Active SLED Opportunity · FLORIDA · CITY OF PLANT CITY

    Continuing Professional Consulting Services

    Issued by City of Plant City
    cityRFQuCity of Plant CitySol. 247274
    Open · 21d remaining
    DAYS TO CLOSE
    21
    due May 14, 2026
    PUBLISHED
    Apr 14, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    City of Plant City seeks continuing professional consulting services contracts for engineering, surveying, and related infrastructure projects up to $7.5M construction cost. Services include studies, design, permitting, and construction support. Proposals due May 14, 2026, with a pre-proposal meeting on April 24, 2026.

    Opportunity details

    Solicitation No.
    247274
    Type / RFx
    RFQu
    Status
    open
    Level
    city
    Published Date
    April 14, 2026
    Due Date
    May 14, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    City of Plant City
    State
    Florida
    Agency
    City of Plant City

    Description

    Pursuant to Section 287.055, Florida Statutes (the “Consultants Competitive Negotiation Act” or “CCNA”), the City of Plant City hereby gives notice that it intends to award continuing contracts for professional services for the work specified herein and seeks responses for the acquisition of professional services within the scope of the practice(s) of consulting, engineering, and surveying. Professional services shall be for projects where the estimated construction cost does not exceed $7.5 million dollars, or for studies where the cost the study does not exceed $0.5 million dollars, in accordance with CCNA and as may be adjusted by CCNA during the term of the contract.

    Background

    The City of Plant City owns, operates, and maintains infrastructure at the time of this solicitation, including but not limited to the following:

    • 1 Water Reclamation Facility
    • 4 Water Treatment Plants
    • 57 Wastewater Lift Station
    • 265 miles of Potable Water
    • 46 miles of Reclaimed Water
    • 160 miles of Gravity Sewer
    • 55 miles of Force Main

    The City maintains a comprehensive Asset Management and Capital Improvement Program to rehabilitate aging infrastructure, ensure regulatory compliance, improve system performance, enhance public safety, and support sustainable growth and development. The City utilizes Continuing Professional Consulting Services contracts, which provide flexibility and efficiency in delivering projects of varying size and complexity without issuing separate solicitations for each project. Projects assigned under this contract may vary in scope and include, but are not limited to: feasibility studies, master planning, surveying, geotechnical services, environmental evaluations, design development, preparation of construction documents, permitting support, cost estimating, bidding assistance, construction phase services, and post-construction certifications.

    Project Details

    • Reference ID: 26-030UA-RFQu
    • Department: Utilities Administration
    • Department Head: Lynn Spivey (Director of Utilities)

    Important Dates

    • Questions Due: 2026-05-04T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-24T18:00:00.000Z — City of Plant City SWUM Building, Multi-Purpose Room, 902 N Mobley Street, Plant City, FL 33563

    Evaluation Criteria

    • Firm Qualifications - Tab 1 (20 pts)
      • Illustrate the Respondent’s organizational chart as it relates to professional services categories listed in the “Scope of Services” section of this RFQ, indicating key personnel and their relationship to project categories, especially the Project Manager.
      • The Respondent shall assign a Project Manager whose primary office is located within a 100‑mile radius of the City of Plant City to ensure adequate availability, responsiveness, and timely project coordination.
      • Respondent shall describe the firm’s background, history, and experience relevant to each discipline of services submitted in response to this RFQ.
        • Highlight years in business, areas of specialization, and organizational strengths.
        • Identify experience delivering similar continuing engineering services.
        • Provide a minimum of three references
    • Ability of Professional Personnel and Staff Experience - Tab 2 (35 pts)
      • Resumes shall be provided for all key personnel, highlighting:
        • Education, professional licenses, and relevant registrations
        • Relevant project experience, including a clear description of the individual’s specific responsibilities and role
        • Indication of whether the Respondent served as lead consultant or subconsultant on referenced projects, if applicable
        • It is preferred that the Project Manager and staff identified as key personnel for this RFQ provide project experience located in Florida
        • Regulatory & Permitting Experience, including experience obtaining permits from applicable agencies, knowledge of environmental compliance and reporting
        • Experience delivering projects funded through state and federal programs
      • If subconsultants are proposed, the Respondent shall identify each firm and provide a summary of their qualifications, roles, and relevant experience consistent with the requirements above.
    • Project Approach and Responsiveness - Tab 3 (20 pts)
      • Approach to managing on-call assignments
      • Quality control and quality assurance procedures
      • Communication protocols and reporting practices
      • Use of innovative or cost-effective solutions
        • Demonstrated ability to control project costs
        • Value-added services and cost-saving strategies
        • Transparency in budgeting and invoicing
        • Ability to deliver cost-effective solutions
      • Innovation & Technology for Operations and Maintenance
        • Application of innovative materials, methods, or technologies
        • Asset management systems and modeling tools
        • Experience with smart utility or data-driven systems
    • Current and Project Workload - Tab 4 (10 pts)
      • A summary of the Respondent’s current workload, including active contracts, major ongoing assignments, and the percentage of staff resources allocated to each.
      • Identification of the proposed Project Manager and key personnel’s current workload and availability.
      • A description of projected workload over the next 12–24 months, including anticipated contract awards, staffing changes, or other commitments that may affect capacity.
      • An explanation of how the Respondent will prioritize and allocate resources to ensure timely delivery of services under this contract.
      • Any internal workload‑management systems, staffing strategies, or contingency plans used to maintain schedule adherence.
    • Location/Accessibility - Tab 5 (8.5 pts)
      • The physical address of the Respondent’s primary office and any branch offices that will support this contract/agreement.
      • Identification of the office where the Project Manager and key personnel will be based.
      • Description of the Respondent’s accessibility to the Owner, including typical response times, availability for in‑person or virtual meetings, and ability to mobilize staff to project locations.
      • Explanation of how the Respondent’s geographic location enhances its understanding of local conditions, regulations, permitting requirements, and agency coordination.
      • Description of any local resources, subconsultants, or field personnel available to support project needs.
    • Minority Business Enterprise - Tab 6 (5 pts)

      Provide certification for a minority business enterprise from the State of Florida.

    • Local Preference - Tab 7 (1.5 pts)

      The City has adopted a local preference policy (Section 2-151 Plant City Code). 

       

      As part of the RFQ evaluation, qualifying Consultants will be awarded 1½ points toward their final point total.  A Consultant qualifies for award of local preference points if it has met all of the following:

       

      • Paid its applicable City business tax for the current year in which this RFQ is issued. 
      • Consultants that request local preference must include in their submittal packets a copy of the receipt proving payment of the City’s business tax.
      • A license issued by the State of Florida allowing it to engage in the business of providing the goods/services requested in this RFQ.
      • 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 Consultant that does not meet the criteria above shall not receive 1½ points toward its final point total.

       

    Submission Requirements

    • Proposal Requirement - Format and Size (required)

      By confirming, the respondent attests that they understand and will comply with the following:

      Firms shall submit separate responses for each Discipline they wish to qualify.  For example, if your firm intends to submit qualifications for two (2) of the four (4) Discipline Categories you will submit two (2) separate and complete responses. Each separate and complete response shall clearly indicate which Discipline applies. This shall be clearly listed in the .pdf document title of each proposal submittal.  The proposal submittal title shall include the firm name and then Discipline. For example, NorthSeas Consulting – Category 3 Environmental and Sustainability.

      Each submission shall not exceed fifty (50) pages in total.  The fifty (50) page maximum includes all content.

      Failure to follow these instructions may result in disqualification. 

    • Discipline applying for (required)

      Firms shall submit a separate response for each Discipline Category they wish to qualify. Please indicate below which Discipline Category you are currently submitting for. 

    • Proposal Submittal (required)

      Only one (1) Discipline Category submittal will be accepted here in.

      Proposal submittal title shall include the firm name and then Discipline. For example, NorthSeas Consulting – Category 3 Environmental and Sustainability.

      Proposal submittal shall not exceed fifty (50) pages in total.  The fifty (50) page maximum includes all content.

      Failure to follow these instructions may result in disqualification. 

    • 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)

      The bidder's Proof of required Certification(s) and License(s)

    • Contract Documents

      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.

    • RFQu Requirements

      Did you read through all sections and confirm that you met all of the RFQu requirements

    • 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)

    Key dates

    1. April 14, 2026Published
    2. May 14, 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.