SLED Opportunity · FLORIDA · PINELLAS COUNTY SCHOOL DISTRICT
AI Summary
Pinellas County School District seeks bids for dock and boardwalk repairs including removal and replacement with new materials. Requires licensed marine or general contractor, insurance, security clearance, and compliance with Florida building codes. Mandatory pre-bid conference on April 6, 2026. Bids due April 20, 2026.
The Pinellas County School District (District) is soliciting sealed electronic bids in response to Dock and Boardwalk Repairs. Bids are due before 4:00 pm on Monday, April 20, 2026. Bids may be received up to but not later than, the date and time listed above, via the District e-Procurement Portal located at https://procurement.opengov.com/portal/PCSB. The District 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. The Pinellas County School District Purchasing Department strongly recommends completing your response well ahead of the deadline.
Pinellas County Schools has partnered with OpenGov Procurement which provides government agencies and their suppliers with a comprehensive and easy to use web-based eProcurement system. Registered suppliers receive automatic notification and transmittal of bid solicitations, and there is no charge to register and subscribe to receive PCS solicitation notifications. Please visit https://procurement.opengov.com/portal/pcsb to register and subscribe.
Once you have downloaded bid documents from an OpenGov notification you will automatically receive an e-mail notifying you when any addenda are issued or questions posted have been answered. If you obtain our solicitation documents from any other source, we cannot guarantee that you will automatically receive subsequent notifications of addendums. To assure that you are automatically notified, you must visit the above website and download the bid document. The District will not be responsible if you fail to receive any and all addendums if you obtain the original bid document from another source.
The district will give consideration to prices established by the State of Florida Department of Management Services, Division of Purchasing through its contracts and negotiated agreement price schedules.
The procurement contact for this solicitation is Christina DiLeonardo-Rowan and can be reached at dileonardoch@pcsb.org.
Submit Electronic Responses via the District e-Procurement Portal:
https://procurement.opengov.com/portal/PCSB
The Owner shall be defined as the School Board of Pinellas County, Florida, acting through its Superintendent or those persons designated by the Superintendent to act on the Superintendent's behalf. The words OWNER, BAORD, SCHOOL BOARD or PINELLAS COUNTY SCHOOLS may be used interchangeably.
Pre-bid mandatory meeting sign in sheet
Bid and Performance Security are required with this bid. See Bid Security Instructions in Bid Proposal section of this Invitation to Bid.
Title of the Project: Dock and Boardwalk Repairs
The Scope of Work to be performed under this project consists of furnishing all labor/ materials and performing all work necessary to the completion of the removal of damaged dock and boardwalk and replacement with new materials per plans and specifications.
All work described in this bid document and drawings prepared by George F. Young, Inc. Drawings can be obtained at www.opengov.com.
Dimensions on drawings shall be checked for accuracy by the Contractor. The Contractor shall determine exact dimensions for proper fit. Drawings shall not be scaled .
The State Requirements for Educational Facilities (SREF) are part of the Florida Building Code. SREF requirements shall apply to construction, renovation, and remodeling of public educational facilities owned by Pinellas County School Board.
Please review bid specifications and plans/drawings on the attachments section of this bid.
The Pinellas County School District (District) “General Terms and Conditions” School Board Adopted 12/08/09 Revised 12/02/2025 can be found at the following link: https://resources.finalsite.net/images/v1767644581/pcsborg/pty67uqfdi5g2pkphbrc/GeneralTermsandConditionsFINAL1222025.pdf
By submitting a proposal, Proposer agrees to abide by all District Terms and Conditions.
Insurance is required of all Suppliers who perform work on School Board premises. See Insurance Specifications Instructions in Bid Proposal section of this Invitation to Bid.
Any questions regarding the bid should be posted in the Questions & Answers section in OpenGov.
The procurement contact for this bid is Christina DiLeonardo-Rowan and can be reached at dileonardoch@pcsb.org,
The successful bidder shall provide a list of all sub-contractors that will be providing services for this project with their bid proposal. All subcontractors shall have the required licensing within their respective trade and be pre-approved by PCSB, as well as meet all background screening requirements in accordance with Florida Statute F.S.255.0515 and SREF 4.2 (d) (3).
See Proposed Subcontractor Form in Bid Proposal section of this Invitation to Bid.
In addition to your bid, there shall be a $30,000.00 contingency. The contingency shall be a separate line item with no markup added to it. The purpose of the contingency is for defraying expenses due to unforeseen circumstances related to construction. The contractor shall be required to furnish documentation evidencing expenditures prior to written approval and release of funds by the owner. In the event such change in the work is completed by a subcontractor or a sub-subcontractor, the contractor performing the work shall be limited to a maximum mark-up of 10% on its actual cost of material, labor, and equipment costs. Additionally, if the work is performed by a sub- subcontractor, the subcontractor will be limited to a markup of 5% on the actual cost passed through from the sub-subcontractor. The total cumulative markup on all changes in the work shall not exceed 15%.
This contingency shall be part of the contract, and if not used, or partially used, there shall be a deductive change order to reconcile the contract balance upon completion of the project
Bidders shall:
“Legal entity” is defined as the same company, corporation, partnership, or sole proprietorship, or a separate company, corporation, partnership, or sole proprietorship that is a successor-in-interest to the previous entity. In the case of a separate, successor-in-interest entity, that entity must have maintained a business license for a period of five (5) continuous years prior to this bid.”
1. It is encouraged that the contractor documents before and after conditions using photographs or video.
2. Workers on site must always display security clearance badges unless students are not on premises.
3. Mangrove trimming is restricted to the existing boardwalk footprint and eight (8) feet above boardwalk. Excessive trimming is prohibited.
4. FEMA information and documentation requirements:
The Contract Period shall commence on The length of the contract shall be for ninety (90) calendar days during the 2026 Summer Break or from the date of the Notice to Proceed. , and end The length of the contract shall be for ninety (90) calendar days during the 2026 Summer Break or from the date of the Notice to Proceed. . Prices and discounts shall remain firm for this period and shall include ALL freight and handling charges.
Bidders shall:
There is no renewal option for this contract.
The bidders will be furnished an appropriate number of copies of the plans and specifications as required for the particular project bid. The plan drawings and specifications and all supplemental documents are integral parts of the contract and a requirement occurring in one is as binding as though occurring in all. The following supplemental supporting documents are posted with the bid documents as separate attachments for this specific project.
The District, through its Director of Purchasing, has the option and reserves the right to unilaterally extend the original contract term or any renewal term for up to three (3) additional thirty (30) day periods, at the same terms and conditions. Notice of the District’s intent to renew shall be provided by the District in writing to the Contractor Supplier prior to the expiration of the contract, or the renewal period if the contract has been previously renewed.
A pre-bid conference will be held at Madeira Beach Fundamental K-8 School, 591 Tom Stuart Causeway, Madeira Beach, FL 33708 on Monday, April 6, 2026 starting at 10:00 am. Attendance at this pre-bid conference is MANDATORY in order for all potential Bidders to receive the benefit of answers to theirs and other’s technical questions first hand. If you are not the prime Bidders but are attending on behalf of someone else, please make note of this when signing the attendance roster where indicated. We apologize for any inconvenience this may cause you, but it is imperative that all information be disseminated in a public forum with all potential Bidders present to minimize confusion or misunderstandings. Additions or changes to the original bid documents resulting from this conference of a material nature, will be documented in the form of written addenda and distributed via the District's OpenGov Procurement portal at: https://procurement.opengov.com/portal/pcsb. Please note that if you are late to this mandatory pre-bid conference you will not be eligible to sign the attendance roster and therefore may not submit a bid. You may still, however, attend the conference if you wish.
A pre-bid conference will be held at Madeira Beach Fundamental K-8 School, 591 Tom Stuart Causeway, Madeira Beach, FL 33708 on Monday, April 6, 2026 starting at 10:00 am. Attendance at this pre-bid conference is NON-MANDATORY/OPTIONAL. If you are not the prime Bidders but are attending on behalf of someone else, please make note of this when signing the attendance roster where indicated. We apologize for any inconvenience this may cause you, but it is imperative that all information be disseminated in a public forum with all potential Bidders present to minimize confusion or misunderstandings. Additions or changes to the original bid documents resulting from this conference of a material nature, will be documented in the form of written addenda and distributed via the District's OpenGov Procurement portal at: https://procurement.opengov.com/portal/pcsb.
For the purposes of calculating the amount of a protest bond, this contract is valued at approximately 462,745.00, excluding renewal options. This is only an estimate and the actual amount could vary up or down. The District will not be held responsible if actual purchases are less than this amount.
Each bid proposal shall include all information and submittals required or requested in this bid.
Incomplete bid proposals may be declared non-responsive.
Section 787.06(13), Florida Statutes requires all nongovernmental entities executing, renewing, or extending a contract with a governmental entity to provide an affidavit signed by an officer or representative of the nongovernmental entity under penalty of perjury that the nongovernmental entity does not use coercion for labor or services as defined in that statute. The Pinellas County School Board is a governmental entity for purposes of this statute. An affidavit is attached hereto. The affidavit shall be filled out, fully executed and returned as part of your bid/proposal response or the response shall be deemed non-responsive.
The District reserves the right to award by line item, by section, or by aggregate total, whichever is most advantageous to the District. For aggregate total awards, bidders must have bid on ALL items listed or the bid shall be deemed non-responsive.
As required by The Jessica Lunsford Act [s.21 of Ch.2005-28, L.O.F.], if anyone representing a Supplier under contract with the school District will have access to school grounds when students are present, have direct contact with students or have access to or control of school funds, such personnel are required to be screened at Level 2, to include fingerprinting, statewide criminal and juvenile justice records checks through the Florida Department of Law Enforcement and federal criminal records checks through the Federal Bureau of Investigation. [s. 1012.465, Florida Statutes]
The requirements of this law must be met in order for the School Board to contract with your company. To make an appointment to be screened by Pinellas County Schools, go to: http://fieldprintflorida.com/
For a full submission (fingerprinting and badge) use code FPPCSVendors. For a badge only (badge replacement) use code FPPCSBadge.
If Contractor/Supplier is awarded all or a portion of this bid, Contractor/Supplier hereby acknowledges and agrees to abide by the Florida Jessica Lunsford Act (1012.465, F.S.) and obtain, at its own cost, Level 2 clearance of all employees, agents, and subcontractors who (1) have access to school grounds when students are present, (2) have direct contact with students, on or off school grounds, or (3) have access to or control of school funds.
Contractors will adhere to the rights of access Pinellas County School’s (PCS) property, including any defined Easement area, and to all State of Florida statutes and Florida State Board of Education rules regarding school safety and security.
Specifically, a vendor shall not:
Contractor further understands the limitations identified in (i)-(iii) above are non-exclusive and contractor obligations may change as state statute and Florida State Board of Education rules evolve. The phrase “locked portion of the Easement area or PCS property” is defined as any locked vehicle, pedestrian gate, or door on any PCS property.
This bid does NOT establish an exclusive arrangement between the District and Supplier. The District reserves, but is not limited to, the following rights:
All materials and/or equipment purchased from this bid shall carry the manufacturers’ standard warranty, unless otherwise specified. All work performed by the Prime Contractor and/or Sub-Contractors shall be warranted to be free from defects in materials and workmanship for a period of not less than one (1) year from the date of final completion of the project including of all punch list items.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are required even if bidding specified brand and product number. Samples must be furnished by no later than the closing of the bid as indicated on the Bid Sample Label.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to:
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are required ONLY if bidding an alternate brand and product number. Samples must be furnished by no later than the closing of the bid as indicated on the Bid Sample Label.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to:
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are requested. Bidders will have TBD days to furnish samples after request has been made in writing. Failure to furnish samples within the requested time will cause your bid to be rejected for those items.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to:
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
If not bidding the exact product specified by brand and product number, Bidders should always be prepared to furnish an exact sample of any alternate product offering upon request. Such submittals shall include all requested accessories and complete technical specifications for the item.
Samples are requested. Bidders will have TBD days to furnish samples after request has been made in writing. Failure to furnish samples within the requested time may cause your bid to be rejected for those items.
All sample containers are to be clearly identified as bid samples using the Samples Label found as an attachment to this document. Samples should be sent PREPAID to:
Samples must be furnished to the District at no expense to the District. Samples may be either destroyed or consumed through the evaluation process to determine compliance with specifications. We cannot guarantee return of samples. Samples which are not destroyed or consumed may be picked up by the Bidder at the Bidder’s expense. Any samples remaining longer than thirty (30) days after the bid award date will become District property.
Regular School Year
Days of operation are Monday thru Friday (excluding holidays) 8 a.m. to 4:30 p.m.
Warehouse receiving 6:30 a.m. to 2 p.m.
Summer
From approximately the 1st week of June thru the 1st week of August all schools are closed, with the exception of those that may be in summer session. Beginning the 2nd week of August, schools are once again in session. For more specific information call (727) 588-6143 to confirm if a school can accept deliveries.
Days of operation are Monday thru Thursday as follows:
Administrative Facilities and Schools: 7:30 a.m. to 5:30 p.m.
Walter Pownall Service Center: 6:30 a.m. to 5 p.m. (receiving 6:30 a.m. to 4:30 p.m.)
Each year, schools and administrative offices are closed for Thanksgiving, winter and spring break periods. Shipments cannot be accepted during these periods. These dates as outlined on the Pinellas County Schools website will vary each year depending upon our negotiated personnel calendar and when the holidays actually fall. Be sure to check the site for specific dates here: https://www.pcsb.org/staffcalendar.
| Bid Posted on District's OpenGov Procurement Portal and Initial Notifications Sent: | March 23, 2026 |
| Pre-Proposal Meeting (Mandatory): | April 6, 2026, 10:00am Madeira Beach Fundamental K-8 School, 591 Tom Stuart Causeway, Madeira Beach, FL 33708 |
| Deadline to Additional Information or Clarifications: | April 13, 2026, 12:00pm |
| Bids Due: | April 20, 2026, 4:00pm |
| Evaluate Bids and Make Selection of Contractor(s): | 4/23/2026 thru 4/27/2026 |
| Recommendation for Award Submitted to Purchasing by (specify school or department name): | 5/15/2026 |
| Notice of Intent to Award Posted on District's OpenGov Procurement Portal: | 6/2/2026 |
| Submit Recommendation for Award to School Board for Approval (estimated date of School Board approval): | June 9, 2026 |
*If the time allotted to evaluate bids and make the selection of contractors as stated above proves to be insufficient, the posting of the Notice of Intent To Award and the Board approval date could both slip two weeks or more. Continue to monitor our website or contact the purchasing department for more specific information as to when the notice will be posted.
During any solicitation period, including any protest and/or appeal, no contact with District officials or employees, other than with the individuals specifically identified in the solicitation, the Director of Purchasing or the Legal Department is permitted from any Bidder. Such communication may result in an automatic disqualification for selection in the pending solicitation and any subsequent District solicitations for a period of six (6) months, no matter the outcome of the solicitation or any protest and/or appeal.
Additional questions or clarifications regarding this solicitation shall be directed through the project page on the District's OpenGov Procurement portal before 12:00 pm on Monday, April 13, 2026.
The names of all firms who have submitted a timely bid, and their total bid price submitted, shall be made public immediately following the bid due date and time, listed herein, per F.S. 255.0518. Interested parties can view this information at OpenGov.com under the advertised bid title. Any recordings and/or bid proposals shall be exempt from public records requests until such time as the notice of an intended decision is published, or until 30 days after opening the bids, whichever occurs earlier.
If the District rejects all bids, proposals, or replies and concurrently provides notice of its intent to reissue a competitive solicitation, any recordings, bid proposals or records submitted, remain exempt from public records requests until such time as the District provides notice of an intended decision concerning the reissued competitive solicitation, until the District withdraws the reissued competitive solicitation, or 12 months after the publication of the initial notice rejecting all bids, proposals, or replies. Section 119.071(1)(b), F.S.; and Section 286.0113, F.S.
Please be aware that any meeting at which (1) there is negotiation with a Supplier, (2) a Supplier makes an oral presentation, or (3) a Supplier answers questions, pursuant to a competitive solicitation, are closed to competitors and other members of the public. Team meetings at which negotiation strategies are discussed are likewise closed. Such meetings shall be recorded.
PLEASE NOTE: Documents and Bid Amounts initially publicized are based upon what has been provided by each bidder and serve to formalize that a public opening of bids or proposals occurred on the date identified. The information publicized is subject to change once the Purchasing Department and District division have reviewed the bids for accuracy. Publicized documents do not convey a notice of intended action. All bids or proposals received are subject to comprehensive review to determine responsiveness and responsibility.
As stated in paragraph 12 of the General Terms and Conditions, PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST, please complete, sign and notarize the “SWORN STATEMENT UNDER SECTION 287.133(3)(A),FLORIDA STATUTES, PUBLIC ENTITY CRIMES” form provided in the Bid Proposal of this Invitation to Bid. This form MUST be included in your response in order for your bid/proposal to be responsive.
Public Records: Section 119.0701, Florida Statutes, requires that the Contractor comply with Florida’s public records laws with respect to services performed on behalf of the School Board. Specifically, the statute requires that the Contractor:
Bidders shall use the original Bid Proposal Forms provided in this Invitation to Bid and enter information only in the spaces where a response is requested. Bidders may use an attachment as an addendum to any of the forms in the Bid Proposal if sufficient space is not available on the original form for the Bidders to enter a complete response. Any modifications or alterations to the original bid documents by the Bidders, whether intentional or otherwise, will constitute grounds for rejection of a bid. Any such modifications or alterations that a Bidders wishes to propose must be clearly stated in the Bidder’s proposal response and presented in the form of an addendum to the original bid documents.
Bidders taking any exceptions to the General Terms and Conditions, linked herein, will be reviewed by staff prior to evaluation of bids. Exceptions to the General Terms and Conditions may be cause for rejection of your bid.
For your convenience, the forms which are required to be completed and submitted along with your bid will be provided along with this Invitation to Bid on the District's OpenGov Procurement portal. If sufficient room has not been provided on a given form to enable you to enter a complete response, please include a supplemental attachment or replicate pages in the form as necessary. All required sections of the Bid Proposal must be completed or the portal will not allow submittal of a given bid response.
Pinellas County Schools reserves the right, within statutory limits, to extend the terms and conditions of this solicitation to any and all other agencies within the state of Florida as well as any other federal, state, municipal, county, or local governmental agency under the jurisdiction of the United States and its territories. This shall include but not limited to private schools, parochial schools, non-public schools such as charter schools, special districts, intermediate units, non-profit agencies providing services on behalf of government, and/or state, community and/or private colleges/universities that require these goods, commodities and/or services. This is conditioned upon mutual agreement of all parties pursuant to special requirements, which may be appended thereto. The supplier/contractor agrees to notify the issuing body of those entities that wish to use any contract resulting from this bid and will also provide usage information, which may be requested. A copy of the contract pricing and the bid requirements incorporated in this contract will be supplied to requesting agencies.
Each participating jurisdiction or agency shall enter into its own contract with the awarded Contractor and this contract shall be binding only upon the principals signing such an agreement. Invoices shall be submitted in duplicate "directly" to the ordering jurisdiction for each unit purchased. Disputes over the execution of any contract shall be the responsibility of the participating jurisdiction or agency that entered into that contract. Disputes must be resolved solely between the participating agency and the Contractor.
When deemed to be in the best interest of the District, the District may cancel any award resulting from this specification by the following means:
The District reserves the following rights to:
Bidders are required to register for an account via the District e-Procurement Portal hosted by OpenGov. Once the bidder 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 bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/PCSB. Interpretations of the bid, clarification of bid specifications and requirements or changes to the bid which have a material effect will be documented and communicated to bidders only by written addenda. Verbal responses to bidders’ questions do not constitute an official response unless documented in the form of written addenda and shall be considered inadmissible in bid protest proceedings. Failure to acknowledge addenda containing material changes may constitute cause for rejection of your bid proposal. Telegraph, facsimile or e-mail acknowledgements of addenda will not be accepted.
Bidders that accept Visa/Mastercard payments can be enrolled in the District’s ePayments program for faster payment turnaround. Interested parties can contact the Districts purchasing card provider, JP Morgan, for enrollment in the program at sua.supplier.support@jpmchase.com, or by phone at 877-263-5184. Unless exception to this condition is indicated in the answer provided here, the Bidders, by submitting a bid, agrees to accept the purchasing card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the purchasing card.
Are you able to accept credit card payments at this time?
Please upload relevant experience information regarding your company and the key personnel to be assigned to this contract.
Contractor must provide to School Board evidence of compliance with Florida law regarding E-Verify. Evidence may consist of, but is not limited to, providing notice of Contractor’s E-Verify number coupled with an affidavit that all of Contractor’s Subcontractors similarly comply with the law.
Pursuant to Section 448.095, F.S., the Contractor is required to be registered with the U.S. Department of Homeland Security’s E-Verify system prior to entering into a contract with the Pinellas County School Board. The Contractor shall use the E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the contract term. The Contractor shall include an express provision in all of its subcontracts requiring subcontractors, who perform work or provide services pursuant to the contract, to use the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. For more information on this process, please refer to United States Citizenship and Immigration Service site at:
http://www.uscis.gov/portal/site/uscis
Only those employees determined eligible to work within the United States shall be employed under this contract.
By submission of a bid in response to this solicitation, the Contractor affirms that all employees in the above categories shall undergo e-verification before placement on this contract. Evidence may consist of, but is not limited to, providing notice of Contractor’s E-Verify number coupled with an affidavit that all of Contractor’s Subcontractors similarly comply with the law.
A public employer, contractor, or subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated Section 448.09(1), Florida Statutes is obligated to terminate the contract with the person or entity pursuant to Section 448.095(2)(c)1, Florida Statutes. If the Pinellas County School Board terminates the contract for the foregoing reason, the contractor may not be awarded a public contract for at least one (1) year after the date on which the contract was terminated, and the contractor will be liable for any additional costs incurred by the Pinellas County School Board as a result of the termination of the contract.
Please upload any applicable product illustrations or specifications or catalog information here.
Have you sent in your samples for them to be received by the District prior to the due date and time of bids?
Please upload confirmation of your submittal of samples using the label specified by the District. If you have confirmation of delivery already available you are encouraged to upload that here along with your sample label.
Is your bid based on an alternative product or model? And if so, have you sent in samples of the alternative product you are bidding with for them to be received by the District prior to the due date and time of bids?
If you are not bidding based on an alternative product or model then simply select "No" for this question.
Please upload confirmation of your submittal of samples using the label specified by the District. If you have confirmation of delivery already available you are encouraged to upload that here along with your sample label.
Samples have been requested as part of this Bid. Please upload confirmation of your submittal of samples using the label specified by the District. If you have confirmation of delivery already available you are encouraged to upload that here along with your sample label.
Please upload any applicable warranty information for the products and/or services in your submittal.
Please download the below documents, complete, and upload.
Please download the below documents.
Submit proof of your bid security here. This may be a scan of a completed bid bond and associated pages, or proof of delivery of an alternative form of bid security to the proper district location. If not applicable to your bid, simply upload the instructions provided here and note why requirements do not apply to your submittal.
Please download the below instructions and then upload your Certificate of Insurance.
Please download this form and provide a list of subcontractors that you intend to sub any portion of this project to in accordance with Florida Statute F.S.255.0515 and SREF 4.2 (d) (3). Upload the form here when completed.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Upload Contractor's License
Provide evidence of five (5) years as the same business, legal entity as outlines in the Special Conditions Section of this Invitation to Bid. Please upload documentation here.
Provide documented evidence of experience as outlined in the Special Conditions section of this Invitation to Bid. Please upload documentation here.
For any additional information requested or required by any of your previously provided answers please upload that additional documentation here.
The Bidders, by submitting a bid here, certifies that its bid is made without previous understanding, agreement, or connection with any person, firm or corporation making a bid for the same item(s), and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action.
Bidder hereby certifies that all information provided within this submittal is accurate to the best of their knowledge and acknowledges that they have provided proof of their authority to submit a bid on behalf of the stated Company name committing them to the information contained within said submittal.
A bid submitted here obligates the Bidders to all terms, conditions and specifications stated in this bid document, unless exceptions are taken and clearly stated in the Bidder’s bid documents.
Bids somehow received after the stated submittal deadline will not be accepted.
Select yes or no
Enter start date of contract
Enter end date of contract
Is there a renewal option for the contract resulting from this solicitation once the initial term has expired?
What is the duration or period of time that the renewal will be valid for?
NOTE: State the term using written and (numeric) values as well as the unit of duration (months, years, etc.)
EXAMPLE
two (2) years
Will there be a pre-bid conference for this solicitation?
Will the pre-bid conference for this particular solicitation be mandatory or will it be non-mandatory/optional?
What is the estimated or approximate value of the contract likely to result from this solicitation? If there is a yearly amount, be sure to state "/year" after the amount.
EXAMPLE 1 (contract total):
$50,000
EXAMPLE 2 (contract total per year):
$50,000/year
Select the option which applies to this particular solicitation regarding product samples.
How many days will bidders have to furnish samples after a request has been made in writing?
NOTE: Be sure to state both written and numeric value
EXAMPLE:
five (5)
Will this bid result in work being performed by the contractor on District property?
NOTE: A "Yes" answer here includes the insurance specifications for contractors attachment.
Q (No subject): What type of license is required for the repair, if any?
A: The contractor's License is located in the bis specs page 3 of 46. Florida Licensed Certified Marine Contractor or Certified General Contractor
Q (Composite Decking: Eva-Last): Would you consider a composite decking? Eva-Last has some very affordable composite decking in our Eclipse line. Furthermore, Eclipse spans 24" so you will save money on your substructure. If this decking is something you will consider, we will plan to come to the meeting next week. Please let us know. Also I can be reached at 407-575-3018.
A: For this project we will be replacing with like and kind material, as we are only replacing the damaged areas. The boardwalk decking is P.T. and the pier decking is composite.
Q (Composite Decking: Eva-Last): Would you consider a composite decking? Eva-Last has some very affordable composite decking in our Eclipse line. Furthermore, Eclipse spans 24" so you will save money on your substructure. If this decking is something you will consider, we will plan to come to the meeting next week. Please let us know. Also I can be reached at 407-575-3018.
A: response was made in previous question
Q (Pier Decking): For the pier decking that is composite, would you consider Eclipse Eva-Last Decking? https://www.eva-last.com/us/product/brand/eclipse/
A: For this project we will be replacing with like and kind material, as we are only replacing the damaged areas. The boardwalk decking is P.T. and the pier decking is composite.
Q (No subject): Is there a geotec report for this project
A: We do not have a geotech report for this project
Q (No subject): can the existing construction drawings be uploaded
A: There are "as builts " but the design documents uploaded in this bid are what hold precedent and what the contractor must follow.
Q (No subject): during the site visit there was a few areas that had deck boards missing handrail system was in poor condition our assumption of the repairs needed can be different from contractor to contractor is there a an estimate on the miscellaneous repairs? this will keep all in the same bid field
A: For miscellaneous plank and hand rail repairs on the boardwalk, the contractors may estimate an additional 15% square footage. The current square footage of repair shown on plan is estimated at 1500 square feet for the board walk.
Q (main dock): plans state 4" pvc suction line is there more details on this
A: We do not have any more additional information on that PVC line
Q (main dock): after reviewing conditions of main pier is all the hand rail to be replaced will the 26'x40' addition have hand rail
A: Yes, the original main pier had handrails through out including the T-end of the pier, therefore they will need to be replaced at the 26'x'40' end.
Q (badge): Will badge be needed if contractor remains outside of school fenced area? As with most cases checking in and out can be time consuming.
A: All contractor must have a Level 2 badge, stated in the bid.
Q (Building permit): Will the building permit fee be waived or should contractor include this fee in bid
A: All permit fees have been handled by the PAE
Q (pile installation): will other forms of pile driving be acceptable such as excavator mounted plate compactors
A: Only jetting will be accepted since that is the way the project was permitted. Any other methods would require the permit to be revised. The U.S. Army Corps of Engineers (Corps) has completed the review of your application for a Department of the Army permit received on September 2, 2025. Your application was assigned file number SAJ-2025-01919. A review of the information and drawings provided indicates that the proposed work would result in the rehabilitation of a previously authorized main dock and observation deck/boardwalk system in the same footprint as the existing structures. Approximately 1,400 square feet (SF) of repairs to the main dock include removal and reconstruction of the collapsed terminal platform, replacement of split/missing decking, and removal/ replacement of pilings. The observation deck/boardwalk repairs include plank, deck, and handrail replacement, totaling approximately 2,000 SF. A proportion of the existing boardwalk connected to the replacement dock will be replaced to accommodate a new transitional connection. The deck and main dock will be elevated at least 5-ft above the mean high-water line (MHWL). The project will encompass an area of approximately 3,400 SF, plus an additional 21 SF of substrate impacts due to the installation of sixty (60) 8-in diameter wood pilings via jetting. The activities subject to this permit are authorized pursuant to authorities under Section 10 of the Rivers and Harbors Act of 1899 (33 U.S.C. § 403). The project is located in Boca Ciega Bay at the Madeira Beach Fundamental School, 591 Tom Stuart Cswy, St. Petersburg, Section 3, Township 31 S, Range 15 E, Pinellas County, FL 33701 (27.809624, -82.789249).
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.