SLED Opportunity · FLORIDA · CITY OF WINTER PARK
AI Summary
The City of Winter Park seeks qualified contractors for a multi-award contract for brick paver maintenance and new installation projects in a municipal environment. Contractors must be licensed, insured, and capable of handling projects of varying scale.
The City of Winter Park ("City") plans to issue a multi-award contract to Successful Respondents whose proposals demonstrate qualification and experience in providing professional services related to brick paver maintenance and new installation. Contractors must be properly licensed and insured, and demonstrate the capacity to complete small- to large-scale projects in a municipal environment.
The City of Winter Park is located in Orange County, Florida. The City is approximately nine (9) square miles and has about 30,000 residents. The City is the home of Rollins College and several other major cultural institutions, including the Morse Museum of American Art, the Cornell Fine Arts Museum, and the Albin Polasek Museum and Sculpture Garden, as well as music and the performing arts. The downtown area is listed on the National Register of Historic Places, and the City has numerous examples of outstanding architecture by noted architects. It is noted for its many lakes and old-growth trees and is complemented by its charming feel, including a myriad of connected brick/paved roads throughout its downtown and residential streets.
| Event | Date | Location |
|---|---|---|
| Selection Committee Meeting | 2026-04-14T17:00:00.000Z | City Hall - Chapman Room 401 South Park Avenue Winter Park, 32789 |
Respondents are evaluated based on their experience on similar projects, the quality of those projects, the schedule, problems encountered, and the means to solve them.
Respondents will be evaluated based on their demonstrated experience and approach on past projects of similar scope and complexity, including the effectiveness of their work plans, team organization, understanding of project requirements, project management and communication practices, ability to deliver services within budget, and history of completing work in a timely and efficient manner.
Respondents are evaluated based on the proposed cost-effective pricing to complete the services in this RFP. If Respondent intends to omit any tasks or requirements listed in the scope of work, the omission must be clearly described and included with your Proposal.
Please download the below documents, complete, and upload.
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.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.
By confirming, the Respondent, in accordance with Florida Statute 287.087 hereby certifies that the firm they are representing for this proposal 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.
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:
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.
SECTION 1: REQUIREMENTS
The Respondent shall agree to the following:
1.1 Respondent shall perform a Level I (Past 5 years) FDLE Computerized Criminal History (CCH) (FDLE CCH Website) background check in accordance with all applicable state and local laws, on any assignee being assigned and prior to assignment with the City. All background checks shall be accomplished prior to any assignment or work taking place on City property. The cost of the background checks shall be borne by the Respondent.
1.2 If the Respondent has employed officials that have a current Level 2 Background Screening which was completed by a local government, school board, the Florida High School Activities Association, the Respondent agrees to provide a list of those officials to the City.
1.3 Respondent agrees to make its officials sign a sworn statement affirming that they have not pled guilty to or convicted of any of the crimes listed in Section 2: Prohibited Offenses, prior to any assignment. This information shall always be kept current. The Respondent shall be in complete compliance within thirty (30) days after award.
1.4 Respondent shall require its officials to report to the City immediately if they have been convicted of any of the crimes listed in Section 2: Prohibited Offenses. Respondent shall not use that official, unless they have been cleared of the crime.
SECTION 2: PROHIBITED OFFENSES
Respondent certifies that its officials/employees have not been arrested with disposition pending or found guilty of, regardless of adjudication, or entered a plea of nolo contender or guilty to or have been adjudicated delinquent and the record has not been sealed or expunged for, any offense prohibited under any of the following provisions of the Florida Statutes or under any similar statute of another jurisdiction for any of the offenses listed below:
SECTION 3: CERTIFICATION
I hereby certify that I will utilize FDLE Computerized Criminal History (CCH) system in accordance with the terms governing the use of the system to confirm eligibility of the individuals being assigned and prior to assignment with the City. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge 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 duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes.
Respondent agrees to provide myCOI with all necessary insurance documents. Respondent verifies that the following email address is current, monitored, and is acceptable for City use.
Respondent shall ensure that all subconsultants and/or subcontractors comply with the same insurance requirements that he/she is required to meet. Respondent shall provide the City via myCOI with certificates of insurance meeting the required insurance provisions.
The City of Winter Park must be included as an ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required.
The Certificate Holder shall be named as City of Winter Park.
Please upload your current W-9.
If your response contains any information deemed confidential, provide an additional redacted version of your response labeled “Redacted”. An electronic copy shall be in Microsoft Word or Adobe – the most recent software version.
Unless a question requires a file to be uploaded, proposals will not be accepted via pdf, word doc, etc. Respondents shall not state "see attachment" or similar as their response to the questions.
The City reserves the right to disqualify a proposal that is not submitted in the format delineated below.
Respondents that have previously conducted business with the City shall not list the City of Winter Park as a reference and shall not include prior or current projects performed for the City as part of their submitted professional project experience for evaluation under this solicitation.
Provide a description of the project indicating your understanding of the requirements/scope of services/specifications of this formal solicitation. The description must be a brief formal description from the Respondent that provides information regarding their familiarity and interest in Brick Paver Maintenance and New Installation (Rebid).
*Provide all relevant names, titles, addresses, telephone numbers, and e-mail addresses.
Indicate the Respondent’s background in Brick Paver Maintenance and New Installation (Rebid). If you intend to subcontract some of the proposed work to another firm, similar information should be provided for each subcontractor/sub-consultant. The proposal should provide a detailed description of comparable projects (similar in scope of services to those requested herein) that the Respondent has either completed or been ongoing within the past five (5) years. Please specify whether each project is completed or ongoing.
The description should identify each project:
Provide a statement specifying the qualifications of the Respondent and any other key personnel being assigned to this project. Designate a team person who will have the primary responsibility of managing the day-to-day oversight of this project, indicating relevant qualifications and experience. Indicate the role that each of the key personnel will be playing in the development of the requested work products.
Provide an organizational chart detailing the proposed staff for this contract.
The proposal should include the process the Respondent will use to provide Brick Paver Maintenance and New Installation (Rebid). It should provide a timeline of how long it will take to implement these phases. The proposal should identify challenges/obstacles foreseen in the process. Include a statement of intent, description of the proposal, concept, and approach. The Respondent is encouraged to provide additional information that the selection committee should consider to accomplish its objectives. Any remaining materials and/or information requested in the Scope of Services of this document should be documented in this response.
The proposal should provide names, addresses, and phone numbers for a minimum of three (3) contacts, including municipalities or other organizations that would be capable of explaining and confirming your firm’s capacity to successfully complete Brick Paver Maintenance and New Installation (Rebid).
Respondents are evaluated based on the proposed cost-effective fee to complete the services in this RFP. If Respondent intends to omit any tasks or requirements listed in the scope of work, the omission must be clearly described and included with your response.
If the Respondent intends to omit any tasks or requirements listed in the scope of work, the omission must be clearly described. If not, please indicate it as "Not Applicable".
This section will be optional to provide any additional information relevant to the project.
Please upload any additional information that is relevant here.
Bid must be accompanied by the respondent’s money order, cashier’s check, certified check, or bid bond
Please enter the Bid Surety percentage or dollar amount.
Example: five percent (5%) of the amount of the bid
The P&P Bond shall be furnished in the amount equal to one hundred percent (100%) of the annual contract price, in such a form as the City may prescribe and with a surety company acceptable to the City.
Consultant shall ensure that all subconsultants and/or subcontractors comply with the same insurance requirements that he/she is required to meet. Consultant shall provide the City via myCOI with certificates of insurance meeting the required insurance provisions.
The 'Organization Name must be included as an ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required.
The Certificate Holder shall be named as 'Organization Name.
Q (No subject): Can a general contractor bid on this project by partnering with a brick paver contractor?
A: Proposals submitted will be reviewed in accordance with the scope of work outlined in the solicitation and evaluated using the established evaluation criteria. Additionally, please refer to Section 7.30 of the solicitation for specific language regarding subcontractors.
Q (Furnishing Pavers/Material Markup %): For contractor furnished pavers, do you have information on the various pavers types that will possibly need to be furnished? Since they all have different costs. Or does #9 (material markup %) cover all materials furnished in a cost + markup model?
A: Typically utilize standard brick pavers consistent with the City's existing brick street and sidewalk materials. The exact specifications are determined on a per-project basis. A cost + markup model is appropriate for contractor-furnished materials.
Q (No subject): In terms of the amount of SF and the associated pricing, are the sizes referencing individual areas, or the total square footage for each phase/mobilization? There is a big cost difference between doing one 400sf area at one time, versus six 300sf areas that are in close proximity to each other, at one time.
A: Square footage represents total work per project/phase. One mobilization per project is assumed by grouping, even if multiple areas are included.
Q (No subject): What items, if any, will be handled by, or cost covered by, the City? Ex. Lighting (if nightwork is to be performed), traffic control, communication/notice to residents/businesses effected by the work, permitting, transporting city stock pavers to/from the stock yard and the work areas, etc.
A: The contractor shall provide all labor, equipment, and traffic control. The city may provide materials or assist with notifications on a case-by-case basis.
Q (Asphalt/Concrete Removal): What is the thickness of the asphalt and/or concrete that would be removed? Is there rebar, or assumed to be rebar, within the concrete that would be removed?
A: Asphalt ranges from approximately 2 inches (overlays) to 10–12 inches or more for full-depth sections. Concrete sidewalks are typically 4 to 6 inches thick, and curbs generally range from approximately 6 to 12 inches in depth. Reinforcement is typically not in sidewalks/driveways but may be present in curbs and roadways.
Q (Ribbon Curb Installation): What are the specs of the ribbon curbs that would possibly need to be installed?
A: Typical ribbon curb is 6 inches wide by 12-16 inches deep.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.