accidents.
      6. Deductible amounts must be declared to and approved by the COUNTY and shall be reduced or eliminated upon written request from the COUNTY. The risk of loss within the deductible amount, if any, in the insurance purchased and maintained pursuant to this document will be borne by the CONTRACTOR.
      7. The insurer's cost of defense including attorney's fees (and attorney's fees on appeal) shall not be included within the policy limits but shall remain the responsibility of insurer.
      8. In the event of loss covered by Property Insurance, the proceeds of a claim shall be paid to the COUNTY, and the COUNTY shall apportion the proceeds between the COUNTY and the CONTRACTOR as their interests may appear.
      9. Neither the COUNTY’S review of the coverage afforded by or the provisions of the policies of insurance purchased and maintained by the CONTRACTOR in accordance with this Section, nor the COUNTY’S decisions to raise or not to raise any objections about either or both, shall in no way relieve or decrease the liability of the CONTRACTOR. If the COUNTY elects to raise an objection to the coverage afforded by or the provisions of the insurance furnished, the CONTRACTOR shall promptly provide to the COUNTY such additional information as the COUNTY may reasonably request, and the CONTRACTOR shall remedy any deficiencies in the policies of insurance within ten (10) days.
      10. The COUNTY’S authority to object to insurance shall not in any way whatsoever give rise to any duty on the part of the COUNTY to exercise this authority for the benefit of the CONTRACTOR or any other party.
      11. Additional Insured: The Board of County Commissioners of Seminole County, Florida, its officials, officers and employees, and the Florida Department of Transportation (FDOT) must be included as additional insured under General Liability, and Umbrella Liability policies. If the policy provides for a blanket additional insured coverage, please provide a copy of the section of the policy along with the COI. If the coverage does not exist, the policy must be endorsed to include the additional insured verbiage.
      12. Coverage: The insurance provided by the CONTRACTOR pursuant to the Contract Documents shall apply on a primary and non-contributory basis and any other insurance or self-insurance maintained by the Board of County Commissioners of Seminole County, Florida or the COUNTY’S officials, officers or employees shall be excess of and not contributing with the insurance provided by the CONTRACTOR.
      13. Waiver of Subrogation: All policies shall be endorsed to provide a Waiver of Subrogation clause in favor of the Board of County Commissioners of Seminole County Florida, its officials, officers and employees.
      14. Provision: Commercial General Liability, Umbrella Liability and the Owners Protective Policies required by the Contract Documents shall be provided on an occurrence rather than a claims-made basis.
    • INSURANCE COMPANY REQUIREMENTS

      Insurance companies providing the insurance under the Contract Documents must meet the following requirements.

      1. Such companies must be authorized by maintaining Certificates of Authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida.
      2. In addition, such companies shall have and maintain a Best's Rating of "A-" or better and a Financial Size Category of "VII" or better according to A.M. Best Company.
      3. If, during the period which an insurance company is providing the insurance coverage required by the Contract Documents, an insurance company shall: 1) lose its Certificate of Authority, or 2) fail to maintain the Best's Rating and Financial Size Category, the CONTRACTOR shall, as soon as the CONTRACTOR has knowledge of any such circumstance, immediately notify the COUNTY’S Purchasing and Contracts Division and upon request of the COUNTY, immediately replace the insurance coverage provided by the insurance company with a different insurance company meeting the requirements of the Contract Documents. Until such time as the CONTRACTOR has replaced the unacceptable insurer with an insurer acceptable to the COUNTY, the CONTRACTOR shall be deemed to be in default of the Contract Documents.
    • PRELIMINARY MATTERS

      Copies of Documents. COUNTY shall furnish to CONSULTANT/CONTRACTOR one copy of the Contract Documents free of charge. CONSULTANT/CONTRACTOR will be responsible for obtaining additional copies.

      Commencement of the Contract Time; Purchase Order. The Contract Time will begin on the date indicated in the Purchase Order.

      The CONSULTANT/CONTRACTOR shall start to perform the Work on the date indicated on the Purchase Order. Prior to the issuance of a Purchase Order, a preconstruction conference shall be attended by the CONSULTANT/CONTRACTOR and his subcontractors, PROJECT MANAGER and COUNTY and other entities as applicable to the Work at which time a date will be established for the issuance of the Purchase Order.

      Before Starting Work. Before undertaking each part of the Work, CONSULTANT/CONTRACTOR shall carefully study and compare the Contract Documents and check and verify pertinent information and all applicable field measurements. CONSULTANT/CONTRACTOR shall promptly report in writing to PROJECT MANAGER any conflict, error or discrepancy which CONSULTANT/CONTRACTOR or any of his Subcontractors or Suppliers may discover and shall obtain a written interpretation or clarification from PROJECT MANAGER before proceeding with any Work affected thereby; provided, however, CONSULTANT/CONTRACTOR shall not be liable to COUNTY or PROJECT MANAGER for failure to report any conflict, error or discrepancy unless CONSULTANT/CONTRACTOR or any of his Subcontractors or suppliers had actual knowledge thereof or should reasonably have known thereof.

      Before commencement of the Work, CONSULTANT/CONTRACTOR shall submit to the PROJECT MANAGER for review a preliminary Progress Schedule indicating the starting and finishing dates of each Work activity, and a proposed schedule.

      Preconstruction Conference. Prior to commencement of Work at the site, a conference will be held for review of the schedules, to establish procedures for a working understanding among the parties as to the Work.

      Physical Conditions. The CONSULTANT/CONTRACTOR shall take the steps necessary to ascertain the nature and the location of the Work. The CONSULTANT/CONTRACTOR shall also determine for himself the existing physical conditions which can affect the work or its cost, including but not limited to, (1) conditions bearing upon mobilization, demolition, transportation, disposal, handling and storage of materials; (2) the availability of labor, water, electric power; (3) uncertainties of weather; (4) the conformation of surface and subsurface ground conditions; (5) the character and limitations of the equipment, machinery and existing physical conditions within the limits of construction or within the buildings that are utilized during the Work.

      The CONSULTANT/CONTRACTOR shall employ only competent personnel and utilize only suitable equipment in performing the layout of the Work. Contractor shall not engage the services of any person or persons in the employ of the COUNTY for performance of the layout of the Work. Adequate field notes and records shall be kept on a daily basis as the layout work is accomplished. These field notes and records shall be available for review by the PROJECT MANAGER as the Work progresses and copies shall be furnished at the time of completion of the Project. Any inspection or checking of the CONSULTANT/CONTRACTOR's field notes or layout work by the PROJECT MANAGER and the acceptance of all or any part thereof shall not relieve the CONSULTANT/CONTRACTOR of his responsibility to achieve the lines, grades and dimensions shown in the Plans/Specifications.

    • COPIES OF BIDDING DOCUMENTS
      1. Complete sets of the Bidding Documents may be obtained from the COUNTY's website at https://secure.procurenow.com/portal/seminolefl.
      2. Complete sets of Bidding Documents shall be used in preparing Bids; neither COUNTY nor ENGINEER nor ENGINEER OF RECORD assume any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents.
    • CONTRACTOR'S RESPONSIBILITIES

      Supervision and Superintendence. CONSULTANT/CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. CONSULTANT/CONTRACTOR shall be solely responsible for all means and methods, techniques, schedules, sequences and procedures of construction and for providing the required safety precautions, for coordinating all portions of the Work with all regulatory, jurisdictional and governmental authorities, for further coordination as required with commercial businesses, private residents and employees of the Owner and for enforcement of order and cooperation among the CONSULTANT/CONTRACTOR's employees and all of the Subcontractors and Suppliers. The CONSULTANT/CONTRACTOR shall be responsible to see that the competed Work complies accurately with the Contract Documents and its intent.

      Personnel and Working Hours. CONSULTANT/CONTRACTOR shall at all times maintain good discipline and order at the site.

      CONSULTANT/CONTRACTOR shall provide competent, qualified personnel to perform construction as required by the Contract Documents. CONSULTANT/CONTRACTOR is fully responsible to provide a sufficient number of skilled workers and supervisory personnel to perform the Work and assure that the Work is completed according to the established Construction Schedule and within the Contract Time. Failure to fully man the Project with supervisory personnel, skilled workers or common laborers of which actions shall lead to a delay in the Work Schedule shall be cause for a claim for damages against CONSULTANT/CONTRACTOR or termination of CONSULTANT/CONTRACTOR by the Owner.

      Except in connection with the safety or protection of persons or the Work or property at the site or adjacent thereto, all Work at the site shall be performed during normal working hours, unless otherwise specified. Normal working hours shall be defined as period occurring between the hours beginning at 7:00 a.m. and ending at 5:00 p.m., exclusive of Saturdays, Sundays, or Holidays.

      Items of Material or Equipment. All Materials and Equipment shall be of good quality and new. All Materials and Equipment shall be handled, stored, applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable Supplier.

      Manufacturers' or Suppliers' warranties for all Materials, products and Equipment to be furnished by CONSULTANT/CONTRACTOR and to be incorporated into the completed Work shall be furnished to COUNTY through CONSULTANT/CONTRACTOR.

      Project is to be constructed with asbestos free materials.

      Concerning Subcontractors - The CONSULTANT/CONTRACTOR will be fully responsible for all acts and omissions of his Subcontractors and of persons directly or indirectly employed by them and of persons for whose acts any of them may be liable to the same extent that they are employed by him. Nothing contained in the Contract Documents shall create, nor be interpreted to create privity or any other contractual relationship whatsoever between the County and any Subcontractor or any person except the CONSULTANT/CONTRACTOR, or any obligation on the part of the County to payor to see to the payment of any monies due any Subcontractor, except as may otherwise be required by law. The County may furnish to any Subcontractor, to the extent practicable, evidence of amounts paid to the CONSULTANT/CONTRACTOR on account of specific Work done. The CONSULTANT/CONTRACTOR agrees to bind specifically every Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the County. All Work performed for the CONSULTANT/CONTRACTOR by Subcontractors shall be pursuant to an appropriate agreement between the CONSULTANT/CONTRACTOR and the Subcontractor which shall contain provisions that waive all rights the contracting parties may have against one another for damages caused by fire or other perils covered by insurance held by the County as trustee.

      Patent Fees and Royalties - The CONSULTANT/CONTRACTOR will pay all license fees and royalties and assume all costs incident to the use of any invention, design, process or device which is the subject of patent rights or copyrights held by others.

      Permits. Unless otherwise provided in the Contract Documents, CONSULTANT/CONTRACTOR shall obtain and pay for all construction permits, fees, and licenses. CONSULTANT/CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the Work, which are applicable at the time of opening of Bids. CONSULTANT/CONTRACTOR shall pay all charges of public and private utility service companies for all required utility services that complete and accomplish the Work according to the Contract Documents. The CONSULTANT/CONTRACTOR shall meet all requirements of all permits and licenses and shall be responsible for all fines, assessments, and penalties of any nature assessed against the CONSULTANT/CONTRACTOR or COUNTY or both relating to any permit violation.

      Laws and Regulations. CONSULTANT/CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to the Work. If CONSULTANT/CONTRACTOR performs any Work knowing or having reason to know that it is contrary to such Laws or Regulations and without such notice to PROJECT MANAGER, CONSULTANT/CONTRACTOR shall bear all costs arising therefrom.

      CONSULTANT/CONTRACTOR shall pay all sales, consumer, use and other taxes required to be paid by it in accordance with the Laws and Regulations of the place of the Project.

      CONSULTANT/CONTRACTOR shall comply with all Federal, State, and Local laws, ordinances, codes, and regulations applying to the Work. The CONSULTANT/CONTRACTOR shall be solely responsible for bidding and constructing the Work per the current building codes as required by the Contract Documents and the construction practices normally applicable to each trade vendors or installer’s trade.

      All items to be purchased under this contract shall be in accordance with all governmental standards, to include, but not be limited to, those issued by the Occupational Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), and the National Fire Protection Association (NFPA).

      Use of Premises. The CONSULTANT/CONTRACTOR shall confine construction equipment, the storage of materials and the operations of workers to areas permitted by Laws and Regulations, rights-of-way, easements or required by the Contract Documents or limited by the Owner. The CONSULTANT/CONTRACTOR shall not unreasonably encumber the premises with construction equipment or materials or other equipment. The CONSULTANT/CONTRACTOR shall assume full responsibility for any damage to any such property, or to the owner or occupant thereof or of any other property, caused or alleged to have been caused by or incident to the execution of this Work. The CONSULTANT/CONTRACTOR shall promptly attempt to settle with such other party by agreement or otherwise resolve the claim.

      During the progress of the Work, CONSULTANT/CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. Periodically, during construction, the CONSULTANT/CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises for disposal. At completion of the Work all tools, appliances, construction equipment and machinery, and surplus materials shall be removed by the Contractor and shall leave the site clean and ready for occupancy by COUNTY. CONSULTANT/CONTRACTOR shall restore to original condition or better all property not designated for alteration by the Contract Documents but was impacted due to the construction operations and close proximity to the Project.

      CONSULTANT/CONTRACTOR shall not load or permit any part of any structure to be loaded in any manner that will endanger human life or damage the structure, nor shall CONSULTANT/CONTRACTOR subject any part of the Work or adjacent property to loads that will endanger human life or damage it.

      Safety and Protection. CONSULTANT/CONTRACTOR shall be solely and completely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. CONSULTANT/CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to all employees on the Work and other persons (including but not limited to the general public or employees of the Owner) who may be affected thereby; all the Work and all Materials or Equipment to be incorporated therein, whether in storage on or off the site; and other property at the site, adjacent thereto, or utilized by CONSULTANT/CONTRACTOR. CONSULTANT/CONTRACTOR's duties and responsibilities for the safety and protection of the Work shall continue until such time as PROJECT MANAGER issues a notice to COUNTY and CONSULTANT/CONTRACTOR that the Work is acceptable.

      All damage, injury or loss to any property caused, directly or indirectly, in whole or in part, by CONSULTANT/CONTRACTOR, any Subcontractor, Supplier or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, shall be remedied by CONSULTANT/CONTRACTOR at his sole cost.

      CONSULTANT/CONTRACTOR shall comply with all applicable Laws and Regulations of any governmental entity having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss including, but not limited to, OSHA (Public Law 91-596) and the Contract Work Hours and Safety Standards Act (Public Law 91-54); and shall erect and maintain all necessary safeguards for such safety and protection. CONSULTANT/CONTRACTOR shall designate a responsible member of his organization at the site whose duties shall be preventing accidents and insuring compliance with all applicable safety regulations. This person shall be CONSULTANT/CONTRACTOR's Superintendent unless otherwise designated in writing by CONSULTANT/CONTRACTOR to COUNTY.

      At all times CONSULTANT/CONTRACTOR shall, and shall cause his Subcontractors and Suppliers to, carefully protect its and their Work, materials, equipment, and supplies against damage or injury from the weather. If in the opinion of PROJECT MANAGER any of the above has been damaged or injured by reason of failure on the part of CONSULTANT/CONTRACTOR, any Subcontractor or Supplier to perform according to the requirements of this provision, said Work, Materials, Equipment and supplies shall be removed and replaced at the expense of CONSULTANT/CONTRACTOR.

      CONSULTANT/CONTRACTOR shall notify PROJECT MANAGER of any job site injuries at the Project site. Serious injuries shall be verbally reported to the PROJECT MANAGER within two (2) hours of occurrence of the incident. CONSULTANT/CONTRACTOR shall submit a written report of each serious injury to PROJECT MANAGER within twenty-four (24) hours of occurrence of the incident. CONSULTANT/CONTRACTOR shall prepare injury reports regardless of whether the injury is to the CONSULTANT/CONTRACTOR's personnel, subcontractors, COUNTY personnel or other persons.

      Emergencies. In emergencies affecting the safety or protection of persons or the Work or property at the site or adjacent thereto, CONSULTANT/CONTRACTOR, without special instruction or authorization from PROJECT MANAGER or COUNTY, is obligated to act to prevent threatened damage, injury or loss. CONSULTANT/CONTRACTOR shall give COUNTY prompt written notice if CONSULTANT/CONTRACTOR believes that any significant changes in the Work have resulted because of the action taken in response to an emergency. If COUNTY determines that changes are required, COUNTY shall authorize the changes by written Change Order. If the emergency was not due to the fault or negligence of CONSULTANT/CONTRACTOR, or any Subcontractor or Supplier or anyone for whose acts any of them may be liable and the changes cause an increase or decrease in CONSULTANT/CONTRACTOR's cost or the time required to perform any part of the Work, COUNTY shall make an adjustment in Contract Time.

      Continuing the Work. CONSULTANT/CONTRACTOR shall carry on the Work and maintain the Progress Schedule during all disputes or disagreements with COUNTY. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as CONSULTANT/CONTRACTOR and COUNTY may otherwise agree in writing. Suspension of the Work by CONSULTANT/CONTRACTOR during any dispute or disagreement with COUNTY shall entitle COUNTY to terminate the CONTRACT for cause, except as otherwise provided in Section 15.

      Responsibility for Coordinating and Connecting to Existing Services and Utilities. At all points where the Work constructed by CONSULTANT/CONTRACTOR connects to existing utilities and services, the actual Work of making the necessary connection to the existing service or utility shall be arranged for and coordinated by CONSULTANT/CONTRACTOR at no expense to COUNTY (unless specifically indicated otherwise). Services and utilities included within (but not limited to) this responsibility are roadways, sidewalks, driveways, ditches, electrical, lighting, sanitary sewer, mechanical, fire suppression, water distribution, gas, plumbing, communications, data, phone, storm water, etc. Connections shall be made at a time that will result in the least possible interference with existing services.

      Storage of Materials. Materials shall be so stored as to insure the preservation of their quality, color, and fitness for the Work and shall be so located as to facilitate prompt inspection, and to minimize noise impacts on sensitive receivers. Materials improperly stored may be rejected without testing. Materials or equipment shall not be stored under the canopy or within the ‘drip line’ of any trees without prior approval by the Project Manager.

      The insurance, protection and security of stored materials shall be the sole responsibility of the CONSULTANT/CONTRACTOR. The COUNTY shall not be liable or at risk for any loss of materials due to theft, weather, negligence, nor for any damages to the stored materials.

      Defective Materials. Materials which are or have been improperly stored. All such materials, whether in place or not, will be rejected and shall, unless otherwise permitted by the PROJECT MANAGER, be removed immediately from the site of the Work and from the CONSULTANT/CONTRACTOR's storage areas, at the CONSULTANT/CONTRACTOR's expense. No rejected material, the defects of which have been subsequently corrected, shall be used until approval has been given. Upon failure on the part of the CONSULTANT/CONTRACTOR to comply promptly with any order of the PROJECT MANAGER made under the provisions of this Section, the PROJECT MANAGER shall have authority to remove and replace defective material and to deduct the cost of removal and replacement from any moneys due or to become due the CONSULTANT/CONTRACTOR.

      CONSULTANT/CONTRACTOR's Responsibility for Work. Until acceptance of the Work by the COUNTY it shall be under the charge and custody of the CONSULTANT/CONTRACTOR, and he shall take every necessary precaution against injury or damage to the Work by the action of the elements or from any other cause whatsoever, arising either from the execution or from the non-execution of the Work. The CONSULTANT/CONTRACTOR shall rebuild, repair, restore and make good, without additional compensation, all injury or damage to any portion of the Work occasioned by any of the above causes before its completion and acceptance except that in case of catastrophic damage the COUNTY may, at its discretion, reimburse the CONSULTANT/CONTRACTOR for the repair of such damage due to unforeseeable causes beyond the control of and without the fault or negligence of the CONSULTANT/CONTRACTOR including, but not restricted to, Acts of God, of the public enemy or of governmental authorities.

      Interferences. The CONSULTANT/CONTRACTOR shall at all times conduct the Work in such manner and in such sequence as to insure the least practicable interference with County employees, pedestrian/visitor traffic due to County business and vehicular traffic. The CONSULTANT/CONTRACTOR's vehicles, personnel, materials and equipment shall be operated in such a manner that they will not be a hazard or hindrance to daily operations and performance of County business.

      Coordination with other CONSULTANT/CONTRACTORS. The CONSULTANT/CONTRACTOR shall coordinate and arrange his Work and dispose of his Materials so as not to interfere with operations of other contractors engaged upon adjacent work and to join his Work to that of others in a proper manner, in accordance with the spirit of the Plans or Specifications, and to perform his Work in the proper sequence in relation to that of other contractors. Each contractor shall be responsible for any damage done by him or his agents to the work performed by another CONSULTANT/CONTRACTOR.

      Final Cleaning Up of Job Site. Upon completion of the Work, and before Acceptance and Final Payment will be made, the CONSULTANT/CONTRACTOR shall remove from the COUNTY's job site and adjacent property all false Work, Equipment, surplus and discarded Materials, rubbish and temporary structures; CONSULTANT/CONTRACTOR shall restore in an acceptable manner all property, both public and private, which has been damaged during the prosecution of the Work and shall leave all waterways and drainage facilities unobstructed.

    • QUALIFICATION OF BIDDERS

      To demonstrate qualifications to perform the Work, each Bidder must be prepared to submit, following receipt of written request by COUNTY, information including but not limited to financial data, additional previous experience, references and evidence of authority to conduct business in the State of Florida. This information must be received by COUNTY within five (5) Days of Bidder receiving the written request. Submittals requested pursuant to this subsection are in addition to those required elsewhere in these documents.

    • SPECIFICATIONS

      Without limiting any of the other obligations or liabilities of the CONTRACTOR, the CONTRACTOR shall, at the CONTRACTOR'S sole expense, procure, maintain and keep in force amounts and types of insurance conforming to the minimum requirements set forth in this Section. Except as otherwise specified in the Contract Documents, the insurance shall become effective upon execution of the Agreement by the CONTRACTOR and shall be maintained in force until Final Completion, or such other time as required by the Contract Documents. Failure by the CONTRACTOR to maintain insurance coverage within the stated period and in compliance with the Insurance requirements of the COUNTY shall constitute a material breach of the Agreement, for which this Agreement may be immediately terminated by the COUNTY. The amounts and types of insurance shall conform to the following minimum requirements.

      1. WORKERS' COMPENSATION/EMPLOYERS' LIABILITY (MANDATORY - NO EXCEPTIONS)
        1. The CONTRACTOR'S insurance shall cover the CONTRACTOR and its subcontractors of every tier for those sources of liability which would be covered by the latest edition of the standard Workers' Compensation and Employers Liability Policy, (NCCI Form WC 00 00 00 A), as filed for use in Florida by the National Council on Compensation Insurance. In addition to coverage for the Florida Workers Compensation Act, where appropriate, coverage is to be included for the United States Longshoremen and Harbor Workers' Compensation Act, Federal Employers' Liability Act and any other applicable federal or state law.
        2. Subject to the restrictions of coverage found in the standard Workers' Compensation and Employers Liability Policy, there shall be no maximum limit on the amount of coverage for liability imposed by the Florida Workers' Compensation Act, the United States Longshoremen's and Harbor Workers' Compensation Act, or any other coverage customarily insured under Part One of the standard Workers' Compensation and Employers Liability Policy.
        3. The minimum limits to be maintained by the CONTRACTOR are as specified under “REQUIRED LIMITS OF INSURANCE” below.
      2. COMMERCIAL GENERAL LIABILITY
        1. The CONTRACTOR'S insurance shall cover the CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements other than the elimination of Coverage C. Medical Payment and the elimination of coverage for Fire Damage Legal Liability.
        2. The CONTRACTOR shall maintain separate limits of coverage applicable only to the Work performed under the Contract Documents. The minimum limits to be maintained by the CONTRACTOR shall be those that would be provided with the attachment of the Amendment of Limits of Insurance (Designated Construction Project(s) General Aggregate Limit) endorsement ISO Form CG 25 03 to a Commercial General Liability Policy with amounts as specified under “REQUIRED LIMITS OF INSURANCE” below. XCU (Explosion, Collapse, Underground property damage perils) shall not be excluded under the General Liability and Umbrella policy.
        3. The CONTRACTOR (applicable to construction contracts only) shall continue to maintain Products/Completed Operations coverage for a period of two (2) years after Final Completion. The insurance shall cover those sources of liability which would be covered by the latest edition of Coverage A of the Commercial General Liability Form (ISO Form CG 00 01) or Coverage A of the Products/Completed Operations Liability Coverage Form (ISO Form CG 00 37), as filed for use in the State of Florida by the Insurance Services Office without restrictive endorsements.
        4. The minimum limits to be maintained by the CONTRACTOR are as specified under “REQUIRED LIMITS OF INSURANCE” below.
        5. The Board of County Commissioners of Seminole County, Florida, its officials, officers and employees are to be included as Additional Insureds. ISO Endorsements CG 20 10 and CG 20 37 or their equivalent shall be used to provide such Additional Insured status.
      3. BUSINESS AUTO POLICY
        1. The CONTRACTOR'S insurance shall cover the CONTRACTOR for those sources of liability which would be covered by Section II of the latest edition of the standard Business Auto Policy (ISO Form CA 00 01), as filed for use in the State of Florida by the Insurance Services Office. Coverage shall include owned, non-owned and hired autos or any autos.
        2. The minimum limits to be maintained by the CONTRACTOR are as specified under “REQUIRED LIMITS OF INSURANCE” below.
        3. The Board of County Commissioners of Seminole County, Florida, its officials, officers and employees are to be included as Additional Insureds
      4. UMBRELLA LIABILITY
        1. The CONTRACTOR’S insurance shall cover the CONTRACTOR for those sources of liability which would be covered by the latest edition of the standard Commercial Liability Umbrella Policy (ISO Form CU 00 01), as filed for use in the State of Florida by the Insurance Services Office. All primary coverage(s) required by contract shall be included on the Umbrella policy’s Schedule of Underlying Insurance.
        2. The minimum limits to be maintained by the CONTRACTOR are as specified under “REQUIRED LIMITS OF INSURANCE” below.
        3. The Board of County Commissioners of Seminole County, Florida, its officials, officers and employees are to be included as Additional Insureds.
      5. OWNERS PROTECTIVE LIABILITY COVERAGE
        1. If requested in writing the CONTRACTOR shall provide the COUNTY’S Purchasing and Contracts Division with an Owners and Contractor’s Protective Liability Policy (OCP Policy). The policy shall cover the Board of County Commissioners of Seminole County, Florida for all sources of liability which would be covered by the latest edition of the standard Owners and Contractor’s Protective Liability Coverage Form - Coverage for Operations of Designated CONTRACTOR (ISO Form CG 00 09), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of restrictive endorsements.
        2. The Board of County Commissioners of Seminole County, Florida shall be the named Insured on the OCP Policy. The policy shall be endorsed to include the COUNTY’S officials, officers and employees as insureds. The OCP Policy shall include the CONTRACTOR and the CONTRACTOR'S sub-CONTRACTORS of every tier as designated in the declarations.
        3. The minimum limits to be provided by the CONTRACTOR are as specified under “REQUIRED LIMITS OF INSURANCE” below.
      6. BUILDER'S RISK
        1. When work includes construction of and/or a major addition per County’s identification to above ground buildings or structures, including bridges, a Builder's Risk coverage must be provided if determined by County as follows:
          1. Form: All Risk Coverage. Coverage is to be no more restrictive than that afforded by the latest editions of Insurance Services Office Forms CP 00 20 and CP 10 30.
          2. Waiver of Occupancy Clause or Warranty: Policy must be specifically endorsed to eliminate any "Occupancy Clause" or similar warranty or representation that the building(s), addition(s) or structure(s) in the course of construction shall not be occupied without specific endorsement of the policy. The policy must be endorsed to provide that Builder's Risk coverage will continue to apply until final acceptance of the building(s), addition(s), or structure(s) by the COUNTY.
          3. The minimum limits to be maintained by the CONTRACTOR are as specified under “REQUIRED LIMITS OF INSURANCE” below.
          4. Loss Payee: The Board of County Commissioners of Seminole County, Florida, must be included as loss payee.
          5. The COUNTY retains the right to waive this clause and obtain this coverage at their own cost.
          6. The Builder Risk limit will be 100% of the completed value to include any change orders necessary to avoid any Co-Insurance penalty.
      7. FLOOD INSURANCE
        1. Buildings: When buildings or structures are located within an identified special flood hazard area, flood insurance must be afforded for the lesser of the total insurable value of such buildings, structures, machinery, equipment and contents or the maximum amount of flood insurance coverage available under the National Flood Program.
        2. Loss Payee: The Board of County Commissioners of Seminole County, Florida, must be included as loss payee.
      8. INSTALLATION FLOATER
        1. If the Work includes the installation of machinery, equipment, or material, and the County determines an Installation Floater appropriate, the following insurance coverages must be provided on that machinery, equipment, or material. 
        2. Form: "All Risk" including Installation and Transit.
        3. Cessation of Insurance: Coverage is not to cease and is to remain in force until Final Acceptance.
        4. The minimum limits to be maintained by the CONTRACTOR are as specified under “REQUIRED LIMITS OF INSURANCE” below.
        5. Loss Payee: The Board of County Commissioners of Seminole County, Florida, must be included as loss payee.
    • WORK BY OTHERS

      Related Work At Site. COUNTY may perform other work at the site by COUNTY's own forces, provide for or allow other work to be performed by other owners, or let others direct contracts for other work. If the fact that such other work is to be performed was not noted in the Contract Documents, written notice thereof will be given to CONSULTANT/CONTRACTOR prior to starting any such other work.

      If COUNTY contracts with others for the performance of other work at the site, the CONSULTANT/CONTRACTOR shall be responsible for coordination of the activities among the various contractors. Coordination with other contractors will be the sole responsibility of CONSULTANT/CONTRACTOR and neither COUNTY nor PROJECT MANAGER shall have any authority or responsibility with respect to such coordination.

      Extensions in Contract Time. If CONSULTANT/CONTRACTOR is delayed at any time in performing or furnishing the Work by any act or neglect of another contractor or entity performing work at the site noted in the Contract Documents, CONSULTANT/CONTRACTOR may request an extension or adjustment in Contract Time and if COUNTY agrees that the delay requires an adjustment in Contract Time, COUNTY shall authorize the necessary extension of Contract Time. However, an extension in Contract Time(s), if so granted, shall be CONSULTANT/CONTRACTOR's sole and exclusive remedy with respect to COUNTY, for any delay, disruption, interference, inefficiency, extension, constructive acceleration or hindrance and associated costs, however caused, resulting from delays caused by others performing other work at the site.

      Contract Time Coordination. CONSULTANT/CONTRACTOR shall give prompt written notice to COUNTY, PROJECT MANAGER and any other affected contractor(s) whenever CONSULTANT/CONTRACTOR anticipates a conflict in Contract Time(s) related to or simultaneous with associated Contract Time (s) in the work of others.

      When Work is performed out of sequence and ahead of interfacing Work, CONSULTANT/CONTRACTOR shall be responsible for taking reasonable steps to minimize damage or loss to the Work which may be caused by others during the performance of their work, including (but not limited to) furnishing written notice to PROJECT MANAGER and to the other contractors that Work has been performed out of sequence and ahead of interfacing Work.

      When work by others is performed out of sequence and ahead of interfacing Work, the said work shall be considered as if it had been shown on the Contract Documents. CONSULTANT/CONTRACTOR shall be responsible for protecting said work and shall replace, repair or otherwise settle with others any and all damage caused as a result of the performance of Work out of sequence.

    • EXAMINATION OF CONTRACT DOCUMENTS AND SITE
      1. Before submitting a Bid, each Bidder must: (a) examine the Contract Documents thoroughly; (b) visit the site to gain familiarization with local conditions that may in any manner affect cost, progress or performance of the Work including, but not limited to, weather and climatological data relating to the Seminole County area; (c) gain familiarization with federal, state and local laws, ordinance, rules, regulations and policies that may in any manner affect cost, progress or performance of the Work; (d) study and carefully correlate Bidder's observations with the Contract Documents; (e) make written requests for interpretations promptly after discovering any conflicts, errors, ambiguities or inconsistencies; and (f) contact all utilities and others who may be working at the Project site, including COUNTY owned utilities, prior to submitting a Bid in order to determine the extent to which utility installations, utility relocations or adjustments (temporary and permanent) will impact the CONTRACTOR's responsibility to schedule, coordinate and sequence the CONTRACTOR's Work with the work of the COUNTY, utility work, and the work of others at the Project site.
      2. Reports of investigations and tests of subsurface and physical conditions at the site affecting cost, progress or performance of the Work which have been relied upon by ENGINEER OF RECORD in preparing the Plans and Specifications should be examined by the Bidder. COUNTY shall provide such reports, if available, to any Bidder requesting them. These reports are not guaranteed as to accuracy or completeness. If this information is used by Bidder in preparing a bid, Bidder shall assume all risks resulting from actual conditions differing from the conditions set out in the reports.
      3. When a log of test borings showing a record of the data obtained by the investigation of subsurface conditions by the COUNTY, the ENGINEER OF RECORD or their Consultants, is included with the Plans or other documents, it is expressly understood and agreed that said log of test borings represents only the opinion of the COUNTY, or the ENGINEER OF RECORD or their Consultants as to the character of the materials encountered by them in the test borings. The log is included in the Plans or other documents only for the convenience of Bidders, and its use is subject to all of the conditions and limitations set forth in this Section.
      4. Before submitting a Bid, each Bidder shall, at Bidder's own expense, make or obtain any additional investigations, examinations, explorations and tests and obtain any additional information which pertain to the physical conditions (surface, subsurface and Underground Facilities) at or contiguous to the site or otherwise which may affect cost, progress or performance of the Work and which Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price and other terms and conditions of the Contract Documents. The Bidder acknowledges that the Project and the CONTRACTOR's Work may involve significant utility installations and that utility relocation (temporary and permanent) may be significant and cause delays. Some utility facilities may need to be relocated and adjusted concurrently with the CONTRACTOR's Work, while some Work may be required above, adjacent to, and around utility facilities that are in-use and will remain in place.
      5. On request, COUNTY will attempt to provide each Bidder reasonable access to the site to conduct such investigations and tests as Bidder deems necessary for submission of Bid. If access is provided, Bidder shall restore site to condition existing prior to conducting the investigations and tests.
      6. The lands upon which the Work is to be performed, Rights-of-Way for access thereto and other lands designated for use by CONTRACTOR in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of Materials and Equipment are to be provided by CONTRACTOR.
      7. The submission of a Bid shall constitute a conclusive representation by the Bidder that Bidder has complied with every requirement of this Section and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the Work and that Bidder will make no claim arising from failure to comply with these Sections.
      8. The submission of the Bid shall be an indication that the Bidder has considered normal local weather conditions (daily and monthly variations) for the previous ten (10) years from the date of the Bid as compiled by the National Weather Service and measured at Orlando International Airport. Bidder should consider and include the impact of weather conditions, including the possibility of hurricanes and tropical storms and related adverse weather conditions common to Central Florida, on construction scheduling and sequencing when preparing the Bid. No claim shall be allowed based upon the schedule impact of normal local weather conditions.
    • REQUIRED LIMITS OF INSURANCE

      The minimum amounts of insurance shall be as follows:

      1. Workers' Compensation: Statutory
        • Employers’ Liability:
        • Each Accident: $1,000,000
        • Disease-Policy Limit: $1,000,000
        • Disease-Each Employee: $1,000,000
      2. Commercial General Liability:
        • General Aggregate: $2,000,000
        • Products/Completed Operations Aggregate: $2,000,000
        • Personal and Advertising Injury: $1,000,000
        • Each Occurrence: $1,000,000
        • Must include XCU coverage
      3. Business Auto Policy:
        • Each Occurrence: $1,000,000
      4. Commercial Umbrella:
        • Aggregate Limit: $1,000,000
        • Each Occurrence Limit: $1,000,000
      5. Owners Protective Liability Coverage: N/A
        • Aggregate Limit: Two (2) Times the Each Occurrence Limit
        • Each Occurrence Limit: $
      6. Builders Risk: Is NOT required for this project
        1. Amount of Insurance (See SPECIFICATIONS above): 100% of the completed value
        2. Maximum Deductible: N/A
      7. Installation Floater:
        1. Amount of Insurance: N/A
        2. Maximum Deductible: N/A
    • PROJECT MANAGER'S STATUS DURING CONSTRUCTION

      COUNTY'S Representative. PROJECT MANAGER will be COUNTY's representative during the construction of the Work. The duties and responsibilities and the limitations of authority of PROJECT MANAGER as COUNTY's representative during construction are set forth in the Contract Documents and shall not be extended without written consent of COUNTY and PROJECT MANAGER.

      Visits to Site. PROJECT MANAGER will make visits to the site at intervals appropriate to the various stages of the Work to observe the progress and quality of the executed Work and to determine, in general, if the Work is proceeding in accordance with the Contract Documents.

      Project Representation. COUNTY may designate another agent to represent COUNTY at the site who is not the PROJECT MANAGER or its agent or employee.

      Duties, Responsibilities and Limitations of Authority of PROJECT MANAGER. The PROJECT MANAGER will perform the duties and responsibilities described herein. PROJECT MANAGER shall generally issue all communications to CONSULTANT/CONTRACTOR including but not limited to communications directed to CONSULTANT/CONTRACTOR from COUNTY. CONSULTANT/CONTRACTOR shall generally issue all communications to COUNTY through PROJECT MANAGER

      PROJECT MANAGER will provide instructions on procedures to be followed and schedule inspections of the Work; review daily inspection reports prepared; prepare documents as required and review them with COUNTY, as applicable.

      PROJECT MANAGER will attend meetings with CONSULTANT/CONTRACTOR, such as the Preconstruction Conference, Project Meetings and any other Project related meetings and prepare and circulate copies of minutes thereof. The preparation and circulation of minutes of preconstruction conferences, Project meetings and any other Project related meetings shall not relieve CONSULTANT/CONTRACTOR of CONSULTANT/CONTRACTOR's responsibility to coordinate the work of the COUNTY, utility contractors, or the work of others or the CONSULTANT/CONTRACTOR's responsibility for scheduling and sequencing its Work with the work of the COUNTY, utility contractors or the work of others.

      PROJECT MANAGER will conduct general on-site observations of the Work in progress and will observe for non-conformance reports to determine if the Work is proceeding in accordance with the Contract Documents.

      PROJECT MANAGER will notify CONSULTANT/CONTRACTOR of disapproval or rejection of defective Work and will notify CONSULTANT/CONTRACTOR whether Defective Work is to be corrected or replaced.

      PROJECT MANAGER will accompany visiting inspectors representing governmental or other agencies having jurisdiction over the Project and record the results of the inspections.

      PROJECT MANAGER will transmit to CONSULTANT/CONTRACTOR clarifications and interpretations as issued by the COUNTY.

      PROJECT MANAGER will report promptly to COUNTY upon gaining knowledge of the occurrence of any accident at the site.

      PROJECT MANAGER will prepare reports of the progress of the Work and of CONSULTANT/CONTRACTOR's compliance with the Progress Schedule.

      PROJECT MANAGER will consult as appropriate with COUNTY’s staff in advance of scheduled major tests, inspections or the commencement of important phases of the Work.

      PROJECT MANAGER will review and evaluate CONSULTANT/CONTRACTOR's Application for Payment and advise COUNTY staff accordingly.

      PROJECT MANAGER will review and evaluate CONSULTANT/CONTRACTOR's notice that CONSULTANT/CONTRACTOR considers the Work (or part thereof) substantially complete and advise COUNTY staff accordingly.

      PROJECT MANAGER will observe whether all items on lists of items to be completed prior to Final Payment have been completed and make recommendations to COUNTY concerning Acceptance.

      During the course of the Work, the PROJECT MANAGER will verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONSULTANT/CONTRACTOR are applicable to the items actually installed.

      Clarifications and Interpretations. PROJECT MANAGER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents as PROJECT MANAGER may determine necessary, which shall be consistent with or reasonably inferable from the overall intent of the Contract Documents.

      Authorized Variations in Work. PROJECT MANAGER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are consistent with the overall intent of the Contract Documents and required to produce the intended result. These may be accomplished by a Field Order and will be binding on CONSULTANT/CONTRACTOR who shall perform the Work involved promptly.

      Rejecting Defective Work. PROJECT MANAGER will have authority to disapprove or reject Work at any time during the construction of the Work, which PROJECT MANAGER believes to be Defective. PROJECT MANAGER will also have authority to require special inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. When CONSULTANT/CONTRACTOR has been notified by PROJECT MANAGER of disapproval or rejection of Defective Work, CONSULTANT/CONTRACTOR shall take immediate action to correct or replace same.

      Notice to Cure - If the County determines the Work is defective or deficient; if the CONSULTANT/CONTRACTOR fails to supply sufficient skilled workers or suitable materials or equipment; if the CONSULTANT/CONTRACTOR fails to make prompt payments to Subcontractors for labor, materials or equipment; if the work is not progressing in a safe, orderly or well-coordinated manner; or if the general progress and/or quality of the work is not adequate to ensure continuation or completion of the work in accordance with the Contract completion time requirements, then the Purchasing and Contracts Division shall issue a notice to cure, giving the CONSULTANT/CONTRACTOR a specific period of time (1) in which to submit to the Project Manager a written Plan of Action including a schedule setting forth a plan by which the deficiencies will be corrected, and (2) a specific period of time in which to correct the deficiencies. If the CONSULTANT/CONTRACTOR does not submit a Plan of Action to indicate how and when the deficiencies indicated in the notice to cure will be cured within the specified time frame that is acceptable to the Project Manager, and if those deficiencies are not corrected within that time frame, then the County shall take further action, up to and including Contract termination. The CONSULTANT/CONTRACTOR shall not be entitled to any delay claims as a result of the County's issuance of the notice to cure.

    • REQUIRED LIMITS OF INSURANCE

      The minimum amounts of insurance shall be as follows:

      1. Workers' Compensation: Statutory
        • Employers’ Liability:
        • Each Accident: $1,000,000
        • Disease-Policy Limit: $1,000,000
        • Disease-Each Employee: $1,000,000
      2. Commercial General Liability:
        • Each Occurrence: $1,000,000
        • Personal and Advertising Injury: $1,000,000
        • General Aggregate: $2,000,000
        • Products/Completed Operations Aggregate: $2,000,000
        • Must include XCU coverage:
        • Other Coverage:
          • Contractor’s Pollution Liability: $1,000,000
      3. Business Auto Policy:
        • Each Occurrence: $1,000,000
      4. Commercial Umbrella:
        • Aggregate Limit: N/A
        • Each Occurrence Limit: N/A
      5. Owners Protective Liability Coverage: N/A
        1. Aggregate Limit: Two (2) Times the Each Occurrence Limit
        2. Each Occurrence Limit: $
      6. Builders Risk: ☐ Is required for this project
        1. Amount of Insurance (See SPECIFICATIONS above): 100% of the completed value
        2. Maximum Deductible: $
      7. Installation Floater:
        1. Amount of Insurance: N/A
        2. Maximum Deductible: N/A
    • INTERPRETATIONS

      All questions about the meaning or intent of the Bid Documents shall be submitted to the attention of the Procurement Analyst identified in the Invitation for Bid advertisement as the contact person for this project. Bidders are required to advise the COUNTY, in writing via the Q&A tab on the COUNTY's websitehttps://secure.procurenow.com/portal/seminolefl, of any conflicts in the Bid Documents or any discrepancies between conditions noted at the Project site and those shown on the Plans or described in the Specifications. Should revisions to the Bid documents become necessary, the COUNTY will post Addenda information on the COUNTY's Website, https://secure.procurenow.com/portal/seminolefl. Bidders should check the COUNTY's Website or contact the Purchasing and Contracts Division Contact Person to verify information regarding Addenda. Failure to do so could result in rejection of the proposal as unresponsive. No Addenda shall be issued less than seven (7) calendar days prior to the bid opening, unless otherwise specified by the Seminole County Purchasing and Contracts Division.

      Bidder shall acknowledge receipt of any and all addenda with their Bid. It is the sole responsibility of the Bidder to ensure the latest information related to Addenda and the project is obtained.

      Only interpretation, clarification, or correction given by the Purchasing and Contracts Division, in writing, shall be binding and prospective Bidders are advised that no other source is authorized to give information concerning, or to explain or interpret the Bidding Documents. Questions will not be accepted during the last ten (10) days prior to bid date, unless otherwise specified by the Seminole County Purchasing and Contracts Division. If the Q&A deadline has passed, a Bidder may contact the COUNTY directly if necessary at mguild@seminolecountyfl.gov. The COUNTY reserves the right to reject any questions sent after the Q&A deadline.

      Any questions concerning the intent, meaning and interpretations of the CC documents, including the attached Draft Agreement, shall be requested in writing, and received no later than 2:00 pm on Sunday, May 10, 2026. Written requests shall be submitted via the COUNTY’S e-Procurement Platform. The COUNTY will not be responsible for oral instructions made by employees of the COUNTY or its authorized representatives in regard to this CC.

    • CHANGE OF CONTRACT AMOUNT, DELAYS AND EXTENSION OF TIME

      Contract Amount. The Contract Amount constitutes the total compensation payable to the CONSULTANT/CONTRACTOR for performing the Work. All duties, responsibilities and obligations assigned to or undertaken by the CONSULTANT/CONTRACTOR shall be at his expense without change in the Contract Amount. The Contract Amount may only be changed by written Change Order issued by the County.

      County Obligation. The County owes no duty, obligation, damages, change in Contract Amount, or liability to CONSULTANT/CONTRACTOR as a result of any delay, interference, suspension or other event which may impact CONSULTANT/CONTRACTOR’s progress schedule of its contract.

      Extension of Time Sole Remedy. Should CONSULTANT/CONTRACTOR’s performance, in whole or in part, be interfered with, delayed, re-sequenced, disrupted, or be suspended in the commencement, prosecution or completion, for reasons beyond CONSULTANT/CONTRACTOR’s control, and without any fault or negligence on its part contributing thereto, CONSULTANT/CONTRACTOR’s sole remedy shall be an extension of Contract Time in which to complete the Contract.

      Contract Time Extension. The County may grant an extension of Contract Time when a controlling item of work on the critical path of CONSULTANT/CONTRACTOR’s progress schedule is delayed by factors not reasonably anticipated or foreseeable at the time of bid. Such time extension may be allowed only for delays occurring during the time for performance set forth in the progress schedule. Extensions of Contract Time will not be granted for delays due, in whole or in part, to the fault or negligence of CONSULTANT/CONTRACTOR or any entity or person for whom Contractor is responsible.

    • PURCHASING CODE

      Seminole County Code Chapter 220 (Purchasing Code) and Administrative Code Section 3.55 (Purchasing Policy) apply to this Bid in their entirety.

    • PURPOSE

      Bidders acknowledge that the purpose of the Bidding Documents and Chapter 220, Seminole County Purchasing Code is to provide for the fair and equitable treatment of all Bidders involved in COUNTY Bid solicitations, to maximize the purchasing value of COUNTY funds, and to provide safeguards for maintaining a Bid procedure of quality and integrity.

    • SCHEDULES

      Schedules. Project Schedule Definitions:

      1. Work Activities - The significant events of the Project. All significant work activities must be identified in sufficient detail to track work activity progress towards completion and consequentially, the completion of the Project.
      2. Start Date and Finish Date - The dates a work activity will begin and will be completed.
      3. Duration - The length of time it takes for a work activity to be completed, from Start Date to Finish Date.
      4. Sequence - The order in which a group of work activities must be completed. This includes work activities that are done concurrently (at the same time), sequentially (must finish one before starting the next) or overlap (may start one before finishing the other).
      5. Critical Path - The complete sequence of work activities whose accumulative duration determines the length of time needed to complete the entire Project from NTP to Final Completion.
      6. Critical Path Items - The work activities on the Critical Path.
      7. Controlling Work Items – Those activities that are either critical path or indirectly influences the critical path. Such as a controlling work item provided by the Owner.
      8. Float Time - The duration of a work activity that is not on the Critical Path which could be delayed without affecting the date of Substantial Completion. Time and conditions for Float Time shall be clearly established in the Contract Documents.

      CONSULTANT/CONTRACTOR shall prepare and submit for COUNTY’s review a time scaled Project Schedule with a Critical Path (CPM). The Project Schedule shall show the sequence in which CONSULTANT/CONTRACTOR proposes to accomplish the Work. The Project Schedule shall clearly depict the order, interdependence, duration, and installation man-days by craft of each Work activity. The Project Schedule shall show all of the Work activities to be completed and the accumulative duration of the Critical Path leading to each Substantial and Final Completion. Beginning with the Purchase Order and ending with the date of Final Completion, the duration of the Project Schedule’s Critical Path shall comply with the Contract Time and shall meet the Contract Agreement.

    • CONSTRUCTION

      The Bidding Documents shall be liberally construed to assure protections and benefits to the public. The Bidding Documents are intended to assure Bidders fair and equitable treatment; however, the Bidding Documents shall not be construed to create property interests benefiting Bidders as a result of the procedural safeguards established to benefit the public.

    • WARRANTY AND GUARANTEE, TESTS AND INSPECTIONS, CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK

      Warranty and Guarantee. CONSULTANT/CONTRACTOR warrants and guarantees that all Work will be in accordance with the Contract Documents and will not be Defective. All Defective work, whether or not in place, may be rejected, corrected or accepted as provided in this Section. The obligations of CONSULTANT/CONTRACTOR under this subsection shall be in addition to and not in limitation of any obligation imposed upon him by special guarantees required by the Contract Documents or otherwise prescribed by Laws or Regulations.

      Access to Work. COUNTY’S PROJECT MANAGER shall be permitted access to the Work for their observation, inspection and testing. CONSULTANT/CONTRACTOR shall provide proper and safe conditions for such access.

      Tests and Inspections. CONSULTANT/CONTRACTOR shall give PROJECT MANAGER timely notice of readiness of the Work for all required inspections, tests or approvals. Inspections, tests or observations by PROJECT MANAGER may be performed at their discretion to provide information to the COUNTY on the progress of the Work. However, such information is not intended to fulfill the CONSULTANT/CONTRACTOR's obligations in accordance with the Contract Documents.

      If any law, ordinance, rule, regulation, code or order of any public body, government entity or court having jurisdiction requires any Work (or part thereof) to specifically be inspected, tested or approved, CONSULTANT/CONTRACTOR shall assume full responsibility therefore, pay all related costs, schedule related activities at appropriate times, and furnish PROJECT MANAGER the required certificates of inspection, testing or approval. CONSULTANT/CONTRACTOR shall also be responsible for and shall pay all costs, in connection with any inspection or testing required in connection with COUNTY's or PROJECT MANAGER's acceptance of a proposed manufacturer, fabricator, supplier or distributor of materials or equipment proposed to be incorporated in the Work, or of material or equipment submitted for approval prior to CONSULTANT/CONTRACTOR's purchase thereof for incorporation of the Work. All inspections, tests or approvals shall be performed by persons or organizations acceptable to COUNTY and PROJECT MANAGER.

      Neither observations by PROJECT MANAGER or COUNTY nor inspections, tests or approvals by others shall relieve CONSULTANT/CONTRACTOR from his obligations to perform the Work in accordance with the Contract Documents and Building Code Requirements.

      If any testing, inspection or approval under this subsection reveal Defective Work, CONSULTANT/CONTRACTOR shall not be allowed to receive any associated costs and COUNTY shall be entitled to deduct from the Contract Price, by issuing a Change Order, COUNTY's costs arising out of the Defective Work, including costs of repeated procedures, compensation for PROJECT MANAGER's services and other related costs.

      Final Inspection. Upon written notice from the CONSULTANT/CONTRACTOR that the Work is complete, including the "punch" listed deficiencies, the Project Manager will make a final inspection with the CONSULTANT/CONTRACTOR and will notify the CONSULTANT/CONTRACTOR in writing of any particulars in which this inspection reveals that the Work is defective. The CONSULTANT/CONTRACTOR shall immediately make such corrections as are necessary to remedy such defects and to complete all the required work.

      Final Inspection for Payment. After the CONSULTANT/CONTRACTOR has completed any such corrections to the satisfaction of the Project Manager and delivered all maintenance and operating instructions, schedules, guarantees, Certificates of Inspection and other documents as required by the Contract Documents, he may make application for final payment.

      Correction or Removal of Defective Work. CONSULTANT/CONTRACTOR shall promptly, without cost to COUNTY and as specified by PROJECT MANAGER, either corrects any defective Work, whether or not fabricated, installed or completed, or, if the Work has been rejected by PROJECT MANAGER, remove it from the site and replace it with conforming Work. The CONSULTANT/CONTRACTOR shall bear the cost of repairing or replacing all Work and property of the COUNTY or others destroyed or damaged or in any way impacted by such correction or removal.

      Contractor's Continuing Obligation. The CONSULTANT/CONTRACTOR's obligation to perform the Work and complete the Work in accordance with the Contract Documents shall be absolute. Neither approval of any progress or final payment by the County, the issuance of Certificate of Completion, any payment by the County to the CONSULTANT/CONTRACTOR under the Contract Documents, any use or occupancy of the Work or any part thereof by the County, any act of acceptance by the County, any failure to do so, nor any correction of defective Work by the County shall constitute an acceptance of Work not in accordance with the Contract Documents.

    • BID PROTESTS

      Bid protests shall be resolved in accordance with the Seminole County Code which can be found in www.seminolecountyfl.gov/purchasing.

    • SUSPENSION OF WORK AND TERMINATION

      The COUNTY May Stop the Work. If the Work is Defective and the CONSULTANT/CONTRACTOR has been notified by PROJECT MANAGER or COUNTY, or if CONSULTANT/CONTRACTOR fails to perform the Work in compliance with the Contract Documents, or if CONTRACTOR fails to furnish or perform the Work in such a way that the completed Work will conform to the Contract Documents, or suitable Materials or Equipment, or if CONSULTANT/CONTRACTOR fails to obtain, maintain or renew insurance in conformance with the Contract Documents in a form acceptable to COUNTY, or if any insurance company CONSULTANT/CONTRACTOR has obtained insurance from declares bankruptcy or is declared bankrupt, or if CONSULTANT/CONTRACTOR fails to prosecute the Work without endangering persons or property, COUNTY may order CONSULTANT/CONTRACTOR to stop the Work, or any portion thereof, until the cause for such order has been eliminated. COUNTY's order to stop the Work may be communicated through PROJECT MANAGER or by COUNTY. This right of COUNTY to stop the Work shall not give rise to any duty on the part of COUNTY or PROJECT MANAGER to exercise this right for the benefit of CONSULTANT/CONTRACTOR or any other party. CONSULTANT/CONTRACTOR shall bear all direct, indirect, and consequential costs of such order to stop the Work (including but not limited to fees and charges of PROJECT MANAGER, attorneys and other professionals, any additional expenses incurred by COUNTY due to delays to others performing Work under a separate contract with COUNTY, and other obligations), and CONSULTANT/CONTRACTOR shall further bear the responsibility for maintaining the Progress Schedule and shall not be entitled to any extension of Contract Time or increase in the Contract Price. COUNTY shall be entitled to deduct any expenses so incurred from the Contract Price by issuing a Change Order.

    • LIMITATION ON DAMAGES

      Bidders submitting Bids agree that any actual or prospective Bidder who is aggrieved in connection with the Bid solicitation, proposed award or award of an Agreement is limited to actual Bid preparation costs related to the specific Bid solicitation. Bidders agree that Bid preparation costs shall be computed based on actual cost and pricing data. Bidders agree that Bid preparation costs may not be proven by use of any formula based calculations.

    • MISCELLANEOUS

      Giving Notice. Whenever any provision of the Contract Documents requires the giving of written notice it shall be deemed to have been validly given as of the time of actual delivery if delivered in person; or if it is delivered by registered mail, at the actual time of delivery.

      Written notice to be delivered to COUNTY or PROJECT MANAGER or to any of its representatives by CONSULTANT/CONTRACTOR shall be delivered at the office stated in the Agreement, unless otherwise specified in writing to CONSULTANT/CONTRACTOR. Written notice to CONSULTANT/CONTRACTOR by COUNTY or PROJECT MANAGER shall be delivered to the individual or member of the firm or to an officer of the corporation for whom it is intended at the office stated in the Agreement, or such other office or individual designated by CONSULTANT/CONTRACTOR in writing to COUNTY.

      Claims for Injury or Damage to Person or Property. Should COUNTY or CONSULTANT/CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time from the first observance of such injury or damage. This provision shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose.

      No Conflict with Laws or Regulations.The duties, obligations, criteria or procedure imposed by these General Conditions and the rights and remedies made available are in addition to, and are not to be construed in any way as a limitation of any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, except that in the event that a specific part or detailed requirement of a provision, criterion or procedure in these General Conditions and a specific part or detailed requirement of a provision, criterion or procedure imposed or available by Laws or Regulations are in conflict the specific part or detailed requirement of Laws and Regulations shall govern. All other specific parts or detailed requirements in the provisions, criteria or procedures of the applicable Laws or Regulations and these General Conditions not in conflict shall remain in full force and effect and be read with the controlling specific part or detailed requirement.

      The provisions of this subsection will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply.

      Each and every provision of law and clause required by law to be inserted in the Contract Documents shall be deemed to be inserted therein and the Contract shall be read and enforced as though it were included therein.

      Partial Invalidity. If any provision of this contract is held by a court of competent jurisdiction to be invalid or unenforceable, such invalidity or unenforceability shall not affect the other parts of this Agreement if the rights and obligations of the parties contained herein are not materially prejudiced and if the intentions of the parties can continue to be effectuated. To that end, this Agreement is declared severable.

    • BID SECURITY
      1. Bid Security shall be made payable to COUNTY, in an amount of five percent (5%) of the Bidder's Total Bid and in the form of a certified or cashier's check, or a Bid Bond issued by a Surety meeting the requirements of these Bid Documents.
      2. The Bid Security of the selected Bidder will be retained until such Bidder has executed the Agreement, furnished the required Bonds and the Insurance Certificates and Endorsements, in accordance with the COUNTY requirements. If the selected Bidder fails to execute and deliver the Agreement or furnish the required Contract documents, within the allotted time, COUNTY may annul the Notice of Award and the Bid Security of that Bidder may be forfeited. The Bid Security of all other Bidders will be returned to them immediately after the execution of the Agreement by the awarded Contractor.
      3. Bid Security is submitted with the understanding that it shall guarantee that the Bidder will not withdraw its Bid for a period of at least ninety (90) days after the closing time for receipt of Bids. By mutual agreement of the COUNTY and an Apparent Low Bidder, the Bid acceptance period may be extended for a period longer than ninety (90) days.
      4. All Bonds shall be in accordance with statutory bond provisions in Florida Statutes and all other applicable Laws and Regulations. All Bonds shall be executed by such Sureties as are licensed to conduct business in the State of Florida and, except as otherwise provided by Laws and Regulations, are named in the current list of "Companies Holding Certificates of authority as Acceptable Sureties on Federal Bonds or as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of its authority to act.
    • SUBSTITUTE MATERIAL AND EQUIPMENT

      The Agreement, if awarded, will be on the basis of the Work described in the Plans and specified in the Specifications without consideration of possible substitute or "or-equal" items, unless approved, in writing, by the County.

    • BID FORM
      1. Bid Forms are included in the section, #BID FORM. Bid Forms must be completed in ink or typewritten. The Total Bid price must be entered into the #BID PRICE section.
      2. Bids by corporations must be executed in the corporate name by the president, vice-president, or other appropriate corporate officer and attested by another corporate officer. Bids by partnerships must be executed in the partnership name and signed by an authorized partner whose title must appear under the signature or all partners. Bids executed by authorized partners must be accompanied by evidence of authorization. Bids by joint ventures must be executed by each ownership interest in the joint venture.
      3. Bidder must acknowledge receipt of Addenda on the Bid Form.
    • SUBMISSION OF BIDS

      Bids shall be submitted electronically via the COUNTY’S website using the Bid Forms provided in the #BID FORM and #BID PRICE sections unless otherwise instructed by the Purchasing and Contracts Division. Bids shall be submitted electronically at or before the time indicated in the Advertisement or the INVITATION FOR BID. Bids submitted in any other format other than via the COUNTY’S website, including but not limited to, hard copy (mailed or hand delivered), facsimile, or emailed submittals, will not be accepted, nor considered for award.

      The COUNTY will not be responsible for late bid submissions due to personal or company internet or hardware limitations, settings or restrictions, internet speed, power outage, network connection, or use of a malfunctioning electronic device, or the like, neither the COUNTY, nor the Software Administrator, will be held responsible. Bidders shall be solely responsible for ensuring the capability of their computer system while responding to this IFB, and for the stability of their internet service. Uploading large documents may take significant time depending on the size of the file(s) and the Internet connection speed that the Bidder is using to submit a response. Failure of the Bidder to successfully submit an electronic Bid before the deadline indicated herein shall be at the Bidder’s sole risk, and no relief will be given for late and/or improperly submitted Bids. Once file(s) have been uploaded and the Submission Status shows as “Submitted” the submission is complete. At that point, the Bidder will also receive an email confirmation from the COUNTY’S website.

      Bids received after the time and date specified in the INVITATION FOR BID will not be accepted.

    • MODIFICATION AND WITHDRAWAL OF BIDS
      1. Bidders may withdraw their submittal electronically via the COUNTY'S website at any time prior to the scheduled due date and time for submission.
      2. If within 24 hours after Bids are opened, any Bidder files a duly signed written notice with COUNTY, and within 48 hours thereafter demonstrates to the reasonable satisfaction of the COUNTY that: a) there has been a material and substantial mistake in the preparation of the Bid; b) the mistake is of such great consequence that to enforce the Agreement would be unconscionable; and c) the mistake occurred notwithstanding the exercise of reasonable care in the preparation of the Bid; the Bidder may withdraw its Bid, and the Bid Security will be returned provided that the COUNTY is not seriously prejudiced, except for the loss of its bargain. Bidder shall not be allowed to correct a Bid with a material and substantial mistake. A Bidder withdrawing its Bid under this subsection shall be disqualified from further bidding on the Work. At its sole discretion, the COUNTY may request additional information should the COUNTY deem it necessary.
    • OPENING OF BIDS
      1. At the specified time and place as indicated in the Advertisement and/or the "INVITATION FOR BID," Bids will be opened and read publicly.
      2. A Bid tabulation with the names of the Bidders and their bid amount will be displayed and made publicly available on the COUNTY'S website within a reasonable time after the opening of Bids.
      3. More than one Bid received for the same Work from an individual, firm or partnership, a Corporation or Association or other legal entity under the same or different names shall not be considered. Reasonable grounds for believing that any Bidder is interested in more than one Bid for the same Work will cause the rejection of all such Bids in which the Bidder is interested. If there are reasonable grounds for believing that collusion exists among the Bidders, the Bids of the participants believed to be in such collusion shall not be considered.
      4. The COUNTY reserves the right to reject any and all Bids and waive any and all irregularities, and the right to disregard any or all nonconforming, unbalanced or conditional Bids or counter proposals. The COUNTY may reject, as non responsive, any or all Bids where Bidders fail to acknowledge receipt of addenda as prescribed. If the COUNTY elects not to reject a Bid which fails to acknowledge receipt of any addendum, the Bid shall be construed as though the addendum had been received and acknowledged by the Bidder.
      5. Discrepancies between words and figures shall be resolved in favor of words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof shall be resolved in favor of the correct sum. Discrepancies in the extension of the Unit Price times the estimated quantity for any line item shall be resolved in favor of the correct extension.
    • BIDS TO REMAIN FIRM
      1. All Bids shall remain firm for ninety (90) Days after the day of the Bid opening, but COUNTY may, in its sole discretion, release any Bid and return the Bid Security prior to that date.
      2. Extensions of time when Bids shall remain firm beyond the ninety-day period may be made only by mutual agreement between Seminole County, Bidders, and the Surety, if any.
    • AWARD OF CONTRACT
      1. In reviewing Bids, COUNTY will consider the qualifications of the Bidders, and whether the Bids comply with the established requirements. If the project is to be awarded, it will be awarded to the lowest responsive, responsible Bidder.
      2. The Apparent Low Bidder shall submit, upon request of COUNTY, additional documentation evidencing its capability to perform the Work contemplated. This information must be received by COUNTY within five (5) Days of the Apparent Low Bidder receiving written request.
      3. COUNTY may consider the qualifications and experience of Subcontractors and other persons and organizations, including those who are to furnish the principal items of Material or Equipment, proposed for those portions of the Work. Operating costs, maintenance, considerations, performance data and guarantees of Materials and Equipment may also be considered by COUNTY. When requested by the County, the list of Subcontractors must be provided by the Contractor within five (5) Days of receiving the request.
      4. COUNTY reserves the right to review the Bid of any Bidder who is behind, as determined by the COUNTY, on the completion schedule for any existing contracts with the COUNTY, in litigation with the COUNTY, involved in any dispute resolution procedure with the COUNTY, has previously defaulted on a contract with the COUNTY or has previously failed to satisfy all COUNTY requirements related to life safety including, but not limited to, the maintenance of traffic provisions on existing or previous agreements with the COUNTY as part of the Bidder’s responsibility determination.
      5. COUNTY, while reviewing the Bid of the Apparent Low Bidder, may reasonably require other Bidders to submit promptly for COUNTY inspection, information, including, but not limited to, their responsibility, qualifications and financial ability. The acceptance of these submittals shall in no way impose any obligation whatsoever upon COUNTY to award the Agreement to any such Bidders, and all information provided shall be at Bidders' sole expense. The COUNTY shall in no event be obligated to reimburse Bidders for their costs incurred to supply this information to the COUNTY.
      6. Any of the following causes may be considered as sufficient grounds for disqualification of a Bidder or the rejection of a Bid:
        1. Submission of more than one (1) Bid for the same Work by any entity under the same or different names.
        2. Evidence of collusion among Bidders.
        3. Submission of an unbalanced Bid in which prices quoted for some items are out of proportion to the prices quoted for other or similar items in the same Bid.
        4. Lack of responsibility as shown by past Work from the standpoint of life safety including, but not limited to, strict adherence to all maintenance of traffic requirements of COUNTY, workmanship, progress and financial irresponsibility.
        5. Uncompleted Work for which the Apparent Low Bidder is committed by contract which might hinder or prevent the prompt completion of Work under this Bid if an Agreement would have been awarded to the Apparent Low Bidder.
        6. Falsification of any entry made on the Bid Documents shall be deemed a material irregularity and will be grounds, at the COUNTY's option, for disqualification of the Apparent Low Bidder or rejection of the Bid.
        7. This section shall be construed liberally to benefit the public and not the Apparent Low Bidder; however, any other evidence which may hinder or otherwise delay completion of the Project may be grounds for disqualification.
        8. Non-compliance with the submittal requirements of these Instructions to Bidders.
      7. The COUNTY reserves the right to waive any informality in Bids received when such waiver is in the best interests of the COUNTY.
      8. AWARD CRITERIA: The COUNTY reserves the right to reject all bids, to make award to the lowest responsible responsive bidder, or to re-solicit and advertise for new bids, or to cancel the project in its entirety. The recommendation of award will be based on, but not limited to the following criteria:
        1. The ability, capacity and skill of the Apparent Low Bidder to perform the Work.
        2. Whether the Apparent Low Bidder can perform the Work promptly, or within the time specified, without delay or interference.
        3. The character, integrity, reputation, judgment and efficiency of the Apparent Low Bidder.
        4. The quality of performance of previous contracts or services to Seminole County or any other agency or client.
        5. The previous and existing compliance by the Apparent Low Bidder with Chapter 220, Seminole County Purchasing Code, the life safety requirements of COUNTY, and other laws and ordinances, regulations.
        6. The sufficiency of the financial resources and ability of the Apparent Low Bidder to perform the Work.
        7. The quantity, availability and adaptability of the Apparent Low Bidder to perform the Agreement or service to the particular needs of the COUNTY.
        8. The ability of the Apparent Low Bidder to retain employees for the purpose of this Work.
        9. The experience of the Apparent Low Bidder performing in a similar manner as required by this Agreement. Minimum of three (3) satisfactory years in business shall be required.
        10. The type, structure and experience of the branch management proposed.
        11. Quality Control Program.
        12. Claims and Litigation filed against the Apparent Low Bidder or filed by the Apparent Low Bidder for equitable adjustment, contract claim or litigation in the past five (5) years.
        13. Reprimand of any nature or suspension by the Department of Business & Professional Regulation (DBPR) or any other regulatory agency or professional association within the last five (5) years.
    • BONDS AND INSURANCE

      The Contract Documents set forth COUNTY's requirements as to Bonds and Insurance. When the successful Apparent Low Bidder delivers the executed Agreement to COUNTY, it shall be accompanied by the required Bonds, Insurance Certificates, and all other documents as required for this Bid.

      A misstatement or omission of a material fact, whether intentional or not, regarding the Bidder's insurance coverage, policies or capabilities may be grounds for rejection of the Bidder’s submitted bid and rescission of any ensuing Award Agreement.

      The COUNTY recommends that all Bidders review the insurance requirements listed within Solicitation Section #CONTRACTOR'S INSURANCE with their insurance carriers. A copy of the insurance certificate shall be furnished to the COUNTY prior to the final execution of the COUNTY’s Award Agreement. The COUNTY reserves the right to reject the award to any Bidder that fails to provide the insurance as required within the COUNTY’s Award Agreement

    • PUBLIC ENTITY CRIMES

      Any Person or affiliate, as defined in Section 287.133 of the Florida Statutes, shall not be allowed to contract with the COUNTY, nor be allowed to enter into a subcontract for Work on this Project, if such a person or affiliate has been convicted of a public entity crime within three (3) years of the date of this Project was advertised for Bid, or if such person or affiliate was listed on the State's convicted vendor list, within three (3) years of the date of this Project was advertised, whichever time period is greater. A public entity crime means a violation of any state or federal law with respect to and directly related to the transaction of business with any public entity or agency (federal, state or local), including but not limited to, any contract for the construction or repair of a public building or public work involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, forgery, falsification of records, receiving stolen property or material misrepresentation.

      Any Agreement with the COUNTY obtained in violation of this Section shall be subject to termination for cause. A subcontractor who obtains a subcontract in violation of this Section shall be removed from the Project and promptly replaced by a subcontractor acceptable to the COUNTY.

    • CONCURRENT WORK BY OTHERS
      1. Bidders are advised that there will be other contractors or the COUNTY with its own forces working at the Project site concurrent with the construction of the Work described herein. Accordingly, Bidders should consider the limitations to site access, construction sequencing and the CONTRACTOR's obligation to coordinate the Progress Schedule with others when preparing the Bid.
      2. Bidders shall consider permanent and the possibility of temporary utility facilities and appurtenances in their present, relocated or proposed positions and installation of new facilities as required for the Work. No additional monetary compensation will be allowed for any delays, inefficiencies, or damages of any nature sustained due to any delay, inefficiency, disruption, suspension, constructive acceleration, or interference from COUNTY utilities, utilities of others or from the operations of relocating or installing them.
    • SPECIAL WARRANTY, GUARANTEE, INSURANCE MAINTENANCE, AND CORRECTION PERIOD REQUIREMENTS

      There may be special requirements pertaining to Warranty, Guarantee, Insurance, Maintenance and the Correction Period, which are described in the Bidding Documents. Bidders should review these special requirements, if applicable, and reflect in their Bids all costs associated therewith.

    • TAXES

      The COUNTY is not subject to Florida Sales and Use Tax; the COUNTY's exemption does not extend to any Bidder as a result of construction of any COUNTY owned facility. The Bidder is cautioned to include costs related to Florida Sales and Use Tax in the Bid.

    • ALTERNATE BIDS

      Alternate Bids will not be accepted unless specifically called for in the Bidding Documents.

    • GRATUITIES AND KICKBACKS
      1. Gratuities: It is unethical for any person to offer, give, or agree to give any employee or for any employee to solicit, demand, accept or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a program requirement or a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or in any other advisory capacity in any proceeding or application, request for ruling, determination claim or controversy, or other particular matter, pertaining to any program requirement or an Agreement or subcontract, or to any solicitation therefore. See, Chapter 220.
      2. Kickbacks: It shall be unethical for any payment, gratuity, or offer of employment to be made by or on behalf of a subcontractor under a Contract to the CONTRACTOR or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order.
      3. Contract Clause: The prohibition against gratuities and kickbacks prescribed in this section shall be conspicuously set forth in every Contract and subcontract and solicitation, therefore.
    • PERMITS
      1. Unless otherwise specified, the CONTRACTOR shall secure and pay for all permits, governmental fees, local building permit, and licenses necessary for the proper execution and completion of the Work, which are applicable at the time the Bids are received. The CONTRACTOR is to be familiar with all Federal, State and local laws, codes, ordinances and regulations which in any manner affect those engaged or employed in the Work, Material or Equipment used in the conduct of the Work. Before securing permits or necessary licenses, CONTRACTOR shall carefully study and compare the Plans and Specifications and shall at once report in writing to the Engineer any error and omission he/she may discover that is in variance with applicable laws, statutes and regulations. If such notice is not received by Engineer of Record prior to issuance of permits, CONTRACTOR shall assume full responsibility and bear all costs accrued. It is the obligation of the CONTRACTOR to determine the permits and fees required by any local regulations, State regulations, etc., and include the cost of all such permits in Bid. Permits and fees will not be waived. No waiver of the required permit/licenses/fees should be assumed.

      The COUNTY may be required to stop the specific portions of the Work related to a permit as a result of the failure of the CONTRACTOR to secure the applicable permit. The Bidder is hereby advised that the CONTRACTOR will be required to pay all fines and penalties of any nature related to a failure to satisfy any permit requirement or violation of any applicable permit.

    • LICENSES

      Bidder's, both corporate and individual, must be fully licensed and certified for the type of work to be performed in the State of Florida at the time of submittal and during the entire Contract Time.

    Submission Requirements

    • Enter Contractor License Number (required)

      Please enter your License Number here. This will be verified against the Florida State, Department of Business & Professional Regulation database.

    • Federal Employer Identity (FEI) Number (required)

      State your Federal Employer Identity (FEI) Number here. This will be verified against the Florida Secretary of State's Website.

    • Incorporated in the State of (required)
    • SAM.gov Registration (required)

      Please enter your legal entity name for SAM.gov verification.

    • List of Principals: (required)
    • Bid Form (required)

      Please download the below document, complete the Unit Bid Price for each row, and upload as a PDF File

      *Any manipulations outside of the requested fields would be grounds for disqualification. If the manipulation is found after the approval and award of the Contract, it would be grounds for termination for cause.* 

    • Bid Confirmation (required)

      Pursuant to and in compliance with your notice inviting sealed Bids (Invitation for Bid), Instructions to Bidders, and the other documents relating thereto, the undersigned Bidder, having familiarized himself with the terms of the Bidding Documents, local conditions affecting the performance of the Work, and the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Bidding Documents, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, Material, and tools, expendable Equipment, and all utility and transportation services necessary to perform the Work and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work all in strict conformity with the Plans and Specifications and other Contract Documents, including any and all Addenda on file at the Purchasing and Contracts Division for the Total Bid (Contract Price) hereinafter set forth.

      The undersigned Bidder agrees that the Work shall be completed according to the schedule set forth in the #BID PRICE section.

      The undersigned Bidder further agrees to pay liquidated damages as described in the Bidding Documents.

      Bidder acknowledges that it has read and fully understands all Sections of the Bidding Documents.

      The undersigned, as Bidder, declares that the only persons or parties interested in this Bid as principals are those named herein; that this Bid is made without collusion with any person, firm or corporation; and agrees, if the Bid is accepted, that he will execute an Agreement with the COUNTY in the form set forth in the Bidding Documents in strict compliance with all of County requirements.

      Pursuant to and in compliance with this Invitation to Bid, Instructions to Bidders, and all documents relating thereto, the undersigned hereby agrees to furnish all labor, Materials and Equipment required to do the Work in strict accordance with the Bidding Documents and all addenda, if any, issued prior to the date of this Bid at the Total Bid Price herein.

      The Bidder acknowledges that the Total Bid Price stated herein includes the sum of $250.00 or 1% of the Bid whichever is greater, specific consideration for indemnification.

    • Bid Guarantee (required)

      ACCOMPANYING THIS BID IS a "cashier's check," bidder's bond," certified check," or other security as provided by law in an amount equal to at least five percent (5%) of the Total Bid, payable to the:

      BOARD OF COUNTY COMMISSIONERS, SEMINOLE COUNTY, FLORIDA

      The undersigned deposits the following security as a Bid guarantee and agrees that it shall be forfeited to the COUNTY as liquidated damages in case this Bid is accepted by the COUNTY and the undersigned fails to execute an Agreement with the COUNTY as specified in the Contract Documents accompanied by the required Payment and faithful Performance Bonds with Sureties satisfactory to the COUNTY, and accompanied by the required certificates of insurance coverage, and endorsements. Should the COUNTY be required to engage the services of an attorney in connection with the enforcement of this Bid, Bidder promises to pay COUNTY's reasonable attorney's fees and costs (including attorney's fees and costs on appeals) incurred with or without suit.

      The undersigned understands the Bid guarantee Submittal Instructions, and agrees to submit the Bid Guarantee appropriately as follows:

      1. If cashier's check or certified check: Bidders shall deliver their cashier's check or certified check to the COUNTY in original hard copy format PRIOR to the bid submittal deadline in a properly labeled and sealed envelope. A scanned copy of a check will not be acceptable and will result in the Bidder being deemed non-responsive.
        1. envelope instructions for cashier's check or certified check only:
          • from:
            • CC-6545-25/MAG,US 17-92 Overpass Pedestrian Improvements FPID #: 441484-1-58-01 &Wednesday, May 20, 2026

            • Bidder Company Name

            • Attn: (contact person)

            • Address

            • Phone Number

          • To:

            • County of Seminole
            • Attn: Purchasing and Contracts Division
            • 1301 East Second Street, Sanford, Florida 32771
            • (407) 665-7122
      2. If bid bond: A fully executed and notarized Bid Bond in accordance with the requirements herein shall be scanned and submitted electronically as part of the bidder's electronic response via the COUNTY'S website. Bidders submitting a fully executed Bid Bond electronically need not also deliver the hard copy to the COUNTY in duplicate. The COUNTY may request the original Bid Bond from the apparent low bidder for validation purposes after bid opening. Improperly executed or invalid bid bonds will result in the Bidder being deemed non-responsive.
    • Bid Bond

      Upload Scan of properly executed Bid Bond here.

    • Trench Safety Act Form (required)

      Please download the below documents, complete, and upload.

    • Human Trafficking Affidavit (required)

      Please download the below documents, complete, and upload.

    • CONFIDENTIAL - EXEMPT FROM PUBLIC RECORDS LAW

      Upload any confidential files here in accordance with the instructions herein.

    • Insurance Confirmation (required)

      Please download the below documents, complete, and upload.

    • Additional Documents
      • Copies of required Licenses as required
      • Any and all other documents as requested in Documents
    • W9 Form (required)

      Please download the below documents, complete, and upload.

    • Use the form below to submit similar projects completed within the past (5) years. (required)

      Please download the below documents, complete, and upload.

    • Certification & Signature Section
    • Name of Authorized Signatory (required)

      Enter the name and title of the representative certifying (signing) the foregoing electronic documents and submitting this response.

    • Public Entity Crimes Form (required)

      SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a) FLORIDA STATUTES ON PUBLIC ENTITY CRIMES

      1. This sworn statement is submitted to SEMINOLE COUNTY BOARD OF COUNTY COMMISSIONERS by:
        The authorized representative of the company submitting a response to this solicitation signing the sworn statement:
      2. I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or with an agency or political subdivision of any other state or of the United States involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
      3. I understand that “convicted” or “conviction” as defined in Paragraph 287.133()(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guild, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea or guilty or nolo contendere.
      4. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
        1. A predecessor or successor of a person convicted of a public entity crime; or
        2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prime facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.
      5. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity.
      6. Based on the information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.)

      I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILE. I ALSO UNDERSTAND THAT I AM REQUIRED TOINFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017 FLORIDA STATUTES FOR CATETORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM.

      Under penalties of perjury, I declare that I have read the foregoing Public Entity Crimes Form and that the facts stated in it are true to the best of my knowledge and belief.

    • Non-Collusion Affidavit of Bidder (required)

      I certify that I am an authorized representative of the company, the Bidder that has submitted the attached Bid;

      1. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid;
      2. Such Bid is genuine and is not a collusive or sham Bid;
      3. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Agreement for which the attached Bid has been submitted or to refrain from bidding in connection with such Agreement, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person, to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the Board of County Commissioners, Seminole County, Florida, or any person interested in the proposed Agreement; and
      4. The prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees or parties in interest, including this affiant.

      Under penalties of perjury, I declare that I have read the foregoing Non-Collusion Affidavit of Bidder Form and that the facts stated in it are true to the best of my knowledge and belief.

    • E-Verify Form (required)

      Please download the below documents, complete, and upload.

    • Worker’s Compensation Compliance Certification (required)

      Chapter 440, Florida Statutes establishes a workers’ compensation system designed to assure the quick and efficient delivery of disability and medical benefits to an injured worker and to facilitate the worker’s return to gainful employment at a reasonable cost to the employer. It is the policy of Seminole County to do business only with those entities which are fully compliant with Chapter 440, including all reporting and premium payment requirements.

      Under penalties of perjury, I declare that I have read the foregoing Worker’s Compensation Compliance Certification Form and that the facts stated in it are true to the best of my knowledge and belief.

      To comply with this requirement, the undersigned hereby certifies that

    • Worker’s Compensation Compliance Certification Cont...

      If you selected option 2 above, "Is exempt from the provisions of Chapter 440, Florida Statutes," explain the reasons here.

      (not required if you selected option 1)

    • Compliance with Public Records Form (required)

      Seminole County shall comply with the Public Records Law as provided by Chapter 119, Florida Statutes, and all applicable amendments. Applicants must invoke the exemptions to disclosure provided by law in the response to the solicitation and must identify the data or other materials to be protected separately under "CONFIDENTIAL - EXEMPT FROM PUBLIC RECORDS LAW," and must state the reasons why such exclusion from public disclosure is necessary. The submission of a response authorizes release of your firm’s credit data to Seminole County.

      If the company submits information exempt from public disclosure, the company must identify with specificity which pages/paragraphs of their submittal/proposal package are exempt from the Public Records Act, identifying the specific exemption section that applies to each. The protected information must be submitted to the County separately under “CONFIDENTIAL - EXEMPT FROM PUBLIC RECORDS LAW”. Failure to identify protected material via a separate upload will cause the County to release this information in accordance with the Public records Law despite any markings on individual pages of your submittal/proposal.

      1. CONTRACTOR acknowledges COUNTY’s obligations under Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statues, to release public records to members of the public upon request. CONTRACTOR acknowledges that COUNTY is required to comply with Article 1, Section 24, Florida Constitution and Chapter 119, Florida Statutes, in the handling of the materials created under this Agreement and that said statute controls over the terms of this Agreement.
      2. CONTRACTOR specifically acknowledges its obligations to comply with Section 119.0701, Florida Statutes, with regard to public records, and shall:
        1. keep and maintain public records that ordinarily and necessarily would be required by COUNTY in order to perform the services required under this Agreement;
        2. provide the public with access to public records on the same terms and conditions that COUNTY would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law;
        3. ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law; and
        4. meet all requirements for retaining public records and transfer, at no cost to the COUNTY, all public records in possession of CONTRACTOR upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to COUNTY in a format that is compatible with the information technology system of COUNTY.
      3. Failure to comply with this Section shall be deemed a material breach of this Agreement for which COUNTY may terminate this Agreement immediately upon written notice to CONTRACTOR.

      By submitting a response to this solicitation, the company agrees to defend the County in the event it is forced to litigate the public records status of the company’s documents.

      Under penalties of perjury, I declare that I have read the foregoing Compliance with Public Records Form and that the facts stated in it are true to the best of my knowledge and belief.

    • Certification of Non-segregated Facilities (required)

      The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis of race, color, religious disability or national origin, because of habit, local custom, or otherwise. The Bidder agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files.

      The nondiscriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein.

      NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.

      Under penalties of perjury, I declare that I have read the foregoing Certification of Non-segregated Facilities Form and that the facts stated in it are true to the best of my knowledge and belief.

    • Americans with Disabilities Act (required)

      Please download the below documents, complete, and upload.

    • Drug-Free Workplace Form (required)

      The undersigned vendor in accordance with Section 287.087, Florida Statutes, hereby certifies that the CONTRACTOR submitting this bid does:

      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 proposed a copy of the statement specified in subsection (1).
      4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will propose by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 893 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 a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so 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 the statement, I certify that this firm complies fully with the above requirements.

      Under penalties of perjury, I declare that I have read the foregoing Drug-Free Workplace Form and that the facts stated in it are true to the best of my knowledge and belief.

    • Foreign Country of Concern Attestation (required)

      Per section 287.138, Florida Statutes, Seminole County is prohibited from accepting bids, proposals, replies, or from entering into contract with any entity that is owned or controlled by a government of a Foreign Country of Concern or that is organized under or has its principal place of business in a Foreign Country of Concern.  This prohibition also extends to renewals of existing contracts.  In compliance with section 287.138, all vendors must attest to the following:

      1. CONTRACTOR is not owned by the government of a Foreign Country of Concern, is not organized under the laws of nor has its Principal Place of Business in a Foreign Country of Concern, and the government of a Foreign Country of Concern does not have a Controlling Interest in its entity.  Foreign Country of Concern include the People's Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People's Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolás Maduro, or the Syrian Arab Republic, including any agency of or any other entity of significant control of such foreign country of concern.

      Under the penalties of perjury, I declare that I have read the foregoing Foreign Country of Concern Attestation and that the facts stated in it are true to the best of my knowledge and belief.

    • Affidavit of Non-Coercion for Labor and Services (required)

      As required by section 787.06, Florida Statutes, nongovernmental organizations must attest that they do not use coercion for its labor and services. Therefore, pursuant to law, I attest to the following:

      A. I, as an officer or representative of a nongovernmental entity, attest under penalty of perjury that my company or organization does not use coercion for labor or services.

      B. The term “coercion” as used in subsection A above includes using or threatening to use physical force against any person; restraining or isolating any person without lawful authority and against their will; using or lending credit methods to establish a debt with labor or services as security, without applying the value of such labor or services towards the debt; destroying, concealing, or withholding identification or immigration documents; causing financial harm or threatening to do so; enticing or luring any person through fraud; and providing controlled substances for the purposes of exploitations.

      C. This affidavit is provided to Seminole County in compliance with the requirements set forth in section 787.06, Florida Statutes, concerning contracts executed, renewed, or extended between a governmental entity and a nongovernmental entity.

      I declare that I have read the foregoing Affidavit of Non-Coercion for Labor and Services and that the facts stated in it are true to the best of my knowledge and belief.

    • No Deviations From This Solicitation (required)

      In submitting a response to this solicitation, Respondent is certifying that it takes no exceptions to this solicitation including, but not limited to, the Agreement. If any exceptions are taken, such exceptions must be clearly noted here, and may be reason for rejection of the response. As such, Respondent is directed to carefully review the proposed Agreement and, in particular, the insurance and indemnification provisions therein (or type "N/A").

    • I hereby certify under penalty of perjury under the laws of the State of Florida that all of the information submitted in connection with this solicitation and all of the representations made herein are true and correct. By confirming below, I certify that I am an authorized representative to sign and submit this response on behalf of my company. (required)
    • Project Manager/Phone Number (required)

      Enter the name of the County Project Manager and their phone number.

    • Brief Project Description (required)

      (For advertisement)

    • Engineer's Estimate (required)

      Enter the engineer's estimate here (include dollar sign, commas & decimals).

    • Insurance Requirements (required)

      Is the estimated value under 500k?

    • Work Performed by CONTRACTOR (required)

      The CONTRACTOR must perform at least ___% of the total Work...

      (adjust the amount/percent below for this project)

    • Liquidated Damages (required)

      Enter the amount only for Liquidated damages: $___________ / Day

      (adjust the amount below for this project)

    • Draft Contract (required)

      Select the option that suits this project

    • Is this Project FEMA Funded? (required)
    • Are Maintenance Services Involved? (required)

      (If yes, this will import the Additional Terms and Conditions for Maintenance Services)

    Key dates

    1. April 15, 2026Published
    2. May 20, 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.