Active SLED Opportunity · FLORIDA · CITY OF PLANT CITY

    1914 Plant City High School Community Center Restoration

    Issued by City of Plant City
    cityRFPCity of Plant CitySol. 249511
    Open · 6d remaining
    DAYS TO CLOSE
    6
    due Apr 30, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    236220
    AI-classified industry

    AI Summary

    The City of Plant City seeks proposals for restoration of the historic 1914 Plant City High School Community Center. The project requires compliance with National Historic Registry standards and includes detailed evaluation criteria covering experience, project approach, personnel qualifications, local preference, and cost. Proposals are due by April 30, 2026.

    Opportunity details

    Solicitation No.
    249511
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 27, 2026
    Due Date
    April 30, 2026
    NAICS Code
    236220AI guide
    Jurisdiction
    City of Plant City
    State
    Florida
    Agency
    City of Plant City

    Description

    Renovations are needed for the 1914 Plant City High School Community Center located at 605 N. Collins St., Plant City, FL 33563. This is a city owned building that is registered with the National Historic Registry. All work will need to be approved by the National Historic Registry and meet Historic Building requirements.

    Project Details

    • Reference ID: 26-036FM-RFP
    • Department: Facilities Maintenance
    • Department Head: Jim Rini (Facilities Maintenance Manager)

    Important Dates

    • Questions Due: 2026-04-20T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-08T14:00:00.000Z — 1914 Plant City High School Community Center located at 605 N. Collins St., Plant City, FL 33563

    Evaluation Criteria

    • Tab 1 - Experience and Qualifications (25 pts)
      • List in-house, full service capabilities. (Limit response to one (1) page)

       

      • Provide an approach to the project that defines in detail the components of job specific construction services and the responsibility of the contractor for each component. (Limit response to two (2) pages)

       

      • Provide a minimum of three (3) and a maximum of five (5) projects constructed within the past ten (10) years for which your company provided restoration construction services on historic facility of similar size and scope to indicate the experience and proficiency of the prime and subcontractors. (Limit response to one (1) page per project)

       

      For each project please provide:

       

      1. Name and location of the project;
      2. Size and cost of the project;
      3. Project owner’s representative name, address, phone number, and email address;
      4. Date project was completed or is anticipated to be completed;
      5. The nature of the firm’s responsibility on the project and equipment types;
      6. Identify the key staff and their role on each project;
      7. Identify working relationship of subcontractors or joint venture on project, if any;
      8. Provide the original budget and the final budget of the project. Explain the reason(s) for differences, such as owner requested change, contractor claim, and insufficient plans and specifications;
    • Tab 2 - Ability to Furnish the Required Services (25 pts)

      Provide sufficient information to document the Proposer’s understanding of the magnitude of the project based on the full requirements contained within this RFP. Provide in detail evidence that the Proposer has the knowledge to accomplish these requirements with the least impact to City staff and budget.

      The proposal should set forth a work plan, including an explanation of the restoration methodology and approach to be followed while performing the services.  The proposals of the engagement should include:

      1. Proposed project plan.
      2. Level of staff to be assigned to the project.
      3. Type of materials and extent of procedures to be used.
      4. Approach to be taken to for different aspects of the exterior restoration.
      5. Approach to be taken in determining laws and regulations that will be subject to the City and Historical Society requirements.
      6. Proposed timeline to complete the restoration.
      7. Approach in working with staff.
      8. Identification of anticipated potential problems and the approach with staff to resolve.
    • Tab 3 - Ability of Personnel (25 pts)
      • List staff available to perform the services. The list should contain:
        • Employees name
        • Licensure and/or certification status
        • Work history
        • Length of time in current position
        • Length of time with current employer

      A table format is preferred listing this information.

       

      • Provide an organizational chart of the team highlighting the key individuals and subcontractors who will work on this contract as identified above. When identifying a subcontractor, please indicate the name of the person that will be the key individual assigned to this contract. (Limit response to one (1) page)

       

      • The key staff presented in the contractor’s response shall be the staff utilized on this contract. Provide the resumes of the key staff to be utilized for this contract as identified above. (Limit response to one (1) page per resume)

       

      • Demonstrate each key staffs’ availability and office and home location to respond to the needs of the project. Please remember that you will also need to identify the key staff identified to be used under the subcontractors as identified above. (Limit response to one (1) page for all key staff members)

       

      List subcontractors to be used and their location from which resources will be committed to the Project. Include the subcontractor’s capabilities, qualifications and experience relative to this RFP’s scope of service. Submit a copy of their applicable licenses and/or certifications qualifying them to perform the work. Please remember that Polk County is committed to utilizing local as well as women/minority vendors where possible. (Limit response to one (1) page per subcontractor)

    • Tab 4 - Local Preference (1.5 pts)

      The City has adopted a local preference policy (Section 2-151 Plant City Code).  As part of the RFP evaluation, qualifying Respondents will be awarded 1½ points toward their final point total.  A Respondent qualifies for award of local preference points if it has met all of the following:

      1. Paid its applicable City business tax for the current year in which this RFP is issued.  Respondents that request local preference must include in their submittal packets a copy of the receipt proving payment of the City’s business tax.

      2. A license issued by the State of Florida allowing it to engage in the business of providing the goods/services requested in this RFP.

      3. A physical office located within the city limits of Plant City.  The office must be staffed by at least two full-time equivalent employees, and must have been established at least six months before the submittal deadline.  Post Office boxes are not verifiable and will not be accepted as proof of a physical office location.  A Respondent that does not meet the criteria above shall not receive 1½ points toward its final point total.

    • Tab 5 - Cost (23.5 pts)

      Proposer shall provide an all-inclusive cost based on the Scope of Services, Specifications and Requirements provided herein. The City will be accepting electronic submissions of the bid via the City's eProcurement system.

    Submission Requirements

    • Proposal Submittal (required)
    • Statement of E-Verify Requirements Compliance (required)

      By confirming, I, the duly authorized representative/agent of the firm I am representing for this bid hereinafter referred to as Successful Respondent, by this Affidavit attest to the following:

      The Successful Respondent acknowledges that Section 274A of the Immigration and Nationalization Act and other relevant provisions of law prohibit the employment of unauthorized aliens; that the U.S. Department of Homeland Security has established an E-Verify System that allows employers to verify employee eligibility in an efficient manner; and that the Office of the Governor of the State of Florida has issued Executive Order 11-116, encouraging public agencies not under the control of the Governor to include as a provision of contracts for the provision of goods or services a requirement that contractors and subcontractors utilize the E-Verify System to verify employee eligibility. Successful Respondent hereby affirms and agrees that Successful Respondent is in compliance and shall at all times comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens. Successful Respondent shall verify the eligibility of its current and prospective employees utilizing the U.S. Department of Homeland Security’s E-Verify System during the term of this Agreement. Successful Respondent shall include in all contracts with subcontractors related to this Agreement a provision requiring the subcontractor to comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens and to verify the employment eligibility of all the subcontractor’s current and prospective employees using the U.S. Department of Homeland Security’s E-Verify System. The Successful Respondent shall maintain records showing its compliance with the requirements of this paragraph, and shall provide copies of all such records to the City upon request. Failure to comply with any requirement of this paragraph shall constitute a breach of this Agreement for which the City may immediately terminate the Contract without penalty. In the event of such breach or termination, the Successful Respondent shall be liable to the City for any costs incurred by the City as a result of the breach.

      IN ACCORDANCE WITH § 837.06, FLA. STAT., SUCCESSFUL RESPONDENT ACKNOWLEDGES THAT WHOEVER KNOWINGLY MAKES A FALSE STATEMENT IN WRITING WITH THE INTENT TO MISLEAD A PUBLIC SERVANT IN THE PERFORMANCE OF HIS OR HER OFFICIAL DUTY SHALL BE GUILTY OF A MISDEMEANOR OF THE SECOND DEGREE, PUNISHABLE AS PROVIDED IN § 775.082 OR § 775.083, FLA. STAT.

    • Sworn Statement Under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes (required)

      Please download the below documents, complete, and upload.

    • Drug-Free Workplace Statement (required)

      By confirming, the respondent, in accordance with Florida Statute 287.087 hereby certifies that the firm they are representing for this bid does the following:

      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.

      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.

      Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the Drug-Free statement.

      Notify the employees that as a condition of working on the commodities or contractual services that are under bid, employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or no lo contendere to, any violation of Chapter 1893 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.

      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.

      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 business complies fully with the above requirements.

    • Public Records Act/Chapter 119 Requirements (required)

      By confirming, the successful respondent agrees to comply with the Florida Public Records Acts to the fullest extent applicable, and shall, if this engagement is one for which services are provided by doing the following:

      1. Successful Respondent shall keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service;
      2. Successful Respondent shall provide the public with access to such public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes or as otherwise provided by law;
      3. Successful Respondent shall insure that public records that are exempt or that are confidential and exempt from the public record requirements are not disclosed except as authorized by law; and
      4. Successful Respondent shall meet all requirements for retaining public records and transfer to the public agency, at no cost, all public records in possession of the Successful Respondent upon termination of the contract and shall destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City.

      The parties agree that if the Successful Respondent fails to comply with a public records request, then the City must enforce the contract provisions in accordance with the contract and as required by Section 119.0701, Florida Statutes. Notwithstanding any other requirement herein stated, the Successful Respondent shall comply fully with the requirements of Florida Statutes 119.0701.

    • Non-Collusion Statement (required)

      By confirming, the respondent attests that:

      1. He/she is the representative of the firm, the respondent that has submitted the attached response.
      2. He/she is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation.
      3. Such solicitation is genuine and is not a collusive or sham solicitation.
      4. Neither the said respondent nor any of its officers, partners, owners, agent representatives, employees or parties in interest including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other respondent, firm or person, to submit a collusive or sham response in connection with the Agreement for which the attached response 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 responder, firm or person to fix the price or prices in the attached solicitation or of any other respondent, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other responder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of Winter Park, Florida, or any person interested in the proposed Agreement.
      5. The price or prices quoted in the attached response are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties of interest, including affiant.
    • No Contact Clause (required)

      By confirming, the respondent agrees to abide by the City's "No Contact Clause" and understands that violation of this policy shall result in disqualification of their proposal/submittal.

      The City of Plant City has established a solicitation silence policy (No Contact Clause) that prohibits oral and written communication regarding all formal solicitations for goods and services (formal bids, Request for Proposals, Requests for Proposals) issued by the City through the City Procurement Division.

      The period commences when the procurement document is received and terminates when the City Commissioners, City Manager, or their designee, approves an award.

      When the solicitation silence period is in effect, no oral or written communication is allowed regarding the solicitation between prospective bidders/respondents and members of the City Commissioners, the City Manager, City employees or members of the Approved Review Committee. All questions or requests for information regarding the solicitation must be directed to the designated Procurement Representative listed in the solicitation.

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

      Any attempt by a vendor/respondent to influence a member or members of the aforementioned shall be grounds to disqualify the respondent from consideration during the selection process.

    • Conflict of Interest (required)

      For purposes of determining any possible conflict of interest, all bidders/responders, must disclose if any Plant City Commissioner(s), employee(s), is also an owner, corporate officer, agency, employee, etc., of their business.

      Indicate either “yes” (a City employee, elected official is also associated with your business), or “no”.

    • Conflict of Interest Dislcosure (required)

      If yes, give person(s) name(s) and position(s) with your business.

    • Affidavit Certification Immigration Laws (required)

      The City Of Plant City will not intentionally award City contracts to any contractor who knowingly employs unauthorized Alien Workers, constituting a violation of the employment provisions contained In 8 U.S.C. Section 1324 A(E) {Section 274a(E) of The Immigration And Nationality Act (“INA”).

      The City Of Plant City may consider the employment by any contractor of unauthorized Aliens a violation of Section 274a(E) of the INA. Such violation by the recipient of the employment provisions contained in Section 274a(E) of the INA shall be grounds for unilateral cancellation of the contract by the City Of Plant City.

      By confirming, bidder attests that they are fully compliant with all applicable immigration laws (Specifically to the 1986 Immigration Act and subsequent amendments).

    • AFFIDAVIT UNDER SECTION 787.06(13), FLORIDA STATUTES, ON KIDNAPPING; CUSTODY OFFENSES; HUMAN TRAFFICKING; AND RELATED OFFENSES, Human trafficking (required)

      Please download the below documents, complete, and upload.

    • AFFIDAVIT UNDER SECTION 287.138, FLORIDA STATUTES, PROCUREMENT OF PERSONAL PROPERTY AND SERVICES, Contracting with entities of foreign countries of concern prohibited (required)

      Please download the below documents, complete, and upload.

    • Respondent References

      Please download the below documents, complete, and upload.

    • Vendor Instructions (required)

      By confirming,

      If your company provide services performed on City property, you will also be required to submit an ACORD Insurance Certificate naming the City of Plant City as an additional insured, along with a copy of the additional insured endorsement from your policy, prior to services being rendered.

      The City of Plant is exempt from the payment of Florida sales and use tax.  Copies of the City's Sales Tax Exemption Certificate are available upon request to cpcprocurements@plantcitygov.com.

      The City's payment terms are Net 30 and all invoices/billing should be sent to: City of Plant City, PO Box C, Plant City, FL 33564.

      Submission of a proposal constitutes agreement with the Purchase Order Terms and Conditions as found on the City's website:  https://www.plantcitygov.com/procurement.

    • Proof of Insurance (required)

      If your company provide services performed on City property, you will also be required to submit an ACORD Insurance Certificate naming the City of Plant City as an additional insured, along with a copy of the additional insured endorsement from your policy, prior to services being rendered.

      Can you provide provide Proof of Insurance or Insurability?

    • Proof of Insurance (required)

      Please upload a copy of your current ACORD Insurance Certificate or other sufficient documentation.

    • Proof of Insurance (required)

      If you cannot provide a current ACORD Insurance Certificate, please describe how intend to be able to provide the required insurance if your company is selected to provide services.

    • Tax Exemption and Payment Terms (required)

      By clicking confirm, Vendor acknowledges that:

      1. The City of Plant is exempt from the payment of Florida sales and use tax.  Copies of the City's Sales Tax Exemption Certificate are available upon request to cpcprocurements@plantcitygov.com.
      2. The payment terms are Net 30 and all invoices/billing should be sent to: City of Plant City, PO Box C, Plant City, FL 33564. 
      3. Submission of a proposal constitutes agreement with the Purchase Order Terms and Conditions as found on the City's website:  https://www.plantcitygov.com/procurement.
    • Purchase Orders Contact (required)

      Provide Name, Phone, and Email Address for your purchase order contact.

    • Account Receivable Contact (required)

      Provide Name, Phone and Email of your accounts receivable contact.

    • Additional Contacts

      Provide Name, Phone and Email for any additional contacts.

    • W-9 (required)

      A completed W-9 must be submitted with proposal submission.

    • Remit to Address (required)

      Is your remit to address different than your mailing address?

    • Remit to Address (required)

      Provide your remit to address.

    • Redacted Responses

      If you have any information that should be redacted for confidentiality, please upload a redacted copy of your response.

    • Authorized Signatory (required)

      Name and Title of Authorized Signatory

    • Name, Title, Address, Phone, and Email and of Authorized Signatory (required)
    • By clicking confirm, the authorized signatory is confirming that they are authorized to bind the entity to the contract. (required)
    • The respondent's Proof of required Certification(s) and License(s) (required)

      Please upload a copy of your document to show proof requirements are met.

    • Is there a pre-proposal meeting or walkthrough for this RFP? (required)
    • Attendance Requirement? (required)
    • Valid Terms (required)

      How many days should the proposal be valid?

    • Do you need an Engagement Letter? (required)

    Questions & Answers

    Q (Bid bond or Perfomance Bond): Is there a bid bond or performance bond required?

    A: Yes. A bid bond of 5% of the proposed cost should be submitted with the proposal. The successful contractor will need to provide a performance bond in the full amount of the contract.


    Q (Drawings): Are drawings available for this project?

    A: All the available documents on the property are attached in the supporting attachments.


    Q (Base Bid Quanitites): Please confirm whether base bid quantities will be provided. Clarification is requested to ensure all bidders are pricing an identical scope of work and to maintain consistency in bid comparisons.

    A: There will not be quantities provide for this RFP. The proposed cost is an all inclusive lump sum based off the contractor's proposed approach to the restoration. The City is looking for proposers to provide the best approach to the restoration of the school in their proposal. The evaluation committee will review the approach and take into consideration the criteria set forth in Tab 1, Tab 2, Tab 3, Tab 4, and Tab 5 when making their selection.


    Q (Staircases): None of the steel/staircases are identified in scope? Please clarify.

    A: The fire escapes steel staircases are not apart of this project.


    Q (No subject): Is a Builders Risk policy required for this project?

    A: Yes. Please see the insurance requirements in the Project Documents Tab. Builders Risk: $2,000,000: Builders Risk is required for the duration of the project covering the Work in place, materials stored on-site and off-site, and equipment to be installed.


    Q (No subject): There is no call out for the parge coat, specifically below the window openings, is this to be addressed?

    A: Contractors shall include their proposed approach for this item as part of their submitted proposal.


    Q (No subject): Are the windows to be made operable or sealed/caulked closed to prevent water intrusion

    A: The windows are to be made operational.


    Q (No subject): Where is the delineation line for repair/refinish on the window units, meaning exterior vs interior.

    A: Any work required on the interior to restore the windows and/or doors needs to be finished to make the room functional.


    Q (No subject): Are the existing exterior modern hinges to remain?

    A: Yes, as long as they are still functional.


    Q (No subject): Will the existing hardware need to be stripped of existing paint and left unpainted, or can the existing painted hardware be repainted?

    A: Repainting of the existing hardware is acceptable.


    Q (No subject): Are failing metal lintels at windows to be replaced?

    A: If lintel deterioration extends to the point of becoming a structural concern, then it needs to be repaired/replaced to meet code.


    Q (No subject): Brick repair – Cracked joints - are these be repaired with Heli-tie stitching ?

    A: Contractors shall include their proposed approach for this item as part of their submitted proposal.


    Q (No subject): Has there been a LEAD paint assessment completed?

    A: All environmental information on the building has been provided in the Attachments section.


    Q (No subject): Has there been an Asbestos survey completed?

    A: All environmental information on the building has been provided in the Attachments section.


    Q (No subject): Please specify the mortar product to be used for brick pointing and repair.

    A: Contractors shall include their proposed approach for this item as part of their submitted proposal.


    Q (No subject): For the exterior door repairs, will the contractor supply hardware? Will a specification for that hardware be supplied to the contractor?

    A: Contractor will be responsible for all materials. Materials must match as close as possible to the historical style and type.


    Q (No subject): Column repairs – Column bottom 4 feet appears to be replacement wood. Please define the extent of the column repairs

    A: The City prefers the columns be replaced with a non-deteriorating material that matches existing design.


    Q (No subject): Is the brick on the building being sealed with penetrating sealer?

    A: Contractors shall include their proposed approach for this item as part of their submitted proposal.


    Q (No subject): Are concrete caps on entrance handrail walls included in the scope of work?

    A: Yes.


    Q (No subject): Will there be any scheduled events at the building that the contractor will have to take into account when scheduling the work?

    A: There may be events occurring at the location while the restoration is being conduct. The successful contractor will need to coordinate with on site staff and work around any events.


    Key dates

    1. March 27, 2026Published
    2. April 30, 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.