SLED Opportunity · FLORIDA · CITY OF PLANT CITY
AI Summary
The City of Plant City, FL invites bids from qualified vendors to purchase Brownfield Voluntary Cleanup Tax Credits. Due April 2, 2026.
The City of Plant City, Florida will receive bids from qualified vendors to purchase Brownfield Voluntary Cleanup Tax Credits from the City.
The State of Florida Brownfield Voluntary Cleanup Tax Credits (VCTC) which were and will be received in a cumulative amount of $109,720.96 for environmental remediation work completed in the Midtown Brownfield Area at the sites below. The tax credits are in the form of certificates issued by the Florida Department of Environmental Protection ("Tax Credits"). The Tax Credits are controlled by, and the interest will be sold by, the City.
Please use the See What Changed link to view all the changes made by this addendum.
Bidder shall submit in full all required documents. Documents shall be most recent issue. Documents to be downloaded, completed, and uploaded shall be dated in this current year
Awarded vendor shall provide closeout submittals. Data will be used for Operations and Maintenance Manuals. Submittals to include full product and service detailed information. For example, including manufactures, names, colors, designs, warranties, guarantees, certifications, distributors, operations and maintenance instructions, care and upkeep, shop drawings, as-builts, and with samples.
Bids shall be received for 26-022CS-IFB Brownfield Voluntary Cleanup Tax Credits through the City's e-Procurement located at https://procurement.opengov.com/portal/plantcitygov.
The City of Plant City, Florida is seeking responses from qualified bidders to purchase Brownfield Voluntary Cleanup Tax Credits from the City.
The State of Florida Brownfield Voluntary Cleanup Tax Credits (VCTC) were and will be received in a cumulative amount of $109,720.96 for environmental remediation work completed in the Midtown Brownfield Area (see 2026 VCTC sale attachment). The tax credits are in the form of certificates issued by the Florida Department of Environmental Protection ("Tax Credits"). The Tax Credits are controlled by, and will be sold by, the City.
The Procurement Director of the City of Plant City (City) shall act as the exclusive agent for the City to offer and sell interests in the City's state tax credits.
Award shall be made to the responsive and responsible bidder submitting the highest price for the purchase of the Tax Credits.
Successful bid will be submitted to the City Commission for approval and a final award.
Award shall be in accordance with the Agency Agreement and Purchase Agreement attached here in.
Upon receipt of the New Certificates, Investor shall give notice to Broker that they have been received in good order. Investor shall deliver the Purchase Price to Owner within five (5) days of receipt of the New Certificates. Owner shall promptly give notice to Broker confirming receipt of funds.
Bidder shall submit suitable and verifiable documentation detailing previous experience similar in size and scope. This documentation should demonstrate the bidder's qualifications to purchase the tax credit certificates from the City.
Bids shall be valid for no less than 90 days from the submittal deadline.
The City reserves the right to reject any or all bids at any time and for any reason or no reason. Bids submitted after the deadline shall be rejected. Bids shall be received for 26-022CS-IFB Brownfield Voluntary Cleanup Tax Credits through the City's e-Procurement located at https://procurement.opengov.com/portal/plantcitygov. Bids submitted in an envelope or box shall be rejected. Fax, e-mail, or telephone bids shall be rejected. Bids that are incomplete, unbalanced, conditional, obscure, or which contain terms or additions not called for, alterations or irregularities of any kind, or which do not comply with the contract documents, if applicable, may be rejected at the sole discretion of the City.
Liquidated damages shall be $500.00 per day from date of substantial completion.
Bids shall be made only on the forms included in title Bid Submittals. Bid forms shall be signed by the owner or other authorized individual.
The quantities of goods and services specified herein have been determined by the City and are deemed to be fairly accurate estimates of the work to be performed. However, payment will be made based on the actual goods and services measured in place. If the measurement is different than the original quantity bid by the contractor, then a change order will be executed for the actual amount whether over or under the quantity that was bid.
The City may reject bids that are incomplete, conditional, deficient in any way, or which contain unsolicited additions/alterations.
Bidders must review all specifications and contract documents related to this bid and project. Failure to review all specifications, forms, contracts, addenda, or other documents shall not relieve a bidder from any obligations contained in this bid or their Contract with the City.
Before submitting a bid, bidders shall become fully acquainted with the project areas. Please see Scope of Work for more detail about the project. Submittal of a bid shall serve as bidder’s acknowledgment that they are fully familiar with the service area.
Bidders must accurately fill in any bid forms/documents included in this packet and submit through the City's e-Procurement portal at: https://procurement.opengov.com/portal/plantcitygov.
Authorized signatures must be included on forms/documents. Incomplete or missing forms/documents may result in the rejection of the bid.
Submittal of a bid shall be deemed as certification that a bidder has fully considered all factors associated with this Invitation for Bids, including any addenda.
The City of Plant City, Florida owns this project. The City Manager or designee is the City’s authorized representative on this project.
The City may, at its sole discretion, determine the bidder’s ability and capacity to perform the work specified in this bid based on, but not limited to, evaluation of the following:
Bidders deemed to be unqualified to perform the work may have their bid rejected.
The City may waive informalities or irregularities that, in the City’s opinion, do not materially affect a bid.
Upon review of the bids and when a determination has been made as to the lowest responsive and responsible bidder, the Procurement Director will issue a Notice of Intent to Award to the selected bidder via the City's e-Procurement Portal.
Once the bidder has completed registration, they will receive "Notice" notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any Notices at https://procurement.opengov.com/portal/plantcitygov.
This notice shall be sent to the recommended bidder with copies to all bidders.
City personnel will evaluate the bids. Determination of the lowest responsive and responsible bid will be made after a review of all bids submitted. Bid award shall be made to the vendor submitting the lowest responsive and responsible bid meeting specifications for the base bid.
The City may award a Contract based on bid responses received from bidders without further discussion of such bids with the selected bidder. Therefore, bids should be submitted based on the most favorable terms available.
Bids that are not greater than $50,000.00 may be awarded by the City Manager. The City Commission makes the final decision regarding the award or rejection of bids that are greater than $50,000.00.
Not Used.
Any bidder or proposer who is allegedly aggrieved in connection with the issuance of the Procurement Director’s recommendation and intent to make a competitive award of a contract may protest to the City Manager per Sec. 2-152. Protest Procedure, of the City’s Code.
If the City discovers that the bidder has misrepresented anything in their bid or that the bidder – in the City’s opinion – is no longer reasonably capable of performing the work as bid, then the City may revoke the award at any time before issuing the formal Notice to Proceed. The Procurement Director will issue the revocation in writing.
The City has the right to define and interpret bid terms, specifications, and conditions.
The selected bidder must sign and return the contract, any required bonds or letter of credit, insurance certificates, and all other required documents within 14 calendar days after the City sends the documents to the selected bidder. Once the City receives the signed contract and all other required documents back from the selected bidder, then the City’s authorized representative will sign the contract.
Failure to sign and return the contract and all other required documents within 14 calendar days may result in the City calling the bid bond or cashing the cashier’s check submitted by the selected bidder with its proposal; barring the selected bidder from consideration on future projects; or both. The City may then select another bidder to perform the work or provide the goods/services specified in this bid.
A person or affiliate as defined in Section 287.133, Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity above $25,000 for 36 months following the date of being placed on the convicted vendor list.
Bidders must fill out and sign the form titled “SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES.” Failure to do so may disqualify the bid.
Bidders are responsible for reviewing and understanding all specifications, forms or other documents associated with the products described in this bid. Submittal of a bid shall serve as the bidder’s acknowledgment that it has reviewed and understood all such documents.
Following contract signing by the City, a formal “Notice to Proceed” will be issued in writing to the contractor. The start date will be issued by the City’s Project Manager.
If the contractor begins work before receiving the Notice to Proceed or start date, then the City may stop work on the project, may require the work to be redone at the contractor’s expense and without additional compensation from the City, or both. The City also may revoke the project award and select another bidder to perform the work.
The City may at any time make changes within the general scope of the contract in any of the following areas:
The contractor shall not commence the performance of additional work or other changes not covered by this contract without an executed notice to proceed or purchase order issued by the City. If the contractor performs additional work beyond the specific requirements of this contract without an executed change order, it shall be at the contractor’s own risk. The City assumes no responsibility for any additional costs for work not specifically authorized by an executed change order.
Bidders are required to inform themselves fully of the conditions relating to the performance of the work required, including but not restricted to labor and operating conditions under which the work will be or is now being performed; and the successful bidder must apply, so far as possible, such methods and means in carrying out the work that will not cause any interruption or interference with any other work, construction or operation the Owner has underway.
If Payment and Performance Bond is required, it shall be for the amount of the contract. The contractor shall be responsible for recording the payment and performance bond before commencing the work, the contractor shall provide to the City Clerk a certified copy of the recorded bond. As required by 255.05, Florida Statutes, the City may not make any payments to the contractor until the City Clerk receives the certified copy of the recorded bond.
The vendor agrees that unauthorized aliens shall not be employed nor utilized in the performance of the requirements of this solicitation. The City shall consider the employment or utilization of unauthorized aliens a violation of Section 274A(e) of the Immigration and Naturalization Act (8 U.S.C. 1324a). Such violation shall be cause for unilateral termination of this Agreement by the City. As part of the response to this solicitation, the successful firm will complete and submit the attached form “AFFIDAVIT CERTIFICATION IMMIGRATION LAWS.”
Employers may avail themselves of a program by the U.S. Immigration and Customs Enforcement called E-Verify. E-Verify is an Internet-based system operated by U.S. Citizenship and Immigration Services (USCIS), part of the Department of Homeland Security (DHS), in partnership with the Social Security Administration (SSA). E-Verify is currently free to employers. E-Verify provides an automated link to federal databases to help employers determine the employment eligibility of new hires and the validity of their Social Security numbers.
If your company wishes to avail itself of this program, you can register online for E-Verify at http://www.dhs.gov/how-do-i/verify-employment-eligibility-e-verify which provides instructions for completing the registration process. At the end of the registration process, you will be required to sign a Memorandum of Understanding (MOU) that provides the terms of the agreement between you as the employer, the SSA, and DHS. An employee who has signatory authority for the employer can sign the MOU. Employers can use their discretion in identifying the best method by which to sign up their locations for E-Verify. To find out more about E-Verify, please visit E-Verify | USCIS or contact USCIS at 1-888-464-4218.
Section 1-16, Plant City Code, prohibits the City from indemnifying other parties to an agreement. Therefore, the City cannot indemnify bidders.
Not Used.
Bidders are required to comply with all provisions of federal, state, county and local laws, ordinances, rules and regulations that apply to the services being solicited in this bid. A bidder’s lack of knowledge shall in no way be a cause for relief from responsibility, nor shall it constitute a cognizable defense against the legal effects thereof.
Submittal of a bid shall constitute the bidder’s affirmation that they are familiar with and shall comply with all federal, state, and local laws, ordinances, rules and regulations which affect those engaged or employed in the provision of such services, or equipment used in the provision of such services, or which in any way affects the conduct of the provision of such services. No plea of misunderstanding shall be considered on account of the bidder’s ignorance thereof. If a bidder believes provisions in the bid documents are contrary to or inconsistent with any law, ordinance, or regulation, then the bidder shall promptly report those provisions in writing to the City.
Bidders understand that Florida has a broad public records law and that documents in the possession of the City can only be maintained confidential to the extent allowed under the Florida Public Records Act, Florida Statute 119.
The contract attached hereto is a draft of the contract required by the City to award the project described in this bid. It is the bidder’s responsibility to review and understand the contract. If the bidder requires any modifications or additional terms and conditions to the contract, the bidder shall detail the desired changes on a separate page titled “Additional Terms/Modifications”. That page then must be attached to the bid response and submitted as part of the bidder’s proposal. Contract modification requests after the bidder’s bid has been submitted shall not be considered.
The City shall not be responsible for any expense incurred by a bidder in reviewing, evaluating, preparing, or submitting a bid. Bidders are solely responsible for the entire expense of responding to this bid.
Vendors shall include most recent Sunbiz document.
Sunbiz (Sunbiz.org) is the official website of the Florida Division of Corporations, serving as the state's central filing agency for registering, managing, and searching business entities. It is a mandatory resource for legally operating businesses, LLCs, and corporations in Florida, including filing annual reports, updating records, and registering fictitious names (DBAs).
Please upload your W-9.
For purposes of determining any possible conflict of interest, all bidders/proposers 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, an elected official is also associated with your business), or “no”. If yes, give person(s) name(s) and position(s) with your business.
Please enter the following information:
Name(s):
Position(s):
Firm Name:
Title:
Address:
Telephone No.:
E-Mail Address:
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 Qualifications) 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/proposers 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/proposer to influence a member or members of the aforementioned shall be grounds to disqualify the proposer from consideration during the selection process.
All proposers must agree to comply with this policy by signing the following statement and including it with their submittal.
Hereby agree to abide by the City’s “No Contact Clause” and understand the violation of this policy shall result in disqualification of my proposal/submittal.
The undersigned vendor per Florida Statute 287.087 hereby certifies that the vendor does:
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
Please download the below documents, complete, and upload.
Please answer the following with information regarding the person to execute the contract.
Name:
Title:
E-Mail Address:
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 upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Awarded vendor shall provide closeout submittals. Data will be used for Operations and Maintenance Manuals. Submittals to include full product and service detailed information. For example, including manufactures, names, colors, designs, warranties, guarantees, certifications, distributors, operations and maintenance instructions, care and upkeep, shop drawings, as-builts, and with samples.
The contract attached hereto is a draft of the contract required by the City to award the project described in this bid. It is the bidder’s responsibility to review and understand the contract. If the bidder requires any modifications or additional terms and conditions to the contract, the bidder shall detail the desired changes on a separate page titled “Additional Terms/Modifications”. That page then must be attached here as part of the bidder’s proposal. Contract modification requests after the bidder’s bid has been submitted shall not be considered.
Did you read through all sections and confirm that you met all of the IFB requirements
Is a payment and Performance Bond Required?
Which liquidated section should be added?
Indefinite Quantity clause needed?
Will the vendor be responsible for for covering the cost of application fees, or permit fees?
Will Closeout Submittals be required?
Enter the rate for work per hour in American dollars. Please include all signs and decimals that are required.
Example: $35 or $35.00
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.