Active SLED Opportunity · FLORIDA · GAINESVILLE REGIONAL UTILITIES
AI Summary
Gainesville Regional Utilities seeks qualified contractors for demolition, asbestos abatement, lead paint and hazardous materials removal at Gainesville, FL. The project requires full regulatory compliance, licensing, and includes site stabilization. Proposals due May 5, 2026, with a mandatory pre-proposal meeting on April 20, 2026.
This project includes:
Full asbestos abatement of all ACM identified in GLE surveys
Lead-based paint waste handling and disposal
Removal and disposal of hazardous building components
Complete demolition of structures to slab/subgrade
Backfill and site stabilization
Full regulatory compliance with EPA, OSHA, DEP, Florida DOH
The successful bidder shall provide ALL labor, materials, equipment, permitting, disposal and documentation necessary for project completion.
Contractor shall be considered an independent entity and as such shall not be entitled to any right or benefit to which GRU employees are or may be entitled to by reason of employment. Except as specifically noted in this Contract, Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures utilized by Contractor in the performance of this Contract. Contractor will assign only competent and skilled workers to perform the Work. All of Contractor’s personnel or subcontractors engaged in any of the Work performed pursuant to this Contract are under Contractor's sole direction, supervision and control at all times and in all places. Contractor's employees must be as clean and in good appearance as the job conditions permit, conducting themselves in an industrious and professional manner. Contractor and its employees cannot represent, act, or be deemed to be an agent or employee of GRU. Nothing in this Agreement is intended to or shall be deemed to constitute a partnership or joint venture between the Parties. Further, unless specifically authorized to do so, the Contractor shall not represent to others that, as the Contractor, it has the authority to bind GRU to any third-party agreement.
Definitions of Acronyms
GRU is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractor’s compliance with the terms of this Agreement, except to the extent expressly provided otherwise by this Agreement.
All Work, materials, systems, or operations specified by reference to standard trade or manufacturer’s published specifications shall comply with the requirements, except as modified by the Contract or Purchase Order. The specifications used must be the latest published edition that is in effect on the effective date of the Contract or Purchase Order unless a particular edition is specified. In the event of a conflict, the specifications that contain the more stringent requirements will govern.
The Procurement Representative for this Solicitation/Contract is Amy Broskey; Phone: (352) 393-1254; Email: broskeyar@gru.com. Respondents shall submit all inquiries regarding this bid via GRU e-Procurement Portal, located at https://procurement.opengov.com/portal/GRU. Please note the deadline for submitting inquiries. All answers to inquiries will be posted on GRU e-Procurement Portal. Respondents shall click “Follow” on this bid to receive an email notification when answers are posted. It is the responsibility of the respondent to check the website for answers to inquiries.
Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract” in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, “Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.”
The Contractor shall provide all labor, equipment, permitting, mobilization, supervision, abatement services, demolition services, transportation, and disposal required to fully abate and demolish the designated structures located on Gainesville Regional Utilities (GRU) property in Gainesville, Florida.
This project includes:
Removal and lawful disposal of all asbestos-containing materials (ACM)
Compliance with lead-based paint disturbance and disposal requirements
Removal, handling, and disposal of any hazardous substances discovered during demolition
Complete structural demolition to concrete slab/subgrade
Site grading, backfill, and restoration as specified
Contractor must meet the following minimum licensing, certification and regulatory requirements for demolition involving asbestos, lead-based paint, hazardous materials, and environmental contaminants in the State of Florida including but not limited to:
| Category | Required License/Certification | Governing Authority | When Required | Solicitation Requirements |
| Asbestos Abatement | FL Asbestos Contractor License and Asbestos Business License | Florida DBPR Ch. 469; EPA NESHAP; OSHA 1926.1101 | Any removal, disturbance, or abatement of ACM | Contractor must submit proof of licensing and NESHAP notifications. |
| Lead Abatement | EPA Lead Abatement Firm Certification + Lead Abatement Supervisor/Worker Certification | EPA 40 CFR 745; HUD (if applicable) | When performing lead abatement or clearance | Contractor must provide certifications for all personnel performing abatement. |
| RRP (Renovation, Repair & Painting) | EPA Lead-Safe Certified Firm + Certified Renovator | EPA 40 CFR 745 Subpart E | When disturbing pre-1978 painted surfaces prior to demolition | Required only if painted surfaces are disturbed before mechanical demolition. |
| Mold Remediation | Not required for demolition | Florida DBPR F.S. 468 Part XVI | Only for restoration/occupancy projects | Contractor must still follow OSHA protections for mold exposure. |
| Hazardous Materials Handling | OSHA HAZWOPER 40-hour training; EPA/DEP Hazardous Waste Generator ID (if applicable) | OSHA 1910.120; EPA RCRA; Florida DEP | When encountering chemical contamination, PCBs, mercury, solvents, and tanks | Contractor must submit HAZWOPER cards, disposal plan, and manifest chain-of-custody. |
| Demolition Permit | Local Building Department Permit | City of Gainesville / Alachua County | Prior to structural demolition | Proof of permit required before mobilization. |
| Asbestos Survey | Florida-Licensed Asbestos Consultant | Florida DBPR Ch. 469; EPA NESHAP | Required for all demolitions | “No demolition without a written asbestos survey” requirement applies. |
| Transportation of Hazardous Waste | Hazardous Waste Transporter Registration + DOT HazMat Endorsement | USDOT 49 CFR; EPA RCRA; Florida DEP | When transporting ACM, LBP debris, or hazardous waste | Contractor must provide transporter registration and documentation. |
| Waste Disposal | Disposal at properly permitted landfills | Florida DEP | Always | Contractor must submit disposal tickets and manifests. |
| Respiratory Protection Compliance | Written Respiratory Protection Program + Medical Clearances & Fit Test | OSHA 1910.134 | For asbestos, LBP, mold, or hazardous particulates | The contractor must provide RPP during the pre-construction meeting. |
| Demolition Work (Structural) | Florida Certified Building Contractor, Demolition Specialty Contractor, or General Contractor License | Florida DBPR Ch. 489 | Structural building demolition | Contractor must provide a valid Ch. 489 license; an asbestos license alone is insufficient. |
Contractor Responsibilities:
Performance: Contractor shall perform all Work promptly and diligently in a good, proper and workmanlike manner in accordance with the Specifications. In performing the Work, Contractor has the freedom to perform Work in the manner which is most beneficial to the project provided that it is within the limits of these Specifications.
Project Related Requirements: Contractor is responsible for providing and paying expenses for all labor, tools, equipment, and materials. All project related requirements must be of high quality, in good working condition, and conducive for the particular task. Adequate first aid supplies must be provided by Contractor and accessible to employees. These may include, but are not limited to, sanitation facilities, potable water, and office trailers.
GRU shall pay Contractor for Work at the price[s] stated in the Contract or Purchase Order. No additional payment will be made to Contractor except for additional work stated on a valid change order and issued by GRU prior to the performance of the added work. A change order may be issued without invalidating the Contract, if
Such change shall include the following: change orders that constitute changes to:
Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, “Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction”). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.
Prevailing wage rage in accordance with Department of Labor needs to be added; allow adjustment in contract price where appropriate; must be retroactive to date of contract award
Liquidated damages shall be assessed in the amount of TBD. (Define when liquidated damages will apply).
The Contractor must comply with all federal, state, and local regulations, including but not limited to:
Federal
EPA NESHAP (40 CFR Part 61, Subpart M) – Asbestos https://www.ecfr.gov/current/title-40/chapter-I/subchapter-C/part-61/subpart-M
EPA RCRA (40 CFR 260-273) – Hazardous waste https://www.ecfr.gov/current/title-40/chapter-I/subchapter-I
OSHA 29 CFR 1926.1101 – Asbestos construction standard https://www.osha.gov/laws-regs/regulations/standardnumber/1926/1926.1101
OSHA 29 CFR 1926.62 – Lead exposure in construction https://www.osha.gov/laws-regs/regulations/standardnumber/1926/1926.62
TSCA Title IV – Lead-based paint requirements https://www.epa.gov/enforcement/toxic-substances-control-act-tsca-and-federal-facilities
State of Florida
Florida Administrative Code Chapter 62-257 – Asbestos removal & demolition notice https://flrules.org/gateway/ChapterHome.asp?Chapter=62-257
Florida DOH Asbestos Licensing Law, Fla. Stat. § 469.001-469.015- https://www.leg.state.fl.us/statutes/index.cfm?App_mode=Display_Statute&Search_String=&URL=0400-0499/0469/Sections/0469.001.html
F.A.C. 62-701 – Solid & C&D debris disposal https://flrules.org/gateway/ChapterHome.asp?Chapter=62-701
F.A.C. 62-737 – Management of spent lamps & PCB waste https://floridadep.gov/waste/permitting-compliance-assistance/content/forms-chapter-62-737-management-spent-mercury
F.A.C. 62-780 – Contaminated site cleanup https://floridadep.gov/waste/district-business-support/content/waste-management-rules
F.A.C. 64E-5 – Radiation safety (if applicable)
Local
Alachua County Environmental Protection Department requirements https://alachuacounty.us/Depts/epd/Pages/EPD.aspx
City of Gainesville building, dumping and transportation ordinances https://www.gainesvillefl.gov/files/assets/public/v/1/recycling/documents/solid-waste-article-3_ordinance-final_20220602-1.pdf
Contractor bears full responsibility for obtaining and filing all required notices, permits, and regulatory submittals.
Notices to Contractor shall be deemed to have been properly sent when delivered to Contractor's physical address and/or email.
Notices to GRU are deemed to have been properly sent when emailed to purchasing@gru.com, mailed to P.O. Box 147117 Station A105, Gainesville, FL 32614 or delivered to Utilities Procurement Department, 301 SE 4th Avenue, Gainesville, Florida 32601 and GRU acknowledges receipt.
A mandatory meeting will be held on Monday, April 20, 2026 beginning at 9:00 am at 301 SE 4th Avenue, Gainesville. Responses will only be accepted from companies that had a representative in attendance at the Pre-Bid/Proposal meeting. The purpose of a mandatory or non-mandatory pre-bid meeting is to help potential bidders to determine if they are capable of performing the work.
Attendees must show government-issued photo identification (driver’s license) for entry into secured facilities.
Representatives arriving to the Pre-Bid/Proposal Meeting more than 10 minutes late will not be allowed to participate in the meeting.
Personal protection equipment will be required for site visit (hard hat, closed shoes, mask, hearing protection, etc.) GRU will not furnish these items.
Prohibition.
The Contractor shall comply with the requirements of the Copeland Anti-Kickback Act (40 U.S.C. §3145), as supplemented by U.S. Department of Labor regulations at 29 CFR Part 3. The Act provides that each contractor or subcontractor shall be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public works financed in whole or in part by federal funds to give up any part of the compensation to which he or she is otherwise entitled.
Payroll Deductions.
The Contractor and subcontractors shall comply with the regulations governing permissible payroll deductions from wages paid to laborers and mechanics on covered projects in accordance with 29 CFR Part 3.
Contract Flow-Down.
The Contractor shall include this clause in every subcontract so that such provisions will be binding upon each subcontractor.
All City, County, State and Federal laws, regulations and/or ordinances shall be strictly observed. Contractor is responsible for taking all precautions necessary to protect life and property.
A non-mandatory meeting will be held on Monday, April 20, 2026 beginning at 9:00 am at 301 SE 4th Avenue, Gainesville. Those interested in attending the Pre-Bid/Proposal Meeting must inform the Procurement Specialist III. Those needing special accommodations must contact the GRU Representative at least two (2) business days prior to the scheduled meeting. The purpose of a mandatory or non-mandatory pre-bid meeting is to help potential bidders to determine if they are capable of performing the work.
Attendees must show government-issued photo identification (driver’s license) for entry into secured facilities.
Representatives arriving to the Pre-Bid/Proposal Meeting more than TBD minutes late will not be allowed to participate in the meeting.
Personal protection equipment will be required for site visit (hard hat, closed shoes, mask, hearing protection, etc.) GRU will not furnish these items.
Asbestos
Asbestos surveys have confirmed ACM on site.
Contractor MUST provide State of Florida-licensed asbestos abatement services.
All asbestos must be fully abated PRIOR TO demolition activities.
Contractor must:
File 10-Day NESHAP Notice of Demolition/Renovation
Provide worker licenses, AHERA supervisor documentation
Comply with wet removal and controlled handling requirements
Package ACM per 40 CFR 61.150
Dispose only at permitted landfill accepting ACM
Provide chain-of-custody waste manifests
Lead-Containing Paint
Lead waste must be handled per 40 CFR 745 and RCRA TCLP rules.
Contractor must test and characterize debris to determine if it meets hazardous waste thresholds.
If TCLP limits exceed 40 CFR 261, debris must be treated as hazardous waste.
Other Hazardous Substances In Accordance With Law
Contractor shall identify, remove, transport, and dispose of, at no additional cost, any:
PCB-ballasted lights
Refrigerants, oils, or glycol
Universal waste (lamps, batteries)
Fuel tanks (above or below ground)
Chemicals, pesticides, stored liquids or compressed gases
Any unknown substance must be isolated, profiled, and disposed of according to law.
No Change Orders shall be accepted for undiscovered asbestos, lead, or hazardous materials.
It is the Contractor’s responsibility to investigate and price full regulatory compliance.
Access to Work Site: GRU and its authorized representatives are permitted free access to the work site, and reasonable opportunity for the inspection of all Work and materials.
Work by GRU: GRU reserves the right to perform activities in the area where the Work is being performed by Contractor.
Work by Other: GRU reserves the right to permit another Contractor to perform work within the same work area. Contractor shall not damage, endanger, compromise or destroy any part of the site, including by way of example and not limitation, work being performed by others on the site.
Coordination: Contractor shall, in the course of providing the Work, cooperate and communicate with GRU and all other persons or entities as required for satisfactory completion. Contractor will afford GRU and other Contractor reasonable opportunity for the introduction and storage of their equipment and materials and the execution of their Work concurrently and coordinating its Work in the best interest of GRU.
Subject to any applicable waivers, none of the funds provided under this award (federal share or recipient cost-share) may be used for a project for infrastructure unless:
Recipients must also maintain certifications or equivalent documentation for proof of compliance that those articles, materials, and supplies that are consumed in, incorporated into, affixed to, or otherwise used in the infrastructure project, not covered by a waiver or exemption, are produced in the United States. The certification or proof of compliance must be provided by the suppliers or manufacturers of the iron, steel, manufactured products and construction materials and flow up from all subawardees, contractors and vendors to the recipient. Recipients must keep these certifications with the award/project files and be able to produce them upon request from DOE, auditors or Office of Inspector General.
Prior to responding to the Solicitation, Respondents are responsible for the following: (a) examining the Solicitation thoroughly, (b) if applicable, visiting the work site to become familiar with local conditions that may affect the cost, progress, performance of furnishing the Work, (c) considering federal, state and local laws and regulations that may impact or affect cost, progress, performance or furnishing of the Work, (d) studying and carefully correlating Respondent’s observations with the Solicitation, and (e) notifying the Procurement Representative of all conflicts, errors or discrepancies in the Solicitation.
Respondents are expected to become fully informed as to the requirements of the Specifications and failure to do so will be at their own risk. Respondents cannot expect to secure relief on the plea of error.
A Respondent who is aggrieved in connection with the specifications of this Solicitation may protest in writing to GRU Procurement at least seven (7) business days prior to the Response due date.
Sequencing
File abatement notifications
Perform asbestos abatement
Conduct clearance air sampling (pass required)
Begin demolition following GRU written authorization
Remove all structures down to original slab/subgrade
Remove all protrusions, and obstructions
Backfill voids with compacted crushed limestone
Methods
Mechanical demolition permitted (excavators, loaders, hydraulic shears, etc.)
Dust suppression required (hydration, misting)
Explosive demolition prohibited
Site Controls
Contractor must establish secured work zone, signage, barricades, fencing and onsite security if applicable
All debris must remain onsite only in designated staging areas
Contractor shall be fully liable for its action, the actions of its agents, employees, partners, or subcontractors and fully indemnifies, defends, and holds harmless the City of Gainesville, GRU, its elected/appointed officials, its officers, agents, and employees, from any such suits, actions, damages, and/or costs of every name and description, including attorneys’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors.
Further, Contractor shall fully indemnify, defend, and hold harmless the City of Gainesville and/or GRU from any suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation will not apply to GRU’s misuse or modification or Contractor’s products or GRU’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit or in Contractor’s opinion is likely to become the subject of such a suit, Contractor may at its sole expense procure for GRU the right to continue using the product or to modify it to become non-infringing. If Contractor is not reasonably able to modify or otherwise secure GRU the right to continue using the product, Contractor shall remove the product and refund GRU the amounts paid in excess of a reasonable rental for past use. GRU shall not be liable for any royalties if applicable.
Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon GRU giving Contractor written notice of any action or threatened action, defending the action at Contractor’s sole expense. Contractor shall not be liable for any costs or expenses incurred or made by GRU in any legal action without Contractor’s prior written consent, which will not be unreasonably withheld.
The provisions of this section shall survive the termination or expiration of this Contract.
This Agreement shall be governed and construed pursuant to the laws of Florida and may not be construed more strictly against one party than against the other. In the event of any legal proceedings arising from or related to this Agreement:
Contractor shall be fully liable for its action, the actions of its agents, employees, partners, or subcontractors and fully indemnifies, defends, and holds harmless the City of Gainesville, GRU, its elected officials, its officers, agents, and employees, from any such suits, actions, damages, and/or costs of every name and description, including attorneys’ fees, arising from or relating to personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Contractor, its agents, employees, partners, or subcontractors.
Further, Contractor shall fully indemnify, defend, and hold harmless the City of Gainesville and/or GRU from any suits, actions, damages, and costs of every name and description, including attorneys’ fees, arising from or relating to violation or infringement of a trademark, copyright, patent, trade secret or intellectual property right, provided, however, that the foregoing obligation will not apply to GRU’s misuse or modification or Contractor’s products or GRU’s operation or use of Contractor’s products in a manner not contemplated by the Contract or the purchase order. If any product is the subject of an infringement suit or in Contractor’s opinion is likely to become the subject of such a suit, Contractor may at its sole expense procure for GRU the right to continue using the product or to modify it to become non-infringing. If Contractor is not reasonably able to modify or otherwise secure GRU the right to continue using the product, Contractor shall remove the product and refund GRU the amounts paid in excess of a reasonable rental for past use. GRU shall not be liable for any royalties if applicable.
Contractor’s obligations under the preceding two paragraphs with respect to any legal action are contingent upon GRU giving Contractor written notice of any action or threatened action, defending the action at Contractor’s sole expense. Contractor shall not be liable for any costs or expenses incurred or made by GRU in any legal action without Contractor’s prior written consent, which will not be unreasonably withheld.
The provisions of this section shall survive the termination or expiration of this Contract.
Contractor agrees to indemnify and hold harmless GRU, The City of Gainesville, its elected officials, its officers, and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by Contractor’s negligence, recklessness, or intentional wrongful conduct of the design professional and other persons employed or utilized by the Contractor in the performance of this Contract.
Contractor represents and warrants that Contractor will not infringe a trademark, copyright, patent, trade secret or any such intellectual property right in the performance of this Contract. In the event of an infringement suit related to or resulting from this Contract, Contractor represents and warrants that GRU will not be liable for any damages or royalties if applicable.
Contractor's obligations under the preceding two paragraphs with respect to any legal action are contingent upon GRU giving Contractor
Contractor shall not be liable for any costs or expenses incurred or made by GRU in any legal action without Contractor’s prior written consent, which will not be unreasonably withheld.
The Contractor shall comply with all applicable requirements of Section 448.095, Florida Statutes, including but not limited to:
A contact person listed as a reference shall be someone who has personal knowledge of the Firm's performance for the specific project listed. The contact person shall have been informed that they are being used as a reference and that GRU may be contacting them. The references shall be a principal, owner or a representative of the owner of the project that is listed by the Firm in its list of prior experience. Contractors or sub-contractors who will provide services for the Project shall not be accepted as references. Do not list principals or officers who will not be able to answer specific questions regarding the projects listed under prior experience. Failure of references listed to respond to GRU's inquiries may negatively impact the responsiveness of the Firm's response to this solicitation.
Contractor must:
Dispose of all waste at properly permitted Florida facilities
Provide weight tickets and landfill receipts
Provide hazardous waste manifests and chain-of-custody documentation
Maintain records for minimum of 5 years
Final payment will not be released until ALL documentation is received and accepted.
Overtime requirements. No contractor or sub-contractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such work week.
Violation. liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard work week of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section.
Withholding for unpaid wages and liquidated damages. GRU, shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section.
Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.
Nothing in this Contract shall be interpreted as a waiver of GRU’s sovereign immunity as granted pursuant to Section 768.28 Florida Statutes.
Clean Air Act
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, 42 U.S.C. §7401 et seq.
Contractor agrees to report each violation to FEMA and the Regional Office of the Environmental Protection Agency (EPA)
Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.
Federal Water Pollution Control Act
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
Contractor agrees to report each violation to FEMA and the Regional Office of the Environmental Protection Agency (EPA).
The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.
Full compliance with OSHA 1926 Construction Standards
Site-specific Health & Safety Plan (HASP) required
PPE program for asbestos/lead work mandatory
Contractor must maintain $2M liability insurance minimum
All subcontractors must meet the same requirements
The Contractor shall indemnify and hold harmless GRU from all suits, actions or claims of any character brought on account of any injuries or damages received or sustained by any person, persons, or property by or from the Contractor or by or in consequence of any neglect in safeguarding the work through use of unacceptable materials or workmanship or by or on account of any activity or omission, neglect or misconduct of the Contractor or by or on account of any claim or amounts recovered from any infringement of patent, trademark, or copyright or from any claims or amounts arising or recovered under the "Worker's Compensation Law" and non-compliance with any local, state or federal codes, ordinances, orders or statutes, including the Occupational Safety and Health Act. This guarantee is in addition to and not intended as a limitation to any other warranty, express or implied. The City of Gainesville has adopted a Resolution that formally adopts the policy that the City does not contractually agree to indemnify other parties except in certain limited circumstances. The provisions of this section shall survive the termination or expiration of this Contract.
The firm must list in its response, the Project Manager, Project Engineer, Quality Assurance Supervisor and other key personnel that will be assigned to this Project. The listing will need to include their biography, years of service in the industry, years of service with the Firm and their role in the Project.
If this is for engineering services, the Project Manager and Project Engineer must be two different individuals. They shall be a Professional Licensed Engineer in the State of Florida. Other Key Personnel must be clearly identified on the organizational chart submitted with the proposal.
Contractor accepts full legal responsibility for all abatement, demolition, disposal, transportation and regulatory compliance.
Any fines, violations, delays, or remediation resulting from improper handling shall be borne solely by the Contractor.
GRU retains the right to halt work at any time for safety or compliance concerns.
If any provision of this Contract is declared by a court to be illegal or in conflict with any law, the validity of the remaining terms and provisions shall not be affected; and the rights and obligations of the Parties shall be construed and enforced as if this Contract did not contain the particular provision held to be invalid.
This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the Contractor is required to verify that neither the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction related in any way to the performance of this Agreement.
This certification is a material representation of fact relied upon by GRU. If it is later determined that Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to GRU, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
The contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this Agreement is valid and throughout the period of any contract that may arise from the performance of this agreement. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
Pursuant to Section 725.08, Florida Statutes, this Contract qualifies as a professional services contract and Contractor qualifies as a design professional, as defined under Chapter 471 of the Florida Statutes. Notwithstanding the provisions of Section 725.06, Florida Statutes, Contractor agrees to indemnify and hold harmless GRU, its elected officials, its officers, and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys’ fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the Contractor in the performance of this Contract.
Contractor represents and warrants that Contractor shall not infringe a trademark, copyright, patent, trade secret or any such intellectual property right in the performance of this Contract. In the event of an infringement suit related to or resulting from this Agreement, Contractor represents and warrants that GRU will not be liable for any damages or royalties if applicable.
The Selection Team will evaluate the responses based on the qualifications of the firm, project understanding, qualifications of project personnel and past performance. The Selection Team will then rank the Statement of Qualifications (SOQ) and shortlist the top three (3) responses and conduct oral discussions.
GRU will coordinate with the shortlisted firms a date and time to meet with the Selection Team via Microsoft Team Application.
Based on the oral discussions/interviews, the Selection Team will determine and rank the top three firms in the order of the most qualified to perform the services.
GRU will take the ranking to the GRU Authority for approval to proceed with negotiations of a contract with the top qualified firm.
Upon approval by the Authority, GRU and the most qualified firm will negotiate a contract. In the event GRU and the most qualified firm are not able to reach a successful agreement, GRU will formally terminate the negotiations and proceed to the second most qualified firm. If negotiations fail with the second most qualified firm, GRU will terminate the negotiations and start negotiations with the third most qualified. If negotiations fail with the third most qualified, GRU will conduct additional oral discussions and select additional qualified firms from the initial SOQs received and rank the most qualified and move on with negotiations with the fourth most qualified firm and so on with the process as stated above and in accordance with Florida Statute Chapter 287.055.
GRU shall negotiate a contract for the professional services at compensation which GRU determines is fair, competitive, and reasonable. For any lump-sum or cost plus and fixed fee professional services contract, GRU will request the firm to execute a Truth-in-Negotiation Certificate stating that the wage rates and other factual unit costs supporting the compensation are accurate, competitive, and current at the time of contracting.
GRU or Contractor shall not assign or transfer, in whole or in part, any right or obligation pursuant to this Contract, without the prior written consent of the other Party.
Contractor must submit:
Licenses & Certifications
Company Documentation
Experience & References
Contractor hereby certifies to the best of its knowledge that:
Contractor shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient.
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
By executing this Agreement, Contractor hereby certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any.
Contractor shall maintain records sufficient to document completion of the scope of services pursuant to this contract. At all reasonable times, these records shall be made available to review, inspect, copy and audit by persons duly authorized by GRU. These records shall be kept for a minimum of three (3) years after termination of this Contract. Records that relate to any litigation, appeals or settlement of claim arising pursuant to the performance of this Contract shall be made available until a final disposition has been made of such litigation, appeal, or claim.
In the performance of this Agreement, Contractor shall make maximum use of products containing recovered materials that are EPA- designated items unless the product cannot be acquired
Information about this requirement, along with the list of EPA-designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.
All questions about the meaning or intent of the Solicitation are to be directed to the Procurement Representative, unless stated otherwise in the Solicitation. Interpretations or clarifications considered necessary in response to such questions will be issued by Addenda sent to all parties recorded as having received the Solicitation. Questions received less than seven (7) business days prior to the Response due date/time may not be answered by the Procurement Representative. Only questions answered by formal written Addenda will be binding.
Addenda may also be issued to modify the Solicitation as deemed advisable by the Procurement Representative.
Addenda issued by GRU prior to the Solicitation due date/time are considered binding as if written into the original Solicitation. Respondents are responsible for ensuring that all addenda have been received prior to submitting their Response.
Invoicing: Contractor is responsible for invoicing GRU for Work performed pursuant to this Contract. Itemized invoices shall include the following information (if applicable): Contract number, Purchase Order number, item number, job number, description of supplies or services, quantities, unit prices, Work location, GRU Project Representative, job start date, job completion date or other pertinent information. Itemized invoice(s) must be mailed to Gainesville Regional Utilities, Accounts Payable, P.O. Box 147118, Station A27, Gainesville, FL 32614-7118 or e-mailed to accountspayable@gru.com.
Payment Terms: GRU’s payment terms are net thirty (30) days from receipt of correct invoice. GRU may not set off payment due under the invoice for the specific Purchase Order to rectify or remedy a dispute related to a different Purchase Order. Supplier shall not submit more than one invoice per thirty-day period. Any delay in receiving invoices, or error and omissions attributed solely to Supplier, will be considered just cause for delaying or withholding payment. Invoices for partially completed Work may be allowed with GRU’s prior approval. All partial invoices must be clearly identified as such on the invoice. Any charges or fees will be governed by current Florida Statutes.
Prompt Payment: The Local Government Prompt Payment Act applies in accordance with Florida Statutes 218.70 through 218.80.
Receipting Report for Services: An itemized receipting report for services must be provided to the GRU Project Representative prior to invoicing which includes the number of hours and labor rates by job title, overhead, authorized per diem or travel expenses, and other charges. Receipting reports shall be used by the Project Representative to verify the services rendered.
Pending Dispute: The Contractor shall proceed diligently with performance under the Contract pending the final resolution of any dispute or request for relief, claim, appeal, or action arising under the Contract and shall comply with directions to perform from GRU. Should the Contractor not perform while a dispute is pending, including by not performing disputed work, such nonperformance by the Contractor may be deemed to be an unexcused breach of the Contract which is separate and apart from any other dispute.
Lien Release: Before the final acceptance of the Work and payment by GRU, Contractor shall furnish to GRU an affidavit and final waiver that all claims for labor and materials employed or used in the construction of said Work have been settled and no legal claim can be filed against GRU for such labor and materials. If such evidence is not furnished to GRU, such amounts as may be necessary to meet the unsatisfied claims may be retained from monies due to Contractor under this Contract until the liability has been discharged.
Final Payment/Acceptance: The acceptance by Contractor of final payment due on termination of the Contract shall constitute a full and complete release of GRU from any and all claims, demands and causes of action whatsoever which Contractor, its successors or assigns have or may have against GRU under the provisions of this Contract.
Regulatory Permits & Notifications
Project Safety & Compliance Submittals
Project Planning Documents
Disposal Facility Documentation
List of landfills permitted to accept:
ACM
C&D debris
Lead waste
Universal waste
Hazardous waste
Acceptance letters from disposal facilities (if required)
Hazardous waste transporter registration (if not self-hauling)
Except as expressly set forth in this Contract, the exercise by either Party of any of its remedies under this Contract shall be without prejudice to its other remedies under this Contract or otherwise.
Daily / Weekly
Abatement-Specific
Until final acceptance of the Work by GRU, Work will be under the charge and care of Contractor who must take every necessary precaution against damage to work by the elements or from any other cause whatsoever. Contractor will rebuild, repair, restore, or make good at their expense, damages to any portion of the Work before its completion and acceptance. Failure to do so will be at Contractor’s own risk. Contractor is not relieved of a requirement of the specifications on the plea of error.
Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim), as used in this clause.
Prohibitions.
Exceptions.
Reporting Requirement.
Subcontracts.
The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments.
Contractor shall not publicly disseminate any information concerning the Contract without prior written approval from GRU, including but not limited to, mentioning the Contract in a press release or other promotional material, identifying GRU as a reference, or otherwise linking Contractor’s name and either a description of the Contract or the name of the GRU in any material published, either in print or electronically, to any entity that is not a party to Contract, except potential or actual authorized distributors, dealers, resellers, or service representative.
As appropriate and to the extent consistent with law, the contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products.
For purposes of this section:
If a dispute arises out of or relates to this Agreement, or the breach thereof, and if the dispute cannot be settled through negotiation, either party may, by giving written notice, refer the dispute to a meeting of appropriate higher management, to be held within 20 business days after giving of notice. If the dispute is not resolved within 30 business days after giving notice, or such later date as may be mutually agreed, the Parties will submit the dispute to a mediator. The Parties shall mutually agree to the mediator and the costs of the mediator will be borne equally by both parties. The venue for mediation and any subsequent litigation shall be in Alachua County, Florida.
Contractor must provide:
Regulatory Documentation
Waste Disposal Documentation
Landfill tickets for:
C&D debris
ACM
Lead waste
Universal waste
Hazardous waste
Hazardous waste manifests (fully signed & returned)
Transportation chain-of-custody documentation
Project Completion Documentation
This Scope incorporates by reference:
Asbestos & Lead-Containing Paint Survey Report (GLE Project No. 25000-31280)
Power District Asbestos Survey Report (GLE Project No. 14000-14408)
The following access to records requirement applies to this Agreement:
This Contract constitutes the entire agreement between the Parties. No oral agreements or representations shall be valid or binding upon GRU or Contractor. No alteration or modification of this Contract, including substitution of product, shall be valid or binding unless authorized by GRU. Contractormay not unilaterally modify the terms of this Contract by affixing additional terms to product upon delivery (e.g., attachment or inclusion of standard preprinted forms, product literature, “shrink wrap” terms accompanying or affixed to a product, whether written or electronic) or by incorporating such terms onto Contractor’s order or fiscal forms or any other documents forwarded by Contractor for payment. An acceptance of product or processing of documentation on forms furnished by Contractor for approval or payment shall not constitute acceptance of the proposed modification to terms and conditions.
Notwithstanding the completion schedule, GRU has the right to delay performance for up to three (3) consecutive months as necessary or desirable and such delay will not be deemed a breach of Contract, but the performance schedule will be extended for a period equivalent to the time lost by reason of GRU's delay. Such extension of time will be Contractor's sole and exclusive remedy for such delay.
If the project is stopped or delayed for more than three (3) consecutive months and GRU or Contractor elects to terminate the Contract because of such delay, or if such stoppage or delay is due to actions taken by GRU within its control, then Contractor's sole and exclusive remedy under the Contract will be reimbursement for costs reasonably expended in preparation for or in performance of the Contract. None of the aforementioned costs will be interpreted to include home office overhead expenses or other expenses not directly attributable to performance of the Contract. Contractor is not entitled to make any other claim, whether in breach of Contract or in tort for damages resulting in such delay.
The price stated on the Pricing Response Form is firm. Any additional charges that were not included in the Response will not be paid by GRU unless approved in writing by an authorized GRU representative. Subsequent to contract formation, pricing inconsistencies on invoices may be grounds to cancel the contract.
If the Respondent offers discounted pricing, such as prompt payment discounts or volume discounts, it must be clearly stated and explained on the Pricing Response Form. Such discounts, if applicable, will not be used in determining award of the Solicitation.
If Contractor should be adjudged as bankrupt, or make a general assignment for the benefit of its creditor(s), or if a receiver should be appointed forContractor, or if there is persistent or repeated refusal or failure to supply sufficient properly skilled workforce or proper materials, or if Contractor should refuse or fail to make payment to persons supplying labor or materials for the Work pursuant to this Agreement, or persistently disregards instructions of GRU, or fails to observe or perform or is guilty of a substantial violation of any provision of the Agreement documents, then GRU, after serving at least ten (10) calendar days prior written notice to Contractor of its intent to terminate and such default should continue un-remedied for a period of ten (10) calendar days, may terminate the Agreement without prejudice to any other rights or remedies and take possession of the Work; and GRU may take possession of and utilize in completing the Work such materials, appliances, equipment as may be on the site of the Work and necessary therefore. Contractor will be liable to GRU for any damages resulting from such default.
Any delay or failure by GRU to exercise or enforce any of its rights pursuant to this Contract shall not constitute or be deemed a waiver of GRU’s right thereafter to enforce those rights, nor will any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right.
Any deviation from this Solicitation must be provided and explained in detail with the Response. Deviations must be explained on a separate page labeled “Exceptions and Clarifications” and included with the Response. Each exception and clarification must correspond to the specific referenced section in the Solicitation. Otherwise, the Response will be considered in strict compliance with the Solicitation and the selected Respondent will be held accountable for compliance with the Specifications.
GRU reserves the right to waive exceptions and clarifications to the Solicitation if determined by GRU to be in GRU’s best interest.
If subcontracts are to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. §200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus firms are used when possible. Those steps are outlined below:
Definitions
Small Business (SBE): A business that is independently owned and operated and is qualified as a small business under the Small Business Administration criteria and size standards at 13 C.F.R. Part 121.
Women’s Business Enterprise (WBE): A business enterprise that is (a) at least 51% owned by one or more women, or in the case of a publicly owned business, at least 51% of the stock is owned by one or more women; and (b) whose management and daily operations are controlled by one or more women. (13 C.F.R. Part 127)
Minority Business (MBE): A business that is (a) at least 51% owned by one or more minority group members, or in the case of a publicly owned business, at least 51% of the stock is owned by one or more minority group members; and (b) whose management and daily operations are controlled by one or more minority group members. (13 C.F.R. § 124.103, 13 C.F.R. § 124.102, and 13 C.F.R § 124.105).
Labor Surplus Area (LSA): A locality, defined by the Department of Labor’s Employment and Training Administration, that has a civilian average annual unemployment rate during the previous two calendar years of 20% or more above the average annual civil unemployment rate for all states during that same period. (20. C.F.R. §§ 654.4-654.5). There is an “Exceptional Circumstance Consideration Provision” that allows a civil jurisdiction to ask for inclusion in the LSA list after it is published, due to events such as COVID-19, natural disasters, and other adverse economic changes.
Labor Surplus Area Firm (LSAF): A firm that together with its first-tier subcontractors will perform substantially in LSAs as identified by the Department of Labor in accordance with 20 C.F.R. § 654. Performance is substantially in LSAs if the costs incurred under the contract on account of manufacturing, production, or performance of appropriate services in labor surplus areas exceed 50% of the contract price (40 C.F.R. § 33.103).
Florida’s Public Records Law, Chapter 119, Florida Statutes, includes numerous exemptions to the general requirement to disclose information to the public in response to a public records request. Exemptions are found in various provisions of the Florida Statutes, including but not limited to Section 119.071, Florida Statutes (General exemptions from inspection or copying of public records), and Section 119.0713, Florida Statutes (Local government agency exemptions from inspection or copying of public records). Section 119.0715, Florida Statutes (Trade Secrets Held by an Agency), exempts trade secrets from release as a public record, but also provides that public employees cannot be held liable if they, acting in good faith, release a public record that contains a trade secret. The Parties understand and agree that Florida’s Public Records Law is very broad and that documents claimed by a Party to be confidential and exempt from public disclosure pursuant to the Public Records Law may in fact not be deemed such by a court of law. Accordingly, the following provisions shall apply:
Request for Trade Secret or Otherwise Confidential and Exempt Information.
“Work Product" may include creative work which may lead to programs, intellectual properties, computer software, computer programs, codes, text, hypertext, designs, and/or any other work products associated with or arising directly out of the performance of the Work.
Termination for Convenience. GRU may, by providing thirty (30) calendar days written notice to Contractor, terminate this Contract, or any part thereof, for any or no reason, for GRU’s convenience and without cause. After the termination date, Contractor shall stop all Work and cause its suppliers and/or subcontractors to stop all Work in connection with this Contract. If GRU terminates for convenience, GRU shall pay Contractor for goods and services accepted as of the date of termination, and for Contractor’s actual and reasonable, out of pocket costs incurred directly as a result of such termination. GRU is not responsible for Work performed after the effective termination date of this contract.
Termination for Cause (Cancellation). GRU may terminate this Contract for cause if Contractor materially breaches this Contract by:
Funding out Clause. If funds for this Contract are no longer available, GRU reserves the right to terminate this Contract without cause by providing Contractor with thirty (30) calendar day’s written notice to Contractor.
While a responsive bid meets all material requirements of the solicitation, GRU may waive non-material requirements. Some requirements cannot be waived without adversely impacting the competitive bid process. If, during bid evaluation, there is any doubt as to the materiality of any exception or clarification, Utilities Purchasing and/or the Utilities Attorney shall be consulted before acceptance of a bid. Similarly, a bid will not be rejected without such consultation.
Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval. The contractor shall include this provision in any subcontract.
This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion the Agreement only. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives.
GRU requires electronic submission of bids and proposals. Submit electronic responses via GRU e-Procurement Portal: https://procurement.opengov.com/portal/GRU. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes.
The OpenGov portal allows the following:
For more information about OpenGov, visit https://procurement.opengov.com.
It is the responsibility of the vendor to regularly monitor GRU's eProcurement Portal. Respondents shall click “Follow” on this solicitation to receive all email notifications when answers are posted, addenda issued, & other solicitation notices.
Ultimately, it is the sole responsibility of each respondent to periodically check the site for any addenda at https://procurement.opengov.com/portal/GRU. Vendor failure to retrieve available, required procurement information and include the appropriate documentation and information in solicitation responses may result in disqualification.
No Party to this Contract shall be liable for any default or delay in the performance of its obligations under this Contract due to an act of God or other event to the extent that:
In the event of any delay resulting from such causes, the time for performance of each of the Parties hereunder (including the payment of invoices if such event actually prevents payment) shall be extended for a period of time reasonably necessary to overcome the effect of such delay. Any negotiated delivery dates established during or after a Force Majeure event will always be discussed and negotiated if additional delays are expected.
In the event of any delay or nonperformance resulting from such cause, the Party affected will promptly notify the other Party in writing of the nature, cause, date of commencement, and the anticipated impact of such delay or nonperformance. Such written notice, including change orders, will indicate the extent, if any, to which is anticipated that any delivery or completion date will be affected.
If Contractor is either a “contractor” as defined in Section 119.0701(1)(a), Florida Statutes, or an “agency” as defined in Section 119.011(2), Florida Statutes, Contractor shall:
The Federal Government is not a party to this Agreement and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract.
Bids may be received up to but not later than 2:00 pm on Tuesday, May 5, 2026 via GRU e-Procurement Portal located at https://procurement.opengov.com/portal/GRU. GRU e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. Gainesville Regional Utilities strongly recommends completing your response well ahead of the deadline. By way of the e-Procurement Portal, responses will be locked and digitally encrypted until the submission deadline passes.
Responses will be electronically unsealed publicly opened at the time and place indicated in the Solicitation and will be available for inspection upon notice of award or intended Award, or within thirty (30) calendar days after the opening of Responses, whichever occurs first. Prices may be publicly disclosed on GRU’s eProcurement Portal at the sole discretion of GRU Procurement.
The Respondent’s Certification Form must be submitted with the Response. If required, a Bid Bond and other documents must be provided with the Response. If a Bid Bond is required by the Solicitation and not included the response will be deemed non-responsive.
A “No-Bid” Response can be submitted for those who choose not to participate in the Solicitation. This designation can be submitted in GRU’s eProcurement Portal: https://procurement.opengov.com/portal/gru/projects/250579
Respondent’s pricing shall include applicable taxes on items purchased or manufactured by Respondent for the project. GRU is exempt from Florida sales taxes for certain purchases. A “Consumer’s Certificate of Exemption” is available at https://www.gru.com/WorkWithGRU/Procurement/PurchaseOrders.
To the fullest extent permitted by law, GRU shall not be liable to Contractor for any incidental, consequential, punitive, exemplary or indirect damages, lost profits, revenue or other business interruption damages, including but not limited to, loss of use of equipment or facility.
GRU normal business hours are TBD. Contractor may perform the Work outside business hours only with prior approval from the Authorized Representative or designee.
Respondents shall submit all inquiries regarding this bid via GRU e-Procurement Portal, located at https://procurement.opengov.com/portal/GRU. Please note the deadline for submitting inquiries: 5:00 pm on Friday, April 24, 2026. All answers to inquiries will be posted on GRU e-Procurement Portal. Respondents shall click “Follow” on this solicitation to receive all email notifications when answers are posted, addenda issued, & other solicitation notices. It is the responsibility of the respondent to check the website for answers to inquiries.
Addenda Notification and Acknowledgement Addenda Notification:
Respondents are required to register for an account via GRU e-Procurement Portal hosted by OpenGov. Once the respondent has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each respondent to periodically check the site for any addenda at https://procurement.opengov.com/portal/GRU.
Contractor shall not discriminate on the basis of race, color, religion, sex, gender, national origin, marital status, sexual orientation, age, disability or gender identity, or other unlawful forms of discrimination in the performance of this Contract. Contractor understands and agrees that a violation of this clause shall be considered a material breach of this Contract and may result in termination of the Contract. This clause is not enforceable by or for the benefit of, and creates no obligation to, any third party.
Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the contractor’s actions pertaining to this contract.
Contractor shall complete the Work no later than the date set forth in the Contract. Contractor further understands and agrees that time is of the essence. If Contractor fails to complete the Work on or before the date established for Final Completion, then Contractor will be solely responsible for liquidated damages or other costs as set forth in the Solicitation or Contract.
Procurement may determine, at its sole discretion, that it is in GRU's best interest to cancel a solicitation before the bid due date, either for the purpose of reissuing the solicitation or because there is no longer the need for the equipment, materials or services. Any responses to the solicitation received by Procurement will not be opened but will be maintained pursuant to the State of Florida’s Records Retention Schedules, as may be modified from time to time.
Pursuant to section 787.06(14), Fla. Stat., when this contract is executed, renewed, or extended the Contractor and any subcontractors must provide GRU with an affidavit, signed by an officer or a representative of the Contractor and any subcontractors under penalty of perjury, attesting that the Contractor and subcontractor does not use coercion of labor or services as those terms are defined in this section.
In accordance with Section 287.05701(2)(a), F.S. (2023), GRU may not request documentation of or consider a vendor's social, political, or ideological interests when determining if the vendor is a responsible vendor, and may not give preference to a vendor based on the vendor's social, political, or ideological interests.
Changes to a vendor’s bid submittals in GRU's eProcurement Portal can be made up to the deadline date for the bid submittal.
After responses have been opened, corrections to the response are permitted only to the extent that:
Section 287.135(2)(a), Florida Statutes, prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135(2)(b), Florida Statutes, further prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services over one million dollars ($1,000,000.00) if, at the time of contracting or renewal, the company is on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, both created pursuant to section 215.473, Florida Statutes, or the company is engaged in business operations in Cuba or Syria.
Accordingly, Contractor hereby certifies that Contractor is not listed on any of the following:
Contractor further hereby certifies that Contractor is not engaged in a boycott of Israel or engaged in business operations in Cuba or Syria. Contractor understands that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject Contractor to civil penalties, attorney's fees, and/or costs. Contractor further understands that any contract with GRU for goods or services of any amount may be terminated at the option of GRU if Contractor
Previously solicited and/or accepted bids may be rejected or acceptance revoked prior to beginning of performance upon discovery by GRU that the bidder or its affiliates have committed any act which would have been cause for debarment, or were on the convicted vendor list prepared under the provisions of F.S. 287.133, as amended, at or prior to the acceptance of the bid.
If GRU discovers, after a contract is awarded and performance has begun, that the bidder or its affiliates have committed any act subsequent to or prior to award or acceptance which would have been cause for debarment had it been discovered prior to award or acceptance, GRU may consider such to be a material breach of the contract and such shall constitute cause for termination of the contract.
Substantial Completion: The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Engineer, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms “substantially complete” and “substantially completed” as applied to all or part of the Work refer to Substantial Completion thereof.
Final Completion: The date that the Owner receives and agrees with written notice from the Contractor stating that the Work has been completed and is ready for final payment.
All materials and equipment shall be delivered F.O.B. Destination, freight included.
The Contractor represents and warrants that, to the best of its knowledge, no official or employee of the City of Gainesville, including Gainesville Regional Utilities (GRU), has a material financial interest in the Contractor’s business or any agreement resulting from this contract, nor will any such interest be acquired during the term of this Agreement. The Contractor agrees to comply with the provisions of Chapter 112, Florida Statutes, including but not limited to Section 112.313, pertaining to the ethical obligations and conflict of interest restrictions applicable to public officers and employees.
The Contractor shall not knowingly participate in or cause any conduct that would violate Florida’s Code of Ethics for Public Officers and Employees. Any actual or potential conflict of interest shall be promptly disclosed in writing to GRU’s designated contract manager and GRU's Utilities Attorney. GRU reserves the right to terminate this Agreement immediately upon determination that a prohibited conflict of interest has occurred or been materially misrepresented.
Cancellation occurs when an issued purchase order or executed contract is voided, rescinded or terminated, or the delivered goods or work are rejected. If defective goods are received, an order is incorrect, or work is not performed in accordance with specifications, the user department shall contact Procurement before taking any action. In addition, departments must contact Procurement for assistance with canceling any purchase order or contract.
Even after a bid has been awarded, Procurement may cancel the award or executed contract based on a bid error and may take action to reject performance when appropriate. If the contract is canceled at the request of the vendor, the vendor may be required to reimburse GRU for the difference between its bid and the next low bid.
If awarded, a Performance Bond and Payment Bond are required. Contractor shall provide such bonds, using the forms attached, for 100% of the price of the awarded contract as security for the full and complete performance of the Contract and for the payment of all persons performing labor, furnishing materials or furnishing equipment in connection with the Contract.
The surety or sureties shall be a company or companies satisfactory to GRU. In accordance with the Florida Statutes, a person entering into a contract with GRU for the construction of a public building or repairs to a public building or a public work is required, prior to commencing work, to execute and record in the public records of Alachua County, a payment and performance bond with a surety insurer authorized to do business in the state as surety.
A Bid Bond is required. Responses must be accompanied by a Bid Bond using the Bid Bond form provided and made payable to the City of Gainesville, d/b/a Gainesville Regional Utilities, in the amount of five percent (5%) of the price submitted. The Bid Bond amount will be paid to GRU if the successful Respondent fails to execute a Contract with GRU or accepts the receipt of the purchase order within fifteen (15) calendar days after award notice.
Captions and section headings used herein are for convenience only and shall not be used in construing this contract.
A Commercial Blanket Bond of $100,000 is required for this solicitation.
A Commercial Blanket Bond of $100,000 is required for this solicitation.
This agreement may be executed in any number of and by the different parties hereto on separate counterparts, each of which when so executed shall be deemed to be an original, and such counterparts shall together constitute but one and the same instrument.
A Surety Bond is required in the amount of TBD to cover loss occasioned by theft and the hazards customarily covered by such bonds; such policy to cover losses by identifiable employees. The surety or sureties shall be a company or companies satisfactory to GRU, in accordance with Florida Statutes. The requirement of a Florida resident agent may be waived by GRU if evidence satisfactory to GRU is provided that applicable requirements have been met to permit service of process on a State office under Florida law.
All exhibits attached to this contract are incorporated into and made part of this contract by reference.
A Surety Bond is required in the amount of TBD to cover loss occasioned by theft and the hazards customarily covered by such bonds; such policy to cover losses by identifiable employees. The surety or sureties shall be a company or companies satisfactory to GRU, in accordance with Florida Statutes. The requirement of a Florida resident agent may be waived by GRU if evidence satisfactory to GRU is provided that applicable requirements have been met to permit service of process on a State office under Florida law.
A Fidelity Bond is required in the amount of $5,000.
A Fidelity Bond is required in the amount of $5,000.
Any vendor coming on GRU property to do any type of work including meetings or doing work in our service territory on behalf of GRU must provide a Certificate of Liability Insurance (COLI) meeting the below requirements before any work will commence.
Risk Management requires all the base coverages of General Liability, Automobile Liability, and Workers Compensation. Below are the recommended coverage amounts by Risk Management for these categories. Excess or Umbrella coverage is recommended by Risk Management in the amount below in most cases. The Workers Compensation amount is statutory and the minimum amount that Workers Compensation policies can be sold in Florida.
The COLI needs to list Gainesville Regional Utilities, 301 Southeast 4th Avenue, Gainesville, Florida 32601 as the Certificate Holder and the language provided in the next section. COLI’s with GRU as “Certificate Holder” status only is not acceptable. Certificate Holder is used to show proof of insurance and does not provide access to the coverages disclosed on the Certificate of Liability Insurance.
All COLI’s must list under the Description of Operations section the below language:
"Gainesville Regional Utilities, their subsidiaries, affiliates, and their respective officers, agents and employees are included as additional insured.”
Insurance is required in the amounts set forth below:
Award will be made to the lowest, responsive, responsible Respondent.
Award will be made to the lowest, responsive, responsible Respondent based on the lump sum pricing less trade-in credits or based on the lump sum pricing only, as GRU determines to be in its best interest.
Any vendor coming on GRU property to do any type of work including meetings or doing work in our service territory on behalf of GRU must provide a Certificate of Liability Insurance (COLI) meeting the below requirements before any work will commence.
Risk Management requires all the base coverages of General Liability, Automobile Liability, and Workers Compensation. Below are the minimum coverage amounts required by Risk Management for these categories. Excess or Umbrella coverage is required by Risk Management in the amount below. The Workers Compensation amount is statutory and the minimum amount that Workers Compensation policies can be sold in Florida.
N/A COLI needs to list Gainesville Regional Utilities, 301 Southeast 4th Avenue, Gainesville, Florida 32601 as the Certificate Holder and the language provided in the next section. COLI’s with GRU as “Certificate Holder” status only is not acceptable. Certificate Holder is used to show proof of insurance and does not provide access to the coverages disclosed on the Certificate of Liability Insurance.
All COLI’s must list under the Description of Operations section the below language:
"Gainesville Regional Utilities, their subsidiaries, affiliates, and their respective officers, agents and employees are included as additional insured.”
Insurance is required in the amounts set forth below:
In addition to the above, any Software/System Consulting/Cloud based services where our data could be at risk of breach either in the cloud or on our servers needs to include Cyber Liability Insurance policy. Below are the required coverage amounts.
Award will be made to the lowest, responsive, responsible Respondent based on all line items combined or any combination of line items GRU determines to be in its best interest. GRU may not award a particular line item(s).
Award will be made to the best evaluated Respondent(s) for Response(s) based on TBD for each individual line item, or any combination of line items, as GRU determines to be in its best interest.
Any vendor coming on GRU property to do any type of work including meetings or doing work in our service territory on behalf of GRU must provide a Certificate of Liability Insurance (COLI) meeting the below requirements before any work will commence.
Risk Management requires all the base coverages of General Liability, Automobile Liability, and Workers Compensation. Below are the minimum coverage amounts required by Risk Management for these categories. Excess or Umbrella coverage is required by Risk Management in the amount below. The Workers Compensation amount is statutory and the minimum amount that Workers Compensation policies can be sold in Florida.
N/A COLI needs to list Gainesville Regional Utilities, 301 Southeast 4th Avenue, Gainesville, Florida 32601 as the Certificate Holder and the language provided in the next section. COLI’s with GRU as “Certificate Holder” status only is not acceptable. Certificate Holder is used to show proof of insurance and does not provide access to the coverages disclosed on the Certificate of Liability Insurance.
All COLI’s must list under the Description of Operations section the below language:
"Gainesville Regional Utilities, their subsidiaries, affiliates, and their respective officers, agents and employees are included as additional insured.”
Insurance is required in the amounts set forth below:
In addition to the above, Professional Liability will be required for any engineering, design work and all financial related professional services. Below are the required coverage amounts.
A responsible bidder has the capability to perform the contract requirements in all respects, including the experience, integrity, reliability, capacity, facilities, equipment, and good credit, which will help assure good faith performance. A bidder’s qualifications may be considered in making an award recommendation. GRU has the right to verify the qualifications of a bidder as GRU deems appropriate either before or after the bid opening.
A responsive bidder has submitted a bid which fully conforms in all material respects to the solicitation’s requirements, as determined solely by GRU. “Material” respect refers to factors of importance which help to ensure that the bidder will adequately comply with the prerequisites of the solicitation by performing the work in the manner specified, or providing equipment or goods meeting specifications.
If GRU determines either that a bidder is not responsible, or the bid submitted is nonresponsive, written notice will be sent by the Purchasing representative to the bidder, setting forth the basis of the finding. The failure of a bidder to promptly supply such information to support their company’s capabilities as may be requested by the Purchasing representative may be grounds for GRU to determine that the bidder is not responsible. Similarly, the failure of a bidder to promptly supply information in connection with an inquiry may be grounds for a determination of non-responsiveness.
GRU may, in the exercise of its sole discretion, require a prequalification process in connection with any bid. In such case, a prequalification form is sent to bidders to complete which helps GRU assess the bidder’s qualifications and experience. Bidders are notified whether or not they qualify to participate in the solicitation. The form may also be modified for submittal with the bid response based on the type of goods or services needed. If a prequalification process is not used, GRU may also elect to award the solicitation based on an evaluated process.
Contractor warrants and guarantees to GRU that all materials will be new unless otherwise specified and that all Work will be of a quality free from defects and in accordance with the Specifications. Contractor agrees to remedy promptly, and without cost to GRU, any defective materials or workmanship which appear within the stated warranty period.
No provision contained in the Specifications shall be interpreted to limit Contractor’s liability for defects. No provision contained in the Specifications shall be interpreted to limit the terms and conditions of the manufacturer's warranty and Contractor will secure parts, materials and equipment to be installed with manufacturer's full warranty as to parts and service wherever possible. Contractor must indicate if any warranty is being provided by either Contractor or a manufacturer and if any such warranty is being provided, such warranty will be stated. When the manufacturer warrants the equipment or materials being supplied, Contractor must provide such warranty to GRU or must state as a Clarification and Exception the reason Contractor is not able to provide such warranty.
All labor shall be warranted for a minimum of one year. For materials, the Manufacturer’s warranty applies.
It is anticipated that the evaluation committee may have discussions based on written proposals received by responsive Respondents. GRU reserves the right to waive discussions should it be deemed unnecessary.
GRU may, at its sole discretion, conduct a Best and Final Offer (BAFO) round to this solicitation. Should this round be conducted, the Procurement Representative will issue a request to include instructions, deadline, and addenda as applicable.
Each location has unique safety and security procedures and guidelines that must be followed. Acceptance of a project or work assignment in a particular location will be an acceptance of the safety and security requirements for that location. GRU will provide the safety and security requirements along with the scope of work requested. The Contractor shall at all times take all reasonable precautions for the safety of its employees engaged in services and shall comply with all safety laws, rules and regulations as mentioned in the contractor's safety orientation and/or manual as instruction may be site specific.
Confinement to Work Area/Parking: Contractor's employees shall stay in the designated work area to the maximum extent possible and shall not traverse other areas of GRU’s site except for travel to and from sanitary facilities or designated parking areas. Contractor and its employees shall park personal vehicles and equipment in areas designated by GRU.
Sanitation: If sanitary facilities are available near the work site, Contractor may request GRU’s permission to use such facilities by its employees, obtaining written permission from GRU prior to the use of such facilities. Unless such permission has been obtained, Contractor is responsible for the cost, provision and maintenance of sanitary facilities for persons employed by Contractor. If responsible for providing sanitary facilities, Contractor is also responsible for all labor and supplies necessary to maintain such facilities and must comply with the State Board of Health requirements. Upon completion of the Work, facilities must be removed from the site.
Personal Protection Equipment: The following requirements apply during a Pandemic, Epidemic, Sporadic, Endemic or Outbreaks event.
Purchasing will notify bidders of the recommended award of the contract with reasonable promptness. The notification will be through an award letter, issuance of a purchase order, execution of a contract or other appropriate means of communication. Purchasing will be responsible for obtaining required submittals from the successful bidder such as the insurance certificate, bonds, purchase order acceptance or contract, as required.
Contractorwarrants that it holds and shall transfer unencumbered title of the property to GRU and further warrants that it has the right and authority to transfer the title to the property.
If bid documents provide for award to more than one bidder, multiple awards may be made to bidders under one solicitation. The provision to make multiple awards should be considered when it appears likely that the equipment, materials, or services available from a sole bidder will not meet the needs of GRU or it is in the best interest of GRU to purchase from multiple vendors.
Pursuant to federally mandated security standards from the North American Electric Reliability Corporation (NERC) regarding Critical Infrastructure Protection (CIP), GRU has implemented specific requirements for any contract employee requiring access to protected systems and facilities. These requirements are outlined in NERC Standard “CIP-004-6 Table R3 – Personnel Risk Assessment Program” and apply to anyone who shall have physical and/or electronic access to these designated locations. Compliance verification for an employee, including annual training as well as a qualified criminal history background screening, will be required prior to granting that employee authorized access to the designated protected systems and/or facilities.
The State of Florida incorporates the Occupational Safety and Health Administration’s (OSHA) excavation safety standards, 29 C.F.R. 1926.650 Subpart P, as its standard (Sections 553.60-64, F.S.). The Contractor/Respondent shall list separately in their Proposal the cost of compliance with these standards on a lineal footage basis and the method of compliance. The respondent shall determine if special shoring requirements are needed. Special shoring shall be identified and priced on a square footage basis in the Proposal. The Successful Respondent is fully responsible for the design of the trench safety system and the compliance with the applicable standards for the project.
The term of this Contract shall commence on the TBD and terminate on TBD.
Upon mutual agreement between Parties, this contract may be renewed for TBD additional years.
Beyond the extensions described above, this Contract may be extended for an additional six (6) months to allow for completion of a new solicitation.
Contractor will recruit, screen, interview, hire and assign its employees to perform the work pursuant to this Contract; compensate its employees for hours worked at GRU; withhold and transmit payroll taxes, provide unemployment insurance and workers’ compensation benefits; and handle unemployment and workers’ compensation claims involving employees.
Contractor shall obtain background check and drug screening services of its employees who will perform work at GRU locations. To ensure compliance with the Fair Credit Reporting Act, Contractor will not provide copies of such background check or drug screening results to GRU but will instead provide an attestation of completion of such services to GRU. Background check services may be conducted by one or more of Contractor’s preferred, third-party vendors (e.g., Hire Right, A-Check Global).
Contractor shall require all of the Employees to self-report in writing to Contractor within forty-eight hours any incidents of arrests by local, state or federal law enforcement agencies. If the Employee is unable to report in writing due to incarceration or confinement, the Employee shall notify Contractor within forty-eight (48) hours after the arrest by text message, email, phone call, or voicemail. In addition, all Employees holding a Commercial Driver’s License (CDL) as a condition of employment shall self-report, in writing, to Contractor within forty-eight (48) hours after any citations, arrests, or charges disqualifying the Employee from holding a CDL.
To ensure fair consideration and consistent and accurate dissemination of information for all proposers, GRU prohibits communication to or with any department, employee, or agent evaluating or considering the proposals during the submission process, except as authorized by the contact person. During the blackout period no person may lobby, as defined herein, on behalf of a competing party in a particular procurement process, GRU officials or employees except the Procurement designated staff contact in the Procurement Department. Violation of this provision shall result in disqualification of the party on whose behalf the lobbying occurred. Lobbying means when any natural person, for compensation, seeks to influence the governmental decision-making, to encourage the passage, defeat or modification of any proposal, recommendation or decision by GRU officials and employees, except as authorized by procurement documents.
Respondents to this solicitation or persons acting on their behalf may not contact, between the release of the solicitation and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and state holidays, any employee or officer of the executive or legislative branch concerning any aspect of this solicitation, except in writing to the procurement officer or as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response.
Only one (1) response from any individual, firm, corporation, organization or agency under the same or different name will be considered for this Solicitation. Submission of more than one response may result in the rejection of all responses from the Respondent.
Respondent, by signing the Respondent’s Certification Form, declares that the Response is made without any previous understanding, agreement, or connections with any persons, firms, or corporations responding on the same items and that it is in all respects fair and in good faith without any outside control, collusion or fraud. A non-exclusive manufacturer/distributor relationship does not, in and of itself, constitute a prior understanding, agreement, connection or collusion between Responders.
By responding to the Solicitation, the Respondent acknowledges that it has not offered or given any gift or compensation to any GRU officer or employee to secure favorable treatment with respect to being awarded this Contract.
The parties recognize that the imposition of tariffs or trade restrictions may impact the Contractor's ability to maintain pricing. In the event that new tariffs or changes to existing tariffs are imposed by any governmental authority after the effective date of this contract, and such changes materially increase the cost of goods or materials necessary for performance, the Contractor may request a price adjustment. In such instances, the Contractor must notify the agency of the impact, supported by credible cost data (see examples below). The parties agree to engage in good-faith negotiations within 15 business days to consider price modifications, substitute goods, or alternative sourcing arrangements, with the goal of minimizing disruption to public services and maintaining the continuity of supply. No Invoiced adjustments will be approved without prior negotiations and approval.
If subcontracts are to be let, the prime contractor is required to take all necessary steps identified in 2 C.F.R. §200.321(b)(1)-(5) to ensure that small and minority businesses, women’s business enterprises, and labor surplus firms are used when possible. Those steps are outlined below:
Definitions:
Small Business (SBE): A business that is independently owned and operated and is qualified as a small business under the Small Business Administration criteria and size standards at 13 C.F.R. Part 121.
Women’s Business Enterprise (WBE): A business enterprise that is (a) at least 51% owned by one or more women, or in the case of a publicly owned business, at least 51% of the stock is owned by one or more women; and (b) whose management and daily operations are controlled by one or more women. (13 C.F.R. Part 127)
Minority Business (MBE) : A business that is (a) at least 51% owned by one or more minority group members, or in the case of a publicly owned business, at least 51% of the stock is owned by one or more minority group members; and (b) whose management and daily operations are controlled by one or more minority group members. (13 C.F.R. § 124.103, 13 C.F.R. § 124.102, and 13 C.F.R § 124.105).
Labor Surplus Area (LSA): A locality, defined by the Department of Labor’s Employment and Training Administration, that has a civilian average annual unemployment rate during the previous two calendar years of 20% or more above the average annual civil unemployment rate for all states during that same period. (20. C.F.R. §§ 654.4-654.5). There is an “Exceptional Circumstance Consideration Provision” that allows a civil jurisdiction to ask for inclusion in the LSA list after it is published, due to events such as COVID-19, natural disasters, and other adverse economic changes.
Labor Surplus Area Firm (LSAF): A firm that together with its first-tier subcontractors will perform substantially in LSAs as identified by the Department of Labor in accordance with 20 C.F.R. § 654. Performance is substantially in LSAs if the costs incurred under the contract on account of manufacturing, production, or performance of appropriate services in labor surplus areas exceed 50% of the contract price (40 C.F.R. § 33.103).
This Contract may be utilized by other governmental entities without prior approval from GRU, subject to acceptance by the Contractor. Any such use shall be at the sole risk and responsibility of the participating entity. The participating entity shall be responsible for all aspects of contract administration, including ordering, inspection, acceptance, and payment. GRU shall have no involvement in, nor liability for, any transactions between the Contractor and participating entities. Such use shall not modify the terms, conditions, scope, or duration of this Contract.
The Procurement representative is authorized to suspend a vendor from consideration for award of contracts if there is probable cause to believe that the vendor has engaged in activity which might lead to debarment. The suspension shall be for a period not to exceed three months. After reasonable notice to the vendor involved and reasonable opportunity for that vendor to be heard, the Procurement representative, after consulting with the GRU Attorney, is authorized to debar a vendor for cause from consideration for award of contracts. The debarment shall be for a period of not more than three years. The causes for debarment include:
REJECTION OF BIDS/TERMINATION OF CONTRACT
Previously solicited and/or accepted bids may be rejected or acceptance revoked prior to beginning of performance upon discovery by GRU that the respondent or its affiliates have committed any act which would have been cause for debarment, or were on the convicted vendor list, at or prior to the acceptance of the bid.
If GRU discovers, after a contract is awarded and performance has begun, that the respondent or its affiliates have committed any act subsequent to or prior to award or acceptance which would have been cause for debarment had it been discovered prior to award or acceptance, GRU may consider such to be a material breach of the contract and such shall constitute cause for termination of the contract.
In the event that there is any conflict between the terms and conditions, the order of precedence shall be as follows:
"I hereby propose to provide the goods/services requested in this Solicitation. I agree to hold pricing for at least 60 calendar days from the Solicitation due date. I agree that GRU’s terms and conditions herein take precedence over any conflicting terms and conditions submitted for GRU’s consideration, and agree to abide by all conditions of this Solicitation.
I certify that all information contained in this Response is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to execute and submit this Response on behalf of the organization as its agent and that the organization is ready, willing and able to perform if awarded.
I further certify that this Response is made without prior understanding, agreement, connection, discussion, or collusion with any other person, company or corporation submitting an offer for the same product or service; and the undersigned executed this Respondent’s Certification with full knowledge and understanding of the matters therein contained."
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
"Preference may be given to a business that certifies that it has implemented a drug-free workplace program. Pursuant to Section 287.087, Florida Statutes, whenever two or more competitive solicitations that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a response received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie responses will be followed if none of the tied providers has a drug free workplace program. In order to have a drug-free workplace program, a business shall:
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements."
Pursuant to section 787.06(14), Fla. Stat., when this contract is executed, renewed, or extended the Contractor and any subcontractors must provide the City with an affidavit, signed by an officer or a representative of the Contractor and any subcontractors under penalty of perjury, attesting that the Contractor and subcontractor does not use coercion of labor or services as those terms are defined in this section.
Please download the below documents, complete, and upload.
Please Upload the Pricing Form
Bid Bond in the amount of $ 100,000.00 is required for this project.
Please download the below documents, complete, and upload.
By checking "Yes", bidder understands the following:
If awarded, a Performance Bond and Payment Bond are required. Contractor shall provide such bonds, using the forms attached, for 100% of the price of the awarded contract as security for the full and complete performance of the Contract and for the payment of all persons performing labor, furnishing materials or furnishing equipment in connection with the Contract.
The surety or sureties shall be a company or companies satisfactory to GRU. In accordance with the Florida Statutes, a person entering into a contract with GRU for the construction of a public building or repairs to a public building or a public work is required, prior to commencing work, to execute and record in the public records of Alachua County, a payment and performance bond with a surety insurer authorized to do business in the state as surety.
Please upload Pricing Response/Table.
Experience Modification Rate (EMR) Documentation for the most recent three (3) full years provided on letterhead from current insurance provider.
Please download the below documents, complete, and upload.
List all subcontractors that will be used for the Work along with the tasks they will provide. If the subcontractor is a small and minority-owned business, women’s business enterprise, or labor surplus firm, check the boxes that apply. The selected prime Contractor will be asked to provide the actual subcontractor spend amount at a later date. Subcontractors are not permitted to work at GRU if listed on the State of Florida Suspended Vendor List or the Federal Suspensions and Debarments.
Please download the below documents, complete, and upload.
Please acknowledge that vendor will provide all necessary Permits for the completion of this project.
Please upload Contractor's General Contractor License and any other licensees required to complete this project.
Proof of Business Registration with the State of Florida verified via www.sunbiz.org showing that Contractor has been in business for a minimum of five (5) years
Any deviation from this Solicitation must be provided and explained in detail with the Response. Deviations must be explained on a separate page labeled “Clarifications and Exceptions” and included with the Response. Each clarification and exception must correspond to the specific referenced section in the Solicitation. Otherwise, the Response will be considered in strict compliance with the Solicitation and the selected Respondent will be held accountable for compliance with the Specifications
Upload your Clarifications and/or Exceptions here.
Please download the below documents for your review.
For the purpose of Insurance Requirements, please choose one of the following:
1. Is this Solicitation for Goods only?
2. Is this Solicitation for a Service, Labor or Labor and Material?
3. Is this Solicitation for Consulting Services?
4. Is this Solicitation for Software Services?
Is the pre-bid meeting mandatory?
Enter number of minutes below:
"Representatives arriving to the Pre-Bid/Proposal Meeting more than __ minutes late will not be allowed to participate in the meeting."
Is the pre-bid meeting non-mandatory?
Enter number of minutes below:
"Representatives arriving to the Pre-Bid/Proposal Meeting more than __ minutes late will not be allowed to participate in the meeting."
Will there be a shortlist of bidders to be invited to present to the evaluation team?
Type in your email address
Type in your phone number
Is this solicitation for engineering services, or for consulting services other than engineering services?
Is this solicitation for engineering, architectural or consulting services?
Enter the dollar amount of your approved budget.
What is the Network Number?
Please select from the Terms of Award listed below if known:
Does vendor need to provide EMR?
Would you like to have bidders respond to an electronic pricing table through OpenGov?
Some examples of when to say "yes":
Will there be an evaluation to review the proposals and score them based on weights and multiple criteria?
List criteria being evaluated (i.e. price, delivery and warranty).
List 3-5 names of member who will be on the evaluation comittee.
Is a multi-year contract required?
Enter the begin date here (i.e. October 1, 2024)
Enter the termination date (i.e. September 30, 2024)
How many renewal will this contract have? (i.e. 'Three (3)'; 'Two (2)'; 'Three (3) One Year', etc.)
Will the purchase of goods or services be funded by the State or Federal Government (i.e. Grants, FEMA Reimbursements).
Will this solicitation require a bid bond?
Will a Performance Bond be required for this solicitation?
Is a Surety Bond required with bid submittals?
Enter the dollar amount of the surety bond
Is a Commercial Blanket Bond required with bid submittal?
Is a Fidelity Bond required?
Will Liquidated damages be required?
Enter dollar amount of Liquidated Damages.
For example: "Liquidated damages shall be assessed in the amount of $[XXX,XXX]. [Define when liquidated damages will apply]."
Do work hours apply to this solicitation?
Enter the days of the week and the hours of the day that work can be done. (i.e. Monday-Friday, 8am-5pm)
Do you have a required delivery date?
Provide required delivery date
Do you have a specific delivery location?
Enter full delivery address here.
Is there a specific location where work will be done?
Please provide address for the job site.
Is this a Construction Project?
Will Vendor provide required permits?
Will GRU provide required permits?
Licensing requirements?
Is this a Design Build Project?
Choose which indemnification clause applies to this construction project.
Does the Florida Trench Safety Act apply to this solicitation?
The State of Florida incorporates the Occupational Safety and Health Administration’s (OSHA) excavation safety standards, 29 C.F.R. 1926.650 Subpart P, as its standard (Sections 553.60-64, F.S.). The Contractor/Respondent shall list separately in their Proposal the cost of compliance with these standards on a lineal footage basis and the method of compliance. The bidder shall determine if special shoring requirements are needed. Special shoring shall be identified and priced on a square footage basis in the Proposal. The Successful Bidder is fully responsible for the design of the trench safety system and the compliance with the applicable standards for the project.
Will a best and final offer apply to this solicitiation?
Is the vendor a:
(Your answer will automatically populate throughout the contract document)
Is the vendor a:
(Your answer will automatically populate throughout the contract document)
Sunbiz
https://dos.fl.gov/sunbiz/search/
Enter the Business Entity Type of the Contractor
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.