SLED Opportunity · FLORIDA · CITY OF ST. CLOUD

    Generator Maintenance and Repair Services

    Issued by City of St. Cloud
    cityRFQCity of St. CloudSol. 239443
    Closed
    STATUS
    Closed
    due Apr 2, 2026
    PUBLISHED
    Mar 1, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    238210
    AI-classified industry

    AI Summary

    City of St. Cloud seeks a contractor for annual preventative maintenance and repair services for generators and automatic transfer switches at various city facilities.

    Opportunity details

    Solicitation No.
    239443
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    March 1, 2026
    Due Date
    April 2, 2026
    NAICS Code
    238210AI guide
    Jurisdiction
    City of St. Cloud
    State
    Florida
    Agency
    City of St. Cloud

    Description

    It is the intent of this solicitation to engage one contractor to provide annual preventative maintenance and repair services for generators and automatic transfer switches at various City facilities located in the City of St. Cloud.

    Background

    The City of St. Cloud is a community of approximately 71,000 residents, covering approximately 35.5 square miles in Osceola County, located in Central Florida. To obtain general information about the City of St. Cloud, access www.stcloudfl.gov.

    Project Details

    • Reference ID: 2026-013
    • Department: Procurement
    • Department Head: Leslie Flores (Procurement Services Director)

    Important Dates

    • Questions Due: 2026-03-19T21:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-17T19:51:37.280Z) —
      • Modifications to the Solicitation Documents - The Pricing Proposal has been edited to now include both 'Semiannual' and 'Annual' costs for each address to ensure they are captured in the auto-sum.
    • Addendum #2 (released 2026-03-30T19:33:59.615Z) —
      • Questions asked via the OpenGov Portal
      • Bid Opening Zoom Link

    Evaluation Criteria

    • Summary

      It is the intent of this solicitation to engage one contractor to provide annual preventative maintenance and repair services for generators and automatic transfer switches at various City facilities located in the City of St. Cloud.

    • Bid Price Sheet Only
    • 2 CFR. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards

      The Contractor shall comply with the Federal requirements per 2 Code of Federal Regulations (CFR) Part 200 Super Circular, titled “Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards”, effective December 26, 2014, and any subsequent revisions and updates to 2 CFR. Part 200 “Uniform Administrative Requirements, Cost Principles and Audit Requirements for Federal Awards”.

    • DETAILED SCOPE OF SERVICES AND REQUIREMENTS

      5.2 Overview

      Contractor shall provide all supervision, labor, materials, equipment, machinery, tools, apparatus, transportation, fuel, mileage and incidentals necessary to perform preventative maintenance and repair services for generators and automatic transfer switches at various City facilities located within the City of St. Cloud to ensure the proper operation of the generator units.


      All existing sites/generator units are listed in the Pricing Proposal. A number of sites/generator units may be added to or deleted from the inventory by a
      supplemental addendum during the course of the awarded contract. Such addition or deletion will not affect or impact the unit rates submitted by the Bidder.


      5.3 Preventive Maintenance Services

      The Contractor will complete each of the preventive maintenance services listed
      hereunder within a reasonable timeframe acceptable to the City. This completion
      time will not be affected by the Contractor's response to repair requests.

      a. Semi-Annual Preventive Maintenance Services

      The Contractor will conduct a semi-annual preventive maintenance service (two
      (2) visits per site, per year) on each of the generator units listed in the Generator
      List included in this Invitation to Bid and any generators that may be
      added to the list in the future. The semi-annual maintenance service covered
      under this awarded contract will consist of, but not necessarily limited to, the
      following:

      1. All spark plugs will be cleaned, adjusted or replaced as necessary
      (gasoline). Injectors are to be checked and pop-tested as necessary
      (diesel).

      2. Ignition condensers and points to be adjusted and cleaned or replaced as
      necessary (gasoline). Timing to be checked and set as necessary (diesel).

      3. Clean, refill, and/or replace air cleaner/element as necessary.

      4. Inspect all appropriate components of the fuel system to ensure conformity
      with the manufacturer’s recommendations for proper operation. Ensure that
      all connections between the fuel system and engine comply with applicable
      codes and regulations. In the event of any deficiencies, the Contractor will
      immediately notify the City’s Department/Division Project Manager or
      Designee. All results/data will be recorded in the maintenance logbook.

      5. Inspect and clean all fuel filters and sediment bowls, and clean and service
      all water separators. Change fuel filters as necessary.

      6. All equipment will be checked for fuel and water leaks. Leaks are to be fixed
      as a repair item.

      7. All batteries will be checked and load bank tested. Any action necessary for
      recharging or replacing must be handled or reported to the City’s
      Department/Division Project Manager or Designee promptly. Recharging will
      be handled as a general maintenance and replacement will be handled as a
      repair.

      8. Inspect and replace all belts and hoses. Check tension/condition, tighten
      belts when necessary, and replace belts and/or hoses as necessary. Inspect
      protective guards for tightness, and tighten when necessary.

      9. Check and inspect or replace all transfer switch and engine control bulbs as
      necessary.

      10. All brushes on generator must be checked for proper setting/operation and
      adjusted accordingly.

      11. Inspect electrical connections, automatic transfer switches and relays for
      tightness, cleanliness, condition and proper operation. Verify frequency and
      phase rotation. Clean contacts and lubricate all moving parts. The City will
      be responsible for isolating power to any transfer switches that need to be
      tested.

      12. Inspect the cooling system components including, but not limited to: radiator,
      coolant pump, and thermostat temperature control. The performance criteria
      of components will be set and maintained in accordance with manufacturer’s
      recommendations. All results/data will be recorded in the maintenance
      logbook.

      13. After completion of each of the preventive maintenance inspection services,
      run generator and conduct load tests for at least thirty (30) minutes. Perform
      operational load test with building/site load.

      b. Annual Preventive Maintenance Services

      The Contractor will conduct annual preventive maintenance services (one (1) visit
      per site, per year) on all generator units listed in the Generator List
      included in this Invitation to Bid and any generators that may be added to the list
      in the future. The annual maintenance service covered under this awarded
      contract will consist of, but not necessarily limited to, the following:

      1. Static Checks

      a. Air Intake System
      b. Check or replace air filter as needed
      c. Wipe out air breather housing

      2. Lubrication System

      a. Change engine crankcase oil a minimum of once a year or if hour meter
      indicates more than 100 hours of use per year
      b. Remove and replace engine oil filter as required
      c. Clean engine crankcase breather
      d. Check engine oil for leaks
      e. Check and replace oil lines as necessary

      3. Cooling System

      a. Check all belts and hoses, adjust tension if necessary
      b. Check coolant level
      c. Test antifreeze, check for leaks and replace as necessary
      d. Check block heater for proper operation

      4. Ignition System

      a. Check spark plug condition and replace as necessary
      b. Check points and replace as necessary
      c. Check rotor and replace as necessary
      d. Check distributor cap and replace as necessary
      e. Check and set engine timing
      f. Check plug wires for damage
      g. Check injectors when necessary

      5. Electrical System

      a. Check battery electrolyte level and specific gravity. Add distilled water as
      required. And recharge and replace as necessary
      b. Remove any corrosion from battery and apply anti-corrosion compound
      on batter terminals
      c. Check and tighten loose connections
      d. Check starter and alternator

      6. Fuel System

      a. Remove and replace fuel filter
      b. Check for fuel leaks
      c. Check for water in fuel tank
      d. Add fuel stabilizer as needed

      7. Generator

      a. Remove side covers to inspect rotor and stator. Check for loose
      electrical connections and tighten as required
      b. Check for signs of burned, frayed or rodent damaged electrical
      components and wiring
      c. Remove control panel and inspect wiring and components for loose
      connections or damaged wiring
      d. Check proper operation of any emergency shutdown systems (if any)

      8. Transfer Switch

      a. Vacuum dust and debris from cabinet
      b. Set and calibrate plant exerciser clock
      c. Inspect and clean main load and replay contacts as needed

      9. Dynamic Checks (Engine)

      a. Check for abnormal vibration
      b. Observe exhaust for indication of engine condition
      c. Check for oil, fuel and coolant leaks
      d. Oil pressure – to be recorded for comparison to past and future readings
      e. Water temperature – to be recorded for comparison to past and future
      readings
      f. Battery charger – to be recorded for comparison to past and future
      readings

      10. Safety Circuits – Check for Proper Operation

      a. Over-crank
      b. Over-speed
      c. Low oil pressure
      d. High water temperature
      e. Emergency stop

      11. Generator

      a. Voltage – record and calibrate voltage on all phases
      b. Amperage – record
      c. Frequency – record and calibrate to ensure 60-cycle operation under
      load

      12. Transfer Switch

      a. Check automatic load transfer by disconnecting normal power
      b. Check relays for proper operations and calibrate as necessary
      c. Notify owner prior to power outage

      13. Perform a two-hour resistive load bank test according to the current edition
      of the National Fire Protection Association (NFPA) 110.

      c. Annual drop-down transfer shall be performed at each site prior to May of
      each year.

      During the performance of the semi-annual and annual preventive maintenance
      services, the Contractor may observe the necessity to repair and/or replace parts or
      components. If the cost of such work/parts is not covered under the preventive
      maintenance services, the Contractor will immediately notify the City’s Project
      Manager or Designee before carrying out any corrective action.

      5.4 Repairs, Installation, and Replacement Work (Unscheduled Services)

      a. The Contractor will be available twenty-four (24) hours a day, seven (7) days a
      week, fifty-two (52) weeks a year, to provide unscheduled services, to diagnose
      problems and make repairs, installation, and replacement, as necessary, to
      keep the units in a good operating condition.

      b. The City’s Department/Division Project Manager or Designee will notify the
      Contractor of the location, describe the problem, and specify the day and time to
      proceed with the work.

      c. In the case of emergencies, the Contractor will respond within three (3) hours after
      notification from the City’s Project Manager or Designee.
      The Contractor will be available on the site within the specified response time and
      prepared to respond to the problem.

      d. Upon the receipt of the notification, the Contractor will have a factory-trained
      technician and a work vehicle available at the work site within the response time
      specified herein. The Contractor’s work vehicle should be well-stocked and
      equipped.

      e. The Contractor will execute the work in an orderly, timely, and efficient manner.
      The Contractor will proceed with the work with all due diligence and use all
      reasonable efforts to complete the same without delay. Failure to do so may
      constitute unsatisfactory performance, and after written warning, the Contractor
      may be declared in default.

      f. A written estimate of time and materials necessary to complete assigned work

      will be addressed to the City’s Project Manager or Designee for approval prior to conducting the work.

      Any fees for work performed without prior approval by the City’s Project Manager or Designee will not be paid.

      g. The Contractor has sole responsibility of ensuring and guaranteeing that the
      equipment and materials furnished or supplied meet the requirements of this
      bid, and Contractor will guarantee all repairs for one (1) year from date of
      acceptance of the repair work by the City. In the event a repair fails within the
      guarantee period and such failure is the result of the parts provided by the
      Contractor or the work of the Contractor, the correction will be made by the
      Contractor at no additional cost to the City, including transportation to and from
      the jobsite.

      h. The City reserves the right to make arrangements with other Contractors for
      purchasing parts and services necessary for repair at any time if the best
      interest of the City requires such arrangements.

      5.5 Parts for Repair, Installation, and Replacement Work

      a. Parts provided by the Contractor for repair, installation, and replacement, will be
      new. Rebuilt and/or repaired parts will not be acceptable, unless approved in
      advance by the City.

      b. All parts will be of a brand or quality equal to or better than the ones being
      replaced and will be 100% compatible with the existing equipment.

      c. The Contractor will obtain prior approval from the City’s Project Manager or Designee for any parts replacement.

      5.6 General Requirements

      a. Documentation
      At the pre-work conference, the Contractor will submit a copy of the following
      documentation to the City's Project Manager or Designee for the
      City’s review, approval, records, and file:

      List of all personnel, including a minimum of two (2) technicians, anticipated for
      use under this awarded contract, along with a copy of their qualifications. Only
      the personnel approved by the City are to be assigned to perform any work
      under this awarded contract. Such approval will not be unreasonably withheld.
      Contractor must employ a sufficient number of personnel to meet the terms and
      conditions of this solicitation.

      The City must be notified in advance of any personnel changes. Notification
      must be submitted with qualifications for review and approval by the City.

      The City requires the awarded Contractor to provide, at the Contractor’s
      expense, a Florida Department of Law Enforcement (FDLE) Level 1 background
      check for any and all employees of the Contractor involved in the performance
      of this contract on the City of St. Cloud property within ten (10) business days
      following contract execution and, in the event of employee changes, throughout
      the term of this contract. The date of the FDLE background check will be no
      more than 30 days old. Documentation must be submitted to the Procurement
      Services Department.

      Federal Requirement (when applicable)
      The Contractor shall comply with Federal requirements per 2 Code of Federal
      Regulations (CFR) Part 200, Uniform Guidance, listed in Attachment ‘B’, and
      any subsequent revisions and updates.

      b. Supervision of Personnel and Quality Assurance

      The Contractor will supervise and direct the work completely and efficiently.
      He/she will apply such skills and experience as may be necessary to perform
      the work in accordance with the awarded contract documents. The Contractor
      will be solely responsible for the means, methods, techniques, and sequences
      of work.

      c. Work Schedule

      The Contractor will perform all work, unless otherwise approved by the City’s
      Project Manager or Designee, strictly between the hours of
      7:00 AM and 4:00 PM local time, Monday through Friday, excluding City
      holidays.

      Any changes or deviations from the schedule, or other relevant problems or
      situations pertaining to the schedule, will be immediately brought to the
      attention of the City’s Project Manager or Designee.

      5.7 Maintenance Logbook and Signing In and Out

      The Contractor will complete and maintain the maintenance logbook available at
      each location in the Generator List. These logbooks will be
      updated during each visit including visits for maintenance and repairs. All logbooks
      will become the property of the City when the awarded contract terminates. The
      logbooks will include, but not necessarily be limited to, the following:

      • Identification (make, model, size, etc.) of the generator unit.
      • Date and time in and out for each activity and a description of work
      completed and any comments.
      • The results of all tests/inspection performed during the preventive
      maintenance services or any other assigned work.
      • Equipment’s general condition, engine oil level, radiator water level, and
      operating data, including, but not limited to, oil pressure, engine
      temperature, and voltage output.
      • The name and signature of the servicing technician.

      If the maintenance log is not available at any or all sites listed in Generator
      List, then the Contractor will be responsible for establishing and
      maintaining a maintenance logbook at these sites. Logbook will be approved by the
      City’s Project Manager or Designee prior to its use at the site.
      Upon arrival at the site, the Contractor’s employees will sign in on the sign in/out
      sheet in the generator logbook and sign out after completion of work. The
      Contractor’s employees will sign in and sign out for lunch breaks or when they leave
      the premises.

      5.8 Work Status

      a. During the performance of the preventive maintenance services or other related
      work, the Contractor will keep the City’s Project Manager
      or Designee informed on a daily basis of the status of work.

      b. Upon completion of any assigned work, the Contractor will notify the City’s
      Project Manager or Designee that the work was completed.

      5.9 Reports and Documentation

      The Contractor will maintain complete records of the work performed by the
      Contractor’s technician(s) at any of the facilities covered under this awarded
      contract. A monthly report will be generated by the Contractor summarizing clearly
      and concisely all activities and actions taken by the Contractor and accepted by the
      City’s Project Manager or Designee during that month. Such
      report will be submitted with the Contractor’s monthly invoice for services.

      5.10 Lighting at the Jobsite

      If the existing lighting at the jobsite or daylight is not adequate for the work, then
      any additional lighting required, will be provided by the Contractor. The City will not
      be responsible to provide additional lighting that may be required to perform or to
      inspect the work.

      5.11 Cleanup and Disposal of Unsuitable Materials

      Unless otherwise directed by the City’s Project Manager or
      Designee, any surplus parts or materials will become the property of the Contractor
      and will be disposed of properly. The Contractor will be responsible for all disposal
      fees.

      5.12 Notification of Damages and Damage Repair

      The Contractor will report to the City’s Project Manager or
      Designee any damages to the facilities as a result of the Contractor’s operations.
      The notification will be completed during the next business day and include, at a
      minimum, the type of damages, location, nature of the incident, time and date of
      occurrence and injury, if any.

      5.13 Uniforms

      The Contractor’s employees, while at the worksite, will wear uniforms clearly
      identifying the company and employee’s name.

      5.14 Liquidated Damages

      The Contractor will be expected to respond within three (3) hours from the time
      given by the City’s Department/Division Project Manager or Designee for the
      respective work needed. If the Contractor fails to be available at the work site within
      the response time specified above, the Contractor will be liable to the City for
      liquidated damages of:

      • Fifty dollars ($50.00) reduction for up to one (1) hour late per each work document.
      • One hundred dollars ($100.00) reduction for more than one (1) hour late per
      each work document.

      Unforeseen conditions beyond the control of the Contractor, which delay
      compliance, will be taken into consideration at the discretion of the City’s
      Department/Division Project Manager or Designee. The parties agree that the
      actual damages sustained by the City would be difficult or impossible to measure if
      the Contractor fails to timely respond to the work authorization.

      In the event of an emergency, if the Contractor fails to be available at the work site
      within the response time specified above, the City reserves the right to make other
      arrangements for the diagnosis and repair of the generator.

      5.15 Safety and Worker Protection

      The Contractor will be responsible for initiating, maintaining, and supervising all
      safety precautions and programs in connection with the work. The Contractor will
      take all necessary precautions for the safety of the workers and the public and will
      provide the necessary protection to prevent damage, injury, or loss to:
      a. All employees on the work site and other person(s) who may be affected
      thereby.
      b. All the work and all materials or equipment to be incorporated therein, whether
      on or off site.
      c. Other property at the site or adjacent thereto, including trees, lawns, walkways,
      structures, and utilities.
      d. The Contractor will assume full liability for compliance with all federal, state, and
      local regulations pertaining to the protection of workers and persons occupying
      adjacent City property.
      e. The Contractor, without special instruction or authorization from the City’s
      Project Manager or Designee, is obligated to act to prevent
      threatened damages, injury, or loss of safety or protection of person(s), or work,
      or property at the site or adjacent thereto. The Contractor will immediately report
      such incidents to the City’s Project Manager or Designee.

      5.16 Lock-out/Tag-out

      The Contractor will comply with the requirements outlined in OSHA Rule 29 CFR
      1910.147. Strict compliance with the requirements of “lock-out / tag-out” are to
      prevent possible employee injury that may result from unexpected energizing or
      start-up of equipment while conducting maintenance or repair work.

      5.17 City’s Responsibilities

      a. Administration of Awarded Contract

      All work under the awarded contract will be under the administration of the City of
      St. Cloud. The City will assign Project Managers to administer
      the terms and conditions of the awarded contract.

      b. Pre-work Conference

      The City’s Project Manager or Designee will contact the
      Contractor and schedule a pre-work conference prior to the start date of the
      awarded contract to review the work involved and the requirements of the awarded
      contract.

      c. Periodic Inspection and Evaluation

      Work will be subject to periodic inspection by the City. The City’s
      Project Manager or Designee will have the right to inspect and
      reject any and all work and materials that do not meet the requirements of the
      awarded contract. Such rejected work or materials will be corrected with approved
      materials at the Contractor’s sole expense. If the City’s Project
      Manager or Designee fails to reject defective work or materials, whether from lack
      of discovery of such defect or for any other reason, such initial failure to reject will in
      no way prevent later rejection when such defect is discovered. The Contractor will
      make no claim for losses suffered due to any necessary removal or repair of such
      defects

      5.18 Commencement of Work

      Work for semi-annual maintenance will commence within 30 days of the date
      identified on the awarded contract agreement. Work for annual maintenance will
      commence no more than six (6) months thereafter and within the same fiscal year
      (October–September).

      5.19 Method of Compensation

      The Contractor will accept the compensation as provided in this awarded contract as
      full payment for furnishing all labor, materials, and equipment for performing all
      work under this awarded contract, and for all other costs including, but not limited
      to: dump fees, fuel, permits, and any documentation required in this awarded
      contract. All work specified herein, or implied in any way in the specifications, will be
      done whether or not the work is specifically defined in any bid item.

      Definitions and Terms

      For purpose of this awarded contract, whenever the following terms appear, their
      intent and meaning will, unless specifically stated otherwise, be interpreted as
      shown herein below:

      Regular Hourly Rate:

      The contract hourly rate for hours between 7:00 AM and
      4:00 PM, Monday thru Friday, excluding City holidays.

      Overtime Hourly Rate:

      The contract hourly rate for hours before 7:00 AM or after
      4:00 PM or all day Saturday, Sunday, and/or City
      holidays.

      The awarded contract is governed by budgetary restrictions. The annual
      reimbursement to the Contractor will be based on the unit price of the actual amount of
      work authorized for completion and approved by the City. Final reimbursement will
      not exceed the amount set forth in the awarded Contractor’s bid submittal, but may be
      less than the awarded contract amount since all quantities are estimated and no
      quantities are guaranteed.

      It will be the responsibility of the Contractor to always ensure that sufficient funding
      remains within the maximum limiting amount established for the subject contract to
      complete authorized services. Any changes in the maximum limiting amount will
      require execution of a supplemental addendum. The Contractor will not be obligated to
      perform services or incur costs that would result in exceeding the awarded contract
      dollar amount, except to the extent said amount is increased by a supplemental
      addendum. Execution of this addendum does not guarantee that the work will be
      authorized.

      This is an estimated quantities contract whereby the Contractor agrees to furnish the
      services specified herein during the term of the awarded contract and any renewals
      and extensions thereto. It is further agreed that the unit price bid by the Contractor will
      remain unchanged. If the actual quantities used are less or greater than the quantity
      pricing bid by the Contractor , the bid unit price will remain unchanged. The City, based
      on need and availability of budget, may increase or decrease the quantity of
      services required of the Contractor within the general description of the project.

      Pay Item Definition (Basis of Payment)
      The City agrees to pay the Contractor for the services performed an amount of
      compensation and method of payment as described and detailed herein and in the
      awarded Contractor bid submittal.

      A. Preventive Maintenance Services

      Payment for this activity will constitute full compensation for furnishing all labor,
      materials, expendable supplies, equipment, tools, transporting, maintenance of
      traffic, lockout/tagout, instruments, dump fees, and other items required to perform
      a preventive maintenance to the generator units located within the Contract limits as
      specified in the Scope of Service.

      Payment will be made on the basis of the contract unit prices as shown in the Pricing Proposal Item
      Numbers on the awarded Contractor's bid submittal.

      B. Repairs, Installation, and Replacement Work (Unscheduled Services)

      Payment for this activity will be full compensation for all labor, expendable supplies,
      equipment, tools, transporting, instruments, dumping, lockout/tagout, and any other
      related activities for authorized unscheduled service, repairs, installation, and
      replacement, in accordance with the specifications provided in the Scope of Work
      section.

      1. The City will pay the Contractor a one (1) hour minimum for the
      assigned/approved service personnel rate, as applicable, for repair, installation,
      and replacement calls at each site. Site designations are shown in the
      Generator Inventory. For work performed at the site in excess of the one (1)
      hour minimum, the Contractor's time will be pro-rated and paid in half-hour
      increments.

      2. In case of emergencies, where immediate action is required, the City will pay
      the Contractor two (2) hours minimum for the assigned/approved service personnel
      rate, as applicable, for the repair. For work performed at the site in excess of the
      two (2) hour minimum, the Contractor's time will be pro-rated and paid in half-hour
      increments.

      C. Parts for Repair, Installation, and Replacement Work

      Payment for any single part will be made at the labor rate unit price, as applicable.
      Fixed percentage markup of the parts cost will be full compensation for the delivery,
      unloading, and handling of parts onsite, overhead, profit, sales tax, and other
      expenses applicable to small parts.

      D. Method of Measurement
      All measurement of payment will be based on the actual amount of work
      done/completed, in strict accordance with the specifications and all codes/standards
      specified herein, and approved by the City’s Project Manager
      or Designee. Work completed under this contract will be measured according to the
      methods outlined in the basis of payment hereunder and will be paid for at the
      contract unit price for such activity.

      1. Compensation

      The Contractor will be paid, per the compensation details and price schedule in the
      awarded Contractor's bid submittal, for the work accomplished and accepted by the
      City’s Department/Division Project Manager or Designee. The total payment made
      to the Contractor will not exceed the maximum amount of the face value of the
      contract, without supplemental addendum being processed.

      2. Method of Payment

      Partial payments will be allowed for this project. The City reserves the right to
      withhold the payment or partial payment of Contractor's invoice when less than the
      services listed on the invoice were performed or services were inadequate, not
      authorized, or not completed.

      3. Invoicing

      a. Payment will be made pursuant to Florida Statute Section 218.70, the
      Prompt Payment Act, and all City Policies promulgated thereby when the receipt
      and approval of a monthly invoice package for all work performed and accepted
      by the City’s Department/Division Project Manager or Designee. The invoice
      package will include an itemized monthly invoice and all contract maintenance
      work documents as specified in Item b, c, and d, immediately following. The
      Contractor's invoice package will be submitted to the City’s Project Manager or

      Designee no later than the 15th of the month following the work performed.

      b. The Contractor's invoice package will be submitted to the attention of the
      appropriate City Project Manager or Designee, City of St.
      Cloud, 1300 9th Street, St. Cloud, FL 34769. This information will be provided to
      the Contractor at the pre-work meeting.

      c. The itemized invoices will be a legible summary on the Contractor's letterhead
      that includes the following:

      1. Purchase Order Number
      2. Remittance Address
      3. Total amount of invoice
      4. Billing Date
      5. Total Quantity and amount for each pay item
      6. Date of Completion
      7. Description of actual work performed
      8. Location of work
      9. Copies of the Preventative Maintenance forms filled out for each
      generator/transfer switch.
      10. Copies of all receipts for parts purchased must be attached

      d. The receipt for parts will be attached to the Contractor's invoice and included in
      the invoice package when billing the City for parts. This documentation of the
      supplier’s receipt is a requirement of the contract in order to receive
      reimbursement for parts.

      e. Any work performed by unlicensed and/or unapproved personnel will result
      in non-payment.

      f. In the event that there are discrepancies between the City’s records and the
      unscheduled service hours stated in the Contractor's invoice, the sign-in/sign-out in
      the generator logbook will be used to verify the Contractor's hours. Should the
      Contractor fail during that assignment to comply with the sign-in/sign-out
      requirements, the City reserves the right to pay the Contractor for a minimum of
      one (1) hour, regardless of the hours invoiced by the Contractor for that work order.

      g. No compensation will be paid separately for travel time to or from the job

      location. Therefore, all the anticipated travel time and travel expense incurred by
      the Contractor will be included in the Contractor's unit bid prices.
      h. In the event that funds paid to the Contractor under this contract are
      subsequently disallowed by the City because of accounting error or charges not
      in conformity with this contract, the Contractor agrees that such disallowed
      amounts are due to the City upon demand. The Contractor agrees that the City will
      have the right to deduct from any payment due to the Contractor under any other
      contract between the Contractor and the City or under this contract, an amount
      sufficient to satisfy any amount due and owing the City by the Contractor .

    • SUBMISSION OF BID/PROPOSALS:

      Bidders/Proposers shall submit Bids/Proposals in accordance with the instructions and schedule included in the solicitation containing these specifications and documents.

    • PUBLIC RECORD STATEMENT

      By submitting a proposal to the City of St. Cloud, each Bidder acknowledges and understands that the City of St. Cloud is a public agency subject to Chapter 119 Florida Statutes (“Public Records Law”) and all responses are deemed a public record and open to public scrutiny. Any Proposal document the Bidder submits will be a public record when the City of St. Cloud provides notice of an intended decision or 30 days after opening the bids, proposals, or final replies, whichever is earlier. Trade Secrets, certain background financial information, and other items, may constitute exemptions to disclosure under the Public Records law. Bidder expressly understands records associated with this project are public records and agrees to comply with Florida’s Public Records Law, to include:

      1. Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the services contemplated herein.

      2. Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in this Florida’s Public Records law or as otherwise provided by law.

      3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law.

      4. Meet all requirements for retaining public records and transfers, at no cost, to the City, all public records in possession of the Bidder upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City.

      5. IF BIDDER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, 1300 9TH STREET, ST. CLOUD, FLORIDA 34769, TELEPHONE 407-957-7300, EMAIL cityclerk@stcloudfl.gov.

    • Background

      The City of St. Cloud is a community of approximately 71,000 residents, covering approximately 35.5 square miles in Osceola County, located in Central Florida. To obtain general information about the City of St. Cloud, access www.stcloudfl.gov.

    • Federal Equal Opportunity Employer Requirement
      1. The Contractor is an Equal Opportunity Employer and will comply with all equal opportunity employment laws. The Contractor will further ensure that all subcontractors it utilizes in providing the services required hereunder will comply with all equal opportunity employment laws.
      2. During the performance of this contract, the Contractor agrees as follows:
        1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
        2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin.
        3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
        4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375, and of the rules, regulations, and relevant orders of the Secretary of Labor.
        5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
        6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375, and by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
        7. The Contractor will include the portion of the sentence immediately preceding paragraph 1 and the provisions of paragraphs a) through f) in every subcontract or Purchase Order (PO) unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, as amended by Executive Order 11375, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or PO as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States.
    • EXECUTION OF BID/PROPOSAL:

      Bidder/Proposer acknowledges any executed document submitted electronically or digitally shall be considered an original.

    • ACKNOWLEDGEMENT

      1. Submission of a bid/proposal shall constitute an acknowledgement by the Bidder and certifies that they have thoroughly examined and is familiar with the Invitation to Bid. The failure or neglect of the Bidder to examine the ITB shall in no way relieve him/her of any obligations with respect to either his/her bid or the ITB. No claim for additional compensation will be allowed which is based upon a lack of knowledge of the Invitation to Bid.

      2. The selected Bidder shall comply with all Federal and State requirements.

      3. All proposals must be confirmed by an authorized signer of the firm. Obligations assumed by such confirmation must be fulfilled.

      4. Alternate bids will not be considered unless they are specifically called for in this solicitation.

      5. From the issue date of this solicitation until a selection decision is made, no unauthorized contact related to this solicitation will be allowed between a Bidder, their employees or subcontractors and any elected or appointed officials, City Manager or any City staff, with the exception of the Procurement Services Department. Any unauthorized contact will disqualify the Bidder from further consideration.

      6. Any protest shall be in accordance with the City of St. Cloud Procurement Policy.

      7. The selected Bidder agrees to provide, within ten (10) calendar days from the notice of award, insurance requirements in accordance to the requirements in the terms and conditions specified in this ITB. All policies shall be subject to approval by the City of St. Cloud, and issued by companies authorized by the State of Florida’s Department of Insurance to conduct business in the State of Florida.

      8. The selected Bidder agrees that it and its subcontractors have a Drug-Free Workplace Program that complies with Florida §§ 287.087. Refer to required forms.

      9. The selected Bidder shall submit only one proposal/bid in response to this solicitation, and shall have no financial interest in other entities submitted proposals/bid responses for the same solicitation.

      10. Neither the selected Bidder, nor its affiliates, nor anyone associated with them shall have any potential conflict interest due to any other clients, contracts, business relationships or property interests for this solicitation packet’s scope of work.

      11. No member of the selected Bidder’s ownership, management, or staff shall have a vested interest in any of the City, nor any business or other relationship with any of the City’s employees, officers, directors, or elected officials, that creates a conflict of interest or the appearance of a conflict of interest. All Bidders/Proposers must disclose with their Bid/Proposal the name of any officer, director, or agent, who is also an employee of the City. Further, all Bidders/Proposers must disclose the name of any City employee who owns, directly or indirectly, any interest in the Bidder’s/Proposer’s firm or any of its branches. The Award hereunder is subject to provisions of State Statutes and City Ordinance.

      12. No member of the selected Bidder’s ownership or management is presently applying for an employee position or actively seeking an appointment with the City.

      13. The selected Bidder, or authorized signatory, shall provide written notice to the City in the event that a conflict of interest is identified at any time.

      14. The vendor shall comply with Federal requirements per 2 Code of Federal Regulations (CFR) Part 200, Uniform Guidance, and any subsequent revisions and updates.

    • Compliance of Reporting Requirements

      The Contractor hereby acknowledges that the City has the responsibility for providing required reporting, including financial information, program progress, and real property status, in accordance with 2 CFR. § 200.327, 2 CFR. § 200.328, and 2 CFR. § 200.329 on frequencies established by the Federal awarding agency.

    • BID/PROPOSAL OPENING:

      Bid/Proposal opening shall be public on the date and time specified. Bid/Proposal must be submitted on forms provided by the City. No other forms will be accepted. Telephone and fax Bids/Proposals will not be considered. Bid/Proposal may not be modified after opening. Bid/Proposal may not be withdrawn after opening for a period of ninety (90) days unless otherwise specified.

    • REQUEST FOR ADDITIONAL INFORMATION

      The respondent shall furnish such additional information as the City of St. Cloud may reasonably require. This includes information which indicates financial resources as well as ability to provide the services. The City reserves the right to make investigations of the qualifications of the respondent as it deems appropriate, including but not limited to, a background investigation.

    • Contact Information

      Torrell Cherry

      Procurement Specialist

      1300 9th Street

      torrell.cherry@stcloudfl.gov

      (407) 957-7191

    • Timeline
      Release Project Date:March 1, 2026
      Question Submission Deadline:March 19, 2026, 5:00pm
      Proposal Submission Deadline:April 2, 2026, 2:00pm

       

       

    • Access to Records

      The following access to records requirements apply to this contract in respect to federal financial assistance awards:

      1. The CONTRACTOR agrees to provide the City, the State of Florida, the Federal grantor agency, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the CONTRACTOR which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions.
      2. The CONTRACTOR agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.
      3. The CONTRACTOR agrees to provide the Federal grantor agency administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract.
    • BID/PROPOSAL TABULATION

      Bid/Proposal tabulations are available via the portal.

    • ECONOMY OF PREPARATION

      Submittals should be prepared simply and economically, providing a straightforward, concise description of the respondent’s ability to fulfill the requirements.

    • Additional Project Informaiton

      Pre-Bid Meeting: No

      Bid Bond Required: Yes

      Liquidated Damages: Yes

    • PROPRIETARY INFORMATION

      In accordance with Chapter 119 of the Florida Statutes (Public Record Law) and except as may be provided by other applicable State and Federal Law, all respondents should be aware that the Invitation to Bid and the responses are in the public domain. However, the respondents are requested to identify specifically any information contained in their submittals which they consider confidential and which they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids/proposals received from respondents in response to this Invitation to Bid will become the property of the City of St. Cloud and will not be returned to the respondents. In the event of award, all documentation produced as part of the contract will become the exclusive property of the City, unless otherwise specified in the contract.

    • Retention of Records
      1. The City shall retain all records related to this project for three (3) years from the date of final expenditure report for projects funded by the FEMA PA program.
      2. The Contractor shall retain all records related to this Agreement for three (3) years after termination of this contract.
    • Compliance with the Contract Work Hours and Safety Standards Act
      1. Overtime requirements. No Contractor or subcontractor 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 (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek.
      2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth under 2 CFR. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards 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 under 2 CFR. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, in the sum of $10 for each Day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth under 2 CFR. Part 200 Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards.
      3. Withholding for unpaid wages and liquidated damages. The City 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 under Federal Equal Opportunity Employer Requirement.
      4. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 3 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 A through C of this section.
    • INFORMATION

      Bidders shall prepare submittals in accordance with the requirements of these Instructions to Bidders. Not preparing a submittal, in accordance with such instructions, implies that the Bidder does not intend to comply with all the proposed contract conditions. Such submittals will be considered irregular and may be rejected.

      The City of St. Cloud will receive submittals through the OpenGov portal for goods, equipment, materials, and related services set forth in the included specifications and documents.

    • CLARIFICATION/CORRECTION OF BID/PROPOSAL ENTRY:

      The City of St. Cloud reserves the right to allow for the clarification of questionable entries and for the withdrawal of obvious mistakes. Each Bidder/Proposer shall examine all Bid/Proposal submittal documents and shall judge all matters relating to the adequacy and accuracy of such documents. All inquiries, suggestions, or requests concerning interpretation, clarification, or additional information pertaining to the Bid/Proposal shall be made via the portal. The City of St. Cloud shall not be responsible for oral interpretations given by any City of St. Cloud employee, representative, or others. The issuance of a written Addendum is the only official method whereby interpretation, clarification, or additional information can be given. If any addenda are issued to this Bid/Proposal, all plan holders will be notified via the portal. It will be the responsibility of the Bidder/Proposer to obtain and acknowledge addenda via the portal.

    • Rights to Inventions Made Under a Contract Agreement (If Applicable)

      Standard. If the FEMA award meets the definition of “funding agreement” under 37C.F.R. § 401.2(a) and the non-Federal entity wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the non Federal entity must comply with the requirements of 37 C.F.R. Part 401 (Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements), and any implementing regulations issued by FEMA. See 2 C.F.R. Part 200, Appendix II(F).

    • Clean Air Act and The Federal Water Pollution Control Act
        1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387).
        2. The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the City, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office.
        3. 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.
    • COMMON TERMS

      The City of St. Cloud and Bidders (the parties) agree that the following phrases each shall have the meaning provided here and may be used interchangeably:

      1. “Bidder(s)”, “Supplier(s)”, and “Proposer(s)” shall mean the organization, party, person, firm, company, corporation, partnership, joint venture, or other type of entity responding to this solicitation.

      2. “Solicitation” shall mean, “Request for Proposal(s)”, “RFP”, “Request for Qualifications”, “RFQ”, “Request for Quote”, “QUO”, “Invitation to Bid”, “ITB”, “Solicitation Package” or, “Solicitation Packet”, to which the Bidder is responding.

      3. “Bid(s)”, “Proposal(s)”, “Submittal(s)”or “Quote(s)” shall mean the documents formally submitted to the City of St. Cloud by each of the Bidders responding to this solicitation packet.

    • PRICING:

      Firm prices shall be bid and include all packing, handling, shipping charges, and delivery to any point within the City of St. Cloud, to a secure area or inside delivery, F.O.B. DESTINATION. Pricing shall also include any and all costs for lodging, mileage, meals, permits, license(s), insurance, fees, or any other cost. Unit prices shall be shown in the Bid/Proposal. The obligations of City of St. Cloud under this Award are subject to the availability of funds lawfully appropriated for its purpose.

    • Suspension and Debarment
      1. This contract is a covered transaction for purposes of 2 CFR. Part 180 and 2 CFR. Part 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 CFR. § 180.995), or its affiliates (defined at 2 CFR. § 180.905) are excluded (defined at 2 CFR. § 180.940) or disqualified (defined at 2 CFR. § 180.935).
      2. The Contractor must comply with 2 CFR. Part 180, subpart C and 2 CFR. Part 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
      3. This certification is a material representation of fact relied upon by the City of St. Cloud. If it is later determined that the Contractor did not comply with 2 CFR. Part 180, subpart C and 2 CFR. Part 3000, subpart C, in addition to remedies available to the Florida Department of Emergency Management (recipient) and the City of St. Cloud (sub-recipient), the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
      4. The Proposer agrees to comply with the requirements of 2 CFR. Part 180, subpart C and 2 CFR. Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions.
    • TAXES:

      The City of St. Cloud is exempt from Federal Excise Taxes and Sales Taxes. Tax exemption certification 85-8012621679C-5 available upon request.

    • ELECTRONIC SUBMITTAL OF BID

      Bidders shall submit Bids in accordance with the instructions and schedule included in the solicitation containing these specifications and documents.

      1. To ensure correct Bid formatting, Bidders shall:
        1. Submit Bids electronically through procurement.opengov.com.
        2. Upload files only in MS Word (.doc or .docx), Excel (.xls or .xlsx), and PowerPoint (.ppt or
        .pptx); Adobe Portable Document Format (.pdf).
        3. Enable printing on files submitted.
        4. Clearly identify the Solicitation Number, Name, Submission Date, and Bidder Name on the
        Response Cover Page.
        5. Separate and identify each part of the submission (i.e. document type, form type, content
        type) with a divider/separation page.
        6. Contact OpenGov technical support at procurement-support@opengov.com , if technical difficulties
        arise during bid/proposal submission.
        7. Follow all instructions outlined in this solicitation and provide all requested information.


      Bidder shall assume full responsibility for timely electronic submission through
      procurement.opengov.com for receipt of bids. Bids received after the time and date for receipt of bids
      will not be accepted.  

    • Byrd Anti-Lobbying Amendment, 31 U.S. C. § 1352 (As Amended)
      1. Contractors who apply or propose 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.
      2. Federal Form ‘C.1’ titled “44 CFR. Part 18 – Certification Regarding Lobbying” is hereby attached and made a binding part hereof.
    • ALTERNATE BIDS

      Alternate bids will not be considered unless they are specifically called for in this solicitation.

    • DISCOUNTS:

      Discounted Payment Terms shall not be considered in determining the lowest net cost for the Bid/Proposal evaluation purposes.

    • WITHDRAWAL

      Bidders may withdraw, alter, and resubmit their Bids at any time prior to the Bid due date and time. Bids may not be withdrawn, altered, or resubmitted after the Bid due date and time. The City of St. Cloud may request clarifications and additional information after bid/proposal submission.

    • BRAND NAME OR EQUAL:

      If items called for by this invitation have been identified in the specifications by a "Brand Name or Equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be acceptable. Bids/Proposals offering "equal" products, when allowed, will be considered for Award if such products are clearly identified in the Bid/Proposal and are determined by the City to meet fully the salient characteristics requirements listed in the specifications. Highly technical or specialized equipment or commodities are to be performance equal and, therefore, must be pre-approved. Unless the Bidder/Proposer clearly indicates in his/her Bid/Proposal that he/she is offering an "equal" product, the Bid/Proposal shall be considered as offering the same brand name product referenced in the specifications. If the Bidder/Proposer proposes to furnish an "equal" product, when allowed, the brand name, if any, of the product to be furnished shall be inserted in the space provided or such product shall be otherwise clearly identified. The evaluation of Bids/Proposals and the determination as to equality of the product offered shall be the responsibility of the City and will be based on information furnished by the Bidder/Proposer. Procurement Services is not responsible for locating or securing any information, which is not identified in the Bid/Proposal and reasonably available to Procurement Services. To ensure that sufficient information is available, the Bidder/Proposer shall furnish, as a part of the Bid/Proposal, all descriptive material necessary for Procurement Services to determine whether the product offered meets the salient characteristics required by the specifications and establish exactly what the Bidder/Proposer proposes to furnish and what the City of St. Cloud would be binding itself to purchase by making an Award.

    • Procurement of Recovered Materials
      1. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA­ designated items unless the product cannot be acquired:
        1. Competitively within a timeframe providing for compliance with the contract performance schedule;
        2. Meeting contract performance requirements; or
        3. At a reasonable price.
      2. Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is available at http://www.epa.gov/cpg/products.htm.

    • MINORITY/WOMEN BUSINESS ENTERPRISES (M/WBE)

      The City of St. Cloud encourages the full and equitable participation of Minority and Women Business Enterprises (M/WBE) in the procurement of goods and services.

    • Prohibition on Contracting for Covered Telecommunications Equipment or Services.

        (a) 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—

      (b) Prohibitions.

      (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons.

      (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to:

      (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;

      (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system;

      (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or

      (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system.

      (c) Exceptions.

      (1) This clause does not prohibit contractors from providing—

      (i) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or

      (ii) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles.

      (2) By necessary implication and regulation, the prohibitions also do not apply to: (i) Covered telecommunications equipment or services that:

      i. Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system.

      (ii) Other telecommunications equipment or services that are not considered covered telecommunications equipment or services.

      (d) Reporting requirement.

      (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information.

      (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:

      (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended.

      (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services.

      (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments.”

    • ADDITIONAL TERMS & CONDITIONS:

      The City of St. Cloud reserves the right to accept or reject any and/or all Bids/Proposals, to waive irregularities and technicalities, and to request re-submission. Also, the City of St. Cloud reserves the right to accept all or any part of the Bid/Proposal. Any sole response received on the original bid submittal date may or may not be rejected by the City of St. Cloud depending on available competition and timely needs of the City of St. Cloud. The Vendor shall have the capability in all respects to perform fully the Contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capability, facilities, equipment, and credit, which will assure good faith performance to be a responsible Vendor. The City of St. Cloud reserves the right to make such investigation as it deems necessary to make this determination. Additional information shall be provided by the Vendor if requested by the City. Such information may include, but shall not be limited to, current financial statements; verification of availability of equipment and personnel, and past performance goals.

    • SILENCE OF SPECIFICATIONS:

      The apparent silence of the specifications, and any supplemental specifications, as to any details, or the omission from same, of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail, and that only materials of first quality and correct type, size, and design are to be used. All workmanship is to be first quality. All interpretations of this specification shall be made upon the basis of this statement.

    • BID/PROPOSAL PREPARATION COSTS

      The City of St. Cloud shall not compensate any bidder for preparation of responses to this solicitation.

    • Domestic Preferences for Procurements

      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 clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber."

    • PATENTS AND ROYALTIES:

      The Bidder/Proposer, without exception, shall indemnify and save harmless the City of St. Cloud and its employees from liability of any nature or kind, including costs and expenses for or on account of any copyrighted, patented, or un-patented invention, process, or article, manufactured or used in the performance of the Contract, including its use by the City of St. Cloud. If the Bidder/Proposer uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the Bid/Proposal prices shall include all royalties or costs arising from the use of such design, device, or materials involved in the work.

    • SUBSTITUTIONS (IF APPLICABLE)

      The City of St. Cloud is seeking bids/proposals that meet all technical and commercial requirements as outlined in this solicitation. The materials, products and equipment described in this solicitation packet establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Should any Bidder/Proposer desire to use products other than those specified, Bidder/Proposer shall request permission to do so via the portal at least fifteen (15) days prior to bidding, providing all necessary data. If a Bidder/Proposer is unable to obtain written approval of a proposed substitution prior to the date, Bidder/Proposer shall base their bid on the exact item specified. The permission, if granted, will be communicated by Addendum to all bidders.

    • Department of Homeland Security (DHS) Seal, Logo and Flags

      The Contractor shall not use the Department of Homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific pre­approval from the appropriate Federal agency.

    • UNIFORM COMMERCIAL CODE:

      The Uniform Commercial Code (Florida Statues, Chapter 672) shall prevail as the basis for Contractual obligations between the Awarded Vendor/Contractor and the City of St. Cloud for any terms and conditions not specifically stated in this Bid/Proposal.

    • CLARIFICATIONS

      If a prospective Bidder has doubt as to the true meaning of any part of the solicitation, they may submit a written request for clarification via the Portal's Question and Answer section; verbal requests will not be accepted. The Bidder should reference the Solicitation section heading on any clarification requests.

      Failure of the Bidder to request information or make inquiries will not relieve them of any responsibility to perform under the terms of any contract awarded for the work in accordance with subsequent clarifications.

      The City of St. Cloud shall issue an addendum to all Bidders, via the Portal, following the deadline for questions.

    • Compliance with Federal Law, Regulations and Executive Orders

      This is an acknowledgement that Federal and state financial assistance may be used to fund payment for services provided under this contract. The Contractor will comply will all applicable federal law, regulations, executive orders, as well as policies, procedures and directives of the respective funding Federal grantor agency.

    • LOCAL CONDITIONS

      Each Bidder shall have thorough knowledge of conditions, factors, and scope of work, which would affect the execution and completion of the requested work. If required, site visits may be held the day of the Pre-Response Conference.

      Bidders shall investigate properly and consider all such factors in the preparation of every Bid/Proposal submitted. The City of St. Cloud shall not permit claims for financial adjustment based on the lack of prior information or its effect on the cost of the work.

    • EEO STATEMENT:

      The City of St. Cloud is committed to assuring equal opportunity in the Award of Contracts and, therefore, complies with all laws prohibiting discrimination on the basis of race, color, religion, national origin, handicap, age, and gender. The City of St. Cloud recognizes fair and open competition as a basic tenet of public procurement and encourages participation by minority-owned and women-owned business enterprises. All Bidders/Proposers are asked to make an affirmative statement as to their support of all applicable equal opportunity/affirmative action requirements. A copy of the City's Employment Opportunity policy is available upon request.

    • No Obligation by the Federal Government

      The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the City, Contractor, or any other party pertaining to any matter resulting from the contract.

    • SOLICITATION OPENING

      The City of St. Cloud shall open Bids electronically via the Portal on the due date.

    • SAFETY WARRANTY:

      The selling dealer, distributor, supplier, contractor, and manufacturer shall be responsible for having complied with all Federal, State and local standards, regulations, and laws concerning the equipment specified, and the use thereof, applicable and effective on the date of manufacture including safety and environmental standards as apply to both private industry and governmental agencies.

    • Fraud and False or Fraudulent or Related Acts

      The 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.

    • WARRANTY:

      The Bidder/Proposer agrees that, unless otherwise specified, the supplies and/or services furnished under this Bid/Proposal shall be covered by the most favorable commercial warranty the Bidder/Proposer gives to any customer for comparable quantities of such supplies and/or services, and that the rights and remedies provided herein are in addition to and do not limit any rights afforded to the City of St. Cloud by any other provision of this Bid/Proposal

    • SOLICITATION SCHEDULE

      The City of St. Cloud shall adhere to the stated schedule during the solicitation process, unless a change notice is issued to the Bidders via a written addendum. The City of St. Cloud reserves the right to postpone the date and time announced for the opening of Bids at any time.

    • Affirmative Socioeconomic Steps

      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 area firms are used when possible.

    • AWARDS:

      As the best interest of the City may require, the right is reserved to make Award(s) by individual item, group of items, all or none, or a combination thereof, on a geographical basis and/or on a countywide basis, to reject any and all Bids/Proposals, or waive any minor irregularity or technicality in Bids/Proposals received. Bidders/Proposers are cautioned to make no assumptions unless their Bid/Proposal has been evaluated as being responsive. All Awards made as a result of this Bid/Proposal shall conform to applicable ordinances of the City of St. Cloud. The City may return, for full credit, any unused items received which fail to meet the City's performance standards. City of St. Cloud reserves the right to cancel an Awarded Bid/Proposal upon due cause, i.e. vendor misrepresentation, vendor negligence, non-performance, etc., via written notice. The vendor will be responsible WAIVER: The City reserves the right to reject any Bid/Proposal, or part thereof, or to accept any Bid/Proposal that it deems in its best interest. Further, the City reserves the right to waive informalities.

    • Copyright and Data Rights

      The Contractor grants to the City of St. Cloud a paid-up, royalty-free, nonexclusive, irrevocable, worldwide license in data first produced in the performance of this contract to reproduce, publish, or otherwise use, including prepare derivative works, distribute copies to the public, and perform publicly and display publicly such data. For data required by the contract but not first produced in the performance of this contract, the Contractor will identify 75 See 17 U.S.C. § 102. Contract Provisions Guide 35 such data and grant to the City of St. Cloud or acquires on its behalf a license of the same scope as for data first produced in the performance of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C. § 102, for example, any written reports or literary works, software and/or source code, music, choreography, pictures or images, graphics, sculptures, videos, motion pictures or other audiovisual works, sound and/or video recordings, and architectural works. Upon or before the completion of this contract, the Contractor will deliver to the City of St. Cloud data first produced in the performance of this contract and data required by the contract but not first produced in the performance of this contract in formats acceptable by the City of St. Cloud.

    • BID ACCEPTANCE AND REJECTION

      The City of St. Cloud reserves the right to accept or reject any and/or all Bids/Proposals, with or without cause, when in the best interest of the City. The City also reserves the right to withdraw all or part of this request at any time in order to protect the City’s interest. The City reserves the right to reject any bid/proposal found to be non-responsive, vague, non-conforming, or irresponsible. The City of St. Cloud reserves the right to make such investigation as it deems necessary to make this determination. Additional information shall be provided by the Vendor if requested by the City. Such information may include, but shall not be limited to, current financial statements, verification of availability of equipment and personnel, and past performance goals. The City reserves the right to negotiate modifications to bids/proposals that it deems acceptable, reject any and all bids/proposals, and to waive irregularities in the procedure if, in the City’s judgment, it will best serve the City’s interests. The desire of the City of St. Cloud to pursue bids/proposals shall in no way obligate the City to execute a contract with proposer(s).

    • BID EVALUATION CRITERIA

      The City of St. Cloud reserves the right to consider historic information and facts, whether gained from the Bidder’s submittal, pre-bid conference, references, and/or other sources during evaluation process. The City of St. Cloud may conduct such investigations to assist with the evaluation of any Bid/Proposal. The investigation also serves to establish the Bidders’/Proposers', subcontractors’, and other related entities’ responsibility, qualifications, and financial ability to fulfill the Bid requirements to the City’s satisfaction, within the prescribed time. The Bidder/Proposer solely is responsible to submit information required by the solicitation. The City of St. Cloud is under no obligation to solicit such information. Failure of the Bidder/Proposer to submit required information may result in disqualification of bid/proposal.

    • Compliance with the “Davis-Bacon Act”
      1. In accordance with the requirements of the Davis-Bacon Act (40 U.S.C. §§ 3141-3144 and 3146-3148) as supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction) as amended), all prime construction contracts in excess of $2,000 must comply with the Davis-Bacon Act. CONTRACTORS are required to pay wages to laborers and mechanics at a rate not less that the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, CONTRACTORS must pay wages not less than once a week.
      2. The CITY shall report all suspected or reported violations to the appropriate Federal agency in accordance with 2 C.F.R. Part 200, Appendix II, ¶ D
    • CONFLICT OF INTEREST:

      The Award hereunder is subject to provisions of State Statutes and City Ordinance. All Bidders/Proposers must disclose with their Bid/Proposal the name of any officer, director, or agent, who is also an employee of the City. Further, all Bidders/Proposers must disclose the name of any City employee who owns, directly or indirectly, any interest in the Bidder's/Proposer’s firm or any of its branches.

    • CANCELLATION

      Prior to the final execution of a Contract or full Notice to Proceed, the City of St. Cloud reserves the right to rescind said award without prior notice to Bidders/Proposers. In addition, the City of St. Cloud may reject all Bids, reissue the solicitation packet, or re-award the contract.

    • Compliance with the Copeland “Anti-Kickback Act”
      1. The CONTRACTOR hereby agrees to comply with the Copeland “Anti-Kickback” Act (40 U.S. C. 3145), as supplemented by the Department of Labor regulations (29 C.F.R. Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”.
      2. Each CONTRACTOR or SUBCONTRACTOR are hereby prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled.
      3. The CONTRACTOR or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime CONTRACTOR shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses.
      4. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a CONTRACTOR and subcontractor as provided in 29 C.F.R. § 5.12.
      5. The CITY shall report all suspected or reported violations to the appropriate Federal agency in accordance with 2 C.F.R. Part 200, Appendix II, ¶ D
    • WAIVER:

      The City reserves the right to reject any Bid/Proposal, or part thereof, or to accept any Bid/Proposal that it deems in its best interest. Further, the City reserves the right to waive informalities.

    • BID BOND

      Bidder/Proposer will be required to submit a certified check or cashier’s check drawn on an acceptable bank, or an acceptable bid bond executed by the Bidder/Proposer and a surety company authorized to do business in the State of Florida. The value of the bid bond shall be five percent (5%) of the bid price schedule. When submitting a Bid/Proposal through the Portal, the Bidder shall provide a copy of the check and express mail the original check to:

       City of St. Cloud, Attn: Procurement Services, 1300 9th Street, St. Cloud, FL 34769, prior to the bid opening date and time.

      The bid bond guarantee shall be made payable without condition to the City of St. Cloud. The amount of the check or bond may be retained and forfeited to the City of St. Cloud as liquidated damages if the solicitation results in a contract award and the Bidder/Proposer fails to honor the accepted terms.

      The City of St. Cloud shall return the selected Bidder’s/Proposer's bid bond when the Bidder/Proposer executes the contract and files a satisfactory payment and/or performance bond, if required. The City of St. Cloud may retain the bid bond of the second highest ranked Bidder/Proposer for a period not to exceed thirty (30) days, pending the execution of the contract by the selected Bidder/Proposer. The City of St. Cloud shall return the bid bond of each unsuccessful Bidder/Proposer upon request, after the contract is awarded or when the Bid/Proposal is rejected.

    • Hatch Act

      The CONTRACTOR shall comply with the Hatch Act, 5 USC 1501 – 1508, and shall ensure that no funds provided, nor personnel employed under this agreement, shall be in any way or to any extent engaged in the conduct of political activities in violation of Chapter 15 of Title V of the U.S.C.

    • FUND AVAILABLITY:

      Any Contract resulting from this solicitation is deemed effective only to the extent that funds are available. The City of St. Cloud abides by the provisions set forth in Florida Statutes relative to appropriations of funds. The ability of the successful Bidder/Proposer to maintain a sense of fiscal responsibility and budgetary awareness shall be favorably considered in the ranking and award of a contract. This disclosure is being made to assist all Bidders/Proposers in the gauging of their desire to participate in this Bid/Proposal and in planning and preparation of their written response. The City reserves the right to negotiate all Bidder/Proposer fees, costs, charges, etc., for any proposed service or appurtenant requirement.

    • PAYMENTS:

      Payments shall be made pursuant to Florida Statute Section 218.70, the Prompt Payment Act, and all City Policies promulgated thereby.

    • PAYMENT AND PERFORMANCE BOND

      The selected Bidder/Proposer will be required to furnish Payment and Performance Bonds to the City of St. Cloud per Florida Statutes, Section 255.05 equal to 100 percent of the total bid amount as specified in the contract documents. Bond forms will be furnished by the City and only those forms will be used. Per Florida Statute 255.05, upon approval and award of the project, the performance and payment bonds are required to be recorded by the awarded contractor in the public records of Osceola County, Florida. An original or certified copy of the bonds must be returned to the City of St. Cloud Procurement Services Department. A surety company, authorized to do business in the State of Florida and acceptable to the City of St. Cloud, shall sign the bonds. The bonds shall be dated with the actual execution date. With these bonds, the responsible party shall file certified copies of the power of attorney of such attorney-in fact signing the bond on behalf of the surety, and such certificates shall be certified to show that such power of attorney was in effect to and including the date of the actual execution of the bonds. If bonds are required, they shall remain in full force and effect until satisfactory completion of any specified performance guarantee tests, or satisfactory completion of all other contractual requirements, which shall occur last. The City of St. Cloud shall furnish a copy of the selected Bidder’s/Proposer's bond to any lienor demanding that bond under the provisions of Florida Statutes.

    • GOVERNING LAWS:

      Any contractual arrangement between the City of St. Cloud and the Bidder/Proposer shall be consistent with, and be governed by, the ordinances of the City of St. Cloud, the whole law of the State of Florida, both procedural and substantive, and applicable federal statutes, rules, and regulation. Any and all litigation arising under any contractual arrangement shall be brought in the appropriate court in Osceola County, Florida.

    • CONTRACT AND EXECUTION

      “Contract” shall mean the solicitation documents as defined and listed herein, advertisement, instructions to bidders, bid form, bid bond, contract agreement, payment and performance bonds, general and special conditions, and specifications, together with all addenda and supplemental agreements. The selected Bidder/Proposer shall execute the necessary contractual forms and return the executed forms within ten (10) business days of receipt of forms for execution.

    • AWARD

      The City of St. Cloud Procurement Services Department will present the selected firm to the City Council for approval or rejection of all or some categories of submittals when necessary. 

    • STATEMENT OF INTEREST:

      All Bidders/Proposers must disclose with their offer the name of any corporate officer, director, or agenda who is also an officer or employee of the City of St. Cloud. Further, all Bidders/Proposers must disclose the name of any City officer or employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the Bidder’s/Proposer’s firm or any of its branches, subsidiaries, or partnerships.

    • CHANGES:

      The City of St. Cloud reserves the right to order, in writing, changes in the work/services within the scope of the Contract, such as changes in quantity or delivery schedule. The successful Bidder/Proposer has the right to request an equitable price adjustment in cases where modifications to the Contract under the authority of this clause result in increased costs to the Contractor.

    • TAXES, PERMITS, AND LICENSES

      The Bidder’s/Proposer's attention is directed to the General Terms and Conditions and the Florida Statutes regarding taxes, permits, and licenses. It shall be the Bidder’s/Proposer's responsibility to determine the applicable taxes, permits, and licenses. If the Bidder/Proposer has doubt as to whether or not a tax, permit, or license is applicable, they shall state in their bid/proposal whether this item has been included in their bid/proposal price and the amount of the applicable tax, permit, or license in question.

    • ERRORS AND OMISSIONS

      Any or all bids will be rejected if there is reason to believe that collusion exists among the Bidders/Proposers and no participants in such collusion will be considered in future solicitations. Bids/Proposals in which the prices obviously are unbalanced will be rejected.

      Falsification of any entry made on the Contractor's bid will be deemed a material irregularity and will be grounds, at the Owner's option, for rejection.

      The Owner reserves the right to reject any or all bids, to waive technicalities, and to reject the bid of a Bidder/Proposer who is not in a position to perform the contract.

    • BID/PROPOSAL AS PUBLIC DOMAIN:

      All documents and other materials made or received in conjunction with this project will be subject to public disclosure requirements of Chapter 119, Florida Statutes. The Bid/Proposal will become part of the public domain upon opening. Bidders/Proposers must invoke the exemptions to disclosure provided by law in the response to the Bid, must identify the data or other materials to be protected and must state the reasons why such exclusion from public disclosure is necessary.

    • QUALIFICATIONS:

      Bidders/Proposers shall provide, within the Bid/Proposal submitted, substantial data sufficient for evaluating the ability of the potential Bidder/Proposer to execute a project of the type contemplated.

    • AWARD OF CONTRACT

      Bidders/Proposers or their authorized representatives are expected to be fully informed as to their conditions, requirements and specifications before submitting bids/proposals; failure to do so will be at the Bidder’s/Proposer's own risk. 

    • IDEMNIFICATION:

      The successful Bidder/Proposer covenants and agrees to indemnify and save harmless the City, its agents and employees, from and against all claims, suits, actions, damages, causes of action, or judgments arising out of the terms of the resulting agreement for any personal injury, loss of life, or damage to the property sustained as a result of the performance or non-performance of services or delivery of goods; from and against any orders, judgments, or decrees, which may be entered against the City, its agents or employees; and from and against all costs, attorney’s fees, expenses and other liabilities incurred in the defense of any such claim, suit, or action and the investigation thereof. Nothing in the award, resulting agreement, contract, or Purchase Order shall be deemed to affect the rights, privileges, and immunities of the City as set for in Florida Statute Section 768.28.

    • BID PROTEST

      Any actual or prospective Bidder, Proposer, Submitter, or Contractor who is aggrieved in connection with a solicitation or award of a bid or agreement may protest in accordance with the appeal process in the City of St. Cloud's Procurement Policy.

    • TIME FOR PERFORMANCE:

      The services described herein and on the attached shall be performed in a prompt and correct manner within the standards of good and ethical productivity as negotiated between the City and the successful Bidder/Proposer. All Bidders/Proposers are asked to provide their best estimate for compliance with the scope of work as established by the Bid/Proposal. All contract time lines will be based on the projected scope and the estimated time for performance.

    • LIQUIDATED DAMAGES

      The Contractor will be expected to respond within three (3) hours from the time given by the City’s Department/Division Project Manager or Designee for the respective work needed. If the Contractor fails to be available at the work site within the response time specified above, the Contractor will be liable to the City for liquidated damages of:

      • Fifty dollars ($50.00) reduction for up to one (1) hour late per each work document.
      • One hundred dollars ($100.00) reduction for more than one (1) hour late per
         each work document.

      Unforeseen conditions beyond the control of the Contractor, which delay compliance, will be taken into consideration at the discretion of the City’s Department/Division Project Manager or Designee. The parties agree that the actual damages sustained by the City would be difficult or impossible to measure if the vendor fails to timely respond to the work authorization.

      In the event of an emergency, if the Contractor fails to be available at the work site within the response time specified above, the City reserves the right to make other
      arrangements for the diagnosis and repair of the generator.

    • PERMITS/LICENSES/FEES:

      Any permits, licenses, inspections, or fees required will be the responsibility of the Contractor. No separate payment will be made.

    • MODIFICATIONS:

      In addition to changes made under the changes clause, any contract resulting from this solicitation may be modified within the scope of the contract upon the written and mutual consent of both parties and approval by the City of St. Cloud.

    • NO ADDITIONAL TERMS AND CONDITIONS:

      No additional terms and conditions included with the proposal response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force and effect and are not applicable to this proposal. If submitted, either purposely through intent or design or inadvertently appearing separately in transmitting letters, specifications, literature, price lists, or warranties, it is understood and agreed the general and special conditions in this solicitation are the only conditions applicable to this proposal, and the Bidder’s/Proposer’s authorized signature affixed to the proposal signature section attests to this.

    • INSURANCE:

      During the entire period of performance of any contract resulting from this solicitation, the successful Bidder/Proposer shall procure and maintain the minimum insurance coverage required by the City of St. Cloud as stipulated in the insurance attachment. Types of coverage and limits of liability shall be as set forth in the Agreement. Proof of such insurance must be provided to the City prior to beginning contract performance.

    • PUBLIC ENTITIES CRIMES:

      A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida State Statutes, Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. By signature on this solicitation, vendor certifies that they are qualified to do business with City of St. Cloud in accordance with Florida State Statute.

    • ACCEPTANCE:

      Receipt of service shall not constitute acceptance. Final acceptance and authorization of payment shall be given only after a thorough inspection indicates that the performance meets specifications and/or all conditions. Should the delivered service or materials differ in any respect from specifications, payment will be withheld until such time as the supplier takes necessary corrective action. If the proposed corrective action is not acceptable to the agency, Procurement Services may authorize the recipient to refuse final acceptance of the service.

    • ASSIGNMENT:

      Successful Bidder/Proposer shall not assign or sublet the resulting contract or subcontract any of the work required to be performed without prior written approval of the City of St. Cloud.

    • REFERENCES:

      References for the company reflecting the experience in the specific service or requirement being requested in the Bid/Proposal shall be made part of your response. All reference materials provided shall become the property of the City of St. Cloud and will become public record. The City reserves the right to expand its reference requirements at any time.

    • PERIOD OF AGREEMENT:

      Agreement shall be awarded for the optimal term as agreed to between the parties and as approved by the City.

    • OPTION TO EXTEND:

      The performance period of any contract resulting from this Bid/Proposal may be extended upon mutual agreement between the Contractor and the City of St. Cloud. Either party may request an extension to the resulting agreement at least 120 days prior to expiration of the resulting contract.

    • ADDITIONAL INFORMATION:

      The City of St. Cloud Procurement Services Department reserves the right to request any additional information needed for clarification from any Bidder/Proposer for evaluation purposes.

    • ATTACHMENTS:

      All attachments to this document are made a material part of this solicitation. Failure to address the requirements may result in the lessening of your evaluation score.

    • CONTRACTING PARAMETERS:

      This Bid/Proposal, and other additional materials submitted by the Bidder/Proposer and accepted by the City, shall be the basis for negotiation of a contract addressing the requirements of this Bid/Proposal. A purchase order and/or other award document will be issued by the City upon completion of all negotiations and approval of the contract by the City of St. Cloud City Council.

    • INDEPENDENT PRICING:

      The Bidder/Proposer certifies by submission of this proposal and in the case of a joint offer each party thereto certifies, as to its own organization, that in connection with this procurement:

      1. Prices, costs, or calculations in this Bid/Proposal have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition as to any matter relating to such, with any other Bidder/Proposer or with any competitor.
      2. Unless otherwise required by law, the prices, costs, and calculations which have been quoted in this Bid/Proposal have not been knowingly disclosed by the Bidder/Proposer, and will not knowingly be disclosed by the Bidder/Proposer, prior to opening, directly or indirectly, to any Bidder/Proposer or to any competitor.
      3. No attempt has been made, or will be made, by the Bidder/Proposer to induce any other person or firm to submit or not to submit a Bid/Proposal for the purpose of restricting competition.

    Submission Requirements

    • Entity Name / DBA: (required)
    • Authorized Representative name, title and email address: (required)

      Person authorized to sign on behalf of the entity.

    • Witness name, title and email address that will attest Authorized Representative's signature on any legal documents. (required)

      Please provide name, title and email address.

    • FEIN No.: (required)
    • Mailing Address (if different from above): (required)

      If address is not different, enter "same" in box below.

    • Company Type (required)

      Please designate your Company Type

    • Bidder is registered with the Florida Department of State, Division of Corporations to do business in the State of Florida? (required)

      https://dos.myflorida.com/sunbiz/

      Attach proof of registration.

    • W-9 Form (required)

      Please upload a current W-9 Form for the entity.

    • Upload proof of Insurance that meets the City's requirements. (required)

      Please review the City's Insurance Requirements.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • EXPERIENCE OF BIDDER
    • Length of time in business (required)

      _____/_____ (years/months)

    • REFERENCES

      Bidder must demonstrate ability to construct projects of similar complexity, nature and size of this project.  The Bidder must provide a list of references for a minimum of three (3) projects similar in scope of the solicitation.  Include name of client including a contact name, complete address, telephone number, date of contract, name of project, description of work/services provided, and dollar amount of contract.

    • Download and complete the Bidder's Previous Experience, providing a minimum of three (3) reference similar to the scope of the solicitation. (required)

      Please download the below documents, complete, and upload.

    • Bidder confirms that failure to provide three (3) references similar in scope of the solicitation will result in the submittal being deemed non-responsive. (required)
    • Compliance Forms and Certifications
    • Respondent's Certification (required)

      I have carefully examined the Invitation to Bid. I hereby propose to furnish the services specified in the Invitation to Bid. I agree that my submittal will remain firm for a period of at least 90 days in order to allow the City adequate time to award bid. I certify that all information contained in this submittal is truthful. I further certify that I am duly authorized to provide this submittal on behalf of the firm as its act and deed and that the firm is ready, willing and able to perform if awarded the contract. I further certify, under oath, that this submittal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation tendering a submittal for the same service, that no officer, employee or agent of the City of St. Cloud or any other respondent is interested in said submittal; and that the undersigned executed this Respondent’s Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so.

    • Sworn Statement Pursuant to Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes (required)

      I understand that a “”public entity crime” as defined in Paragraph 287.133 (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentations.

      I understand that “convicted” or “conviction” as defined in Paragraph 287.133 (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or non contendere.

      I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means:

      1. A predecessor or successor of a person convicted of a public entity crime; or 
      2. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm’s length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate.

      I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term “person” includes those officers, directors, executives, and partners. Shareholders, employees, members, and agents who are active in management of an entity.

      Based on information and belief, the statement, is true in relations to the entity submitting this sworn statement.

           □ Neither the entity submitting this sworn statement, nor any of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989.

      I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. 

    • Americans with Disabilities Act (ADA) Disability Nondiscrimination Statement (required)

      I, being duly first sworn state: That the named firm, corporation or organization is in compliance with and agreed to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provision pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. The Americans with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat327,42USC1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services: Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: The Rehabilitation Act of 1973, 229 USC Section 794; The Federal Transit Act, as amended 49 USC Section 1612; The Fair Housing Act as amended 42USC Section 3601-3631

    • Business Entity Affidavit (Vendor/Bidder Disclosure) (required)

      OWNERSHIP DISCLOSURE AFFIDAVIT

      1. If the contact or business transaction is with a corporation, the full legal name and business address shall be provided for each officer and director and each stockholder who holds directly or indirectly five percent (5%) or more of the corporation’s stock. If the contract or business transaction is with a trust, the full legal name and address shall be provided for each trustee and each beneficiary. All such names and addresses are (Post Office addresses are not acceptable), as follows:

                  Full Legal Name:

                  Address:

                  Ownership %:

      The full legal names and business address of any other individual (other than subcontractors, materialmen, suppliers, laborers, or lenders) who have, or will have, any interest (legal equitable, beneficial or otherwise) in the contract or business transaction with the City are (Post Office addresses are not acceptable), as follows:

                  Full Legal Name:

                  Address:

                  Ownership %:

    • City of St. Cloud Drug Free Workplace Compliance Form (required)

      Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids, which 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 bid 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 bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: (The undersigned vendor in accordance with Florida Statute 287.087 hereby certifies that does): 

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.  
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.
      3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Subsection 1.
      4. In the statement specified in Subsection 1, notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contender to, any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.
      5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      As the person authorized to sign the statement, I confirm that this form complies fully with the above requirements. 

    • No Lobbying Affidavit (required)

      I confirm that I am an authorized representative, maker of the attached submittal made in response to a request for bid, proposals, qualifications and/or any other solicitation released by the City of St. Cloud, and swear that the bidder and any of its agents agrees to abide by the City of St. Cloud’s no lobbying restrictions in regard to this solicitation 

    • Certification for Contracts, Grants, Loans, and Cooperative Agreements (required)

      The undersigned certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly. 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. The undersigned Contractor hereby certifies and attests to the accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any.

    • Vendor Certification of Scrutinized Companies Lists (required)

      Section 287.135, Florida Statutes, prohibits agencies from contracting with companies for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which are created pursuant to s. 215.473, F.S., or the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, F.S., or companies that are engaged in a boycott of Israel. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List. I further certify that the company is not engaged in a boycott of Israel. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.

      I confirm that I am authorized to sign on behalf of the referenced company and certify acknowledgement and acceptance that the above statement is true. 

    • Certification Regarding Debarment, Suspension, and Other Responsibility Matters (required)

      This certification is required by the Federal Regulations Implementing Executive Order 12549, Debarment and Suspension, 45 CFR Part 93, Government-wide Debarment and Suspension, for the Department of Agriculture (7CFR Part 3017), Department of Labor (29 CFR Part 98), Department of Education (34 CFR Parts 85,668,682), Department of Health and Human Services (45 CFR Part 76).

      I, the prospective bidder certify to the best of its knowledge and belief that it and its principals:

      1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency;
      2. Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements , or receiving stolen property;
      3. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any offenses enumerated in paragraph (B) of this certification; and
      4. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, local) terminated for cause or default.

      I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. Any exceptions provided will not necessarily result in denial of award, but will be considered in determining bidder responsibility and whether or not the City will enter into contract with the party. For any exception noted, indicate on an attached sheet to whom it applies, initiating agency, and dates of action. Providing false information may result in criminal prosecution or administrative sanctions.

    • E-Verify Compliance Form (required)

      Definitions:

       “Contractor” means a person or entity that has entered or is attempting to enter into a contract with a public employer to provide labor, supplies, or services to such employer in exchange for salary, wages, or other remuneration.

       “Subcontractor” means a person or entity that provides labor, supplies, or services to or for a contractor or another subcontractor in exchange for salary, wages, or other remuneration.

      Effective January 1, 2021, public and private employers, contractors and subcontractors will begin required registration with, and use of the E-verify system in order to verify the work authorization status of all newly hired employees. Vendor/Consultant/Contractor acknowledges and agrees to utilize the U.S. Department of Homeland Security’s E-Verify System to verify the employment eligibility of: 

      1.  All persons employed by Vendor/Consultant/Contractor to perform employment duties within Florida during the term of the contract; and
      2. All persons (including subvendors/subconsultants/subcontractors) assigned by Vendor/Consultant/Contractor to perform work pursuant to the contract with the Department. The Vendor/Consultant/Contractor acknowledges and agrees that use of the U.S. Department of  Homeland Security’s E-Verify System during the term of the contract is a condition of the contract with the City of St. Cloud, Florida; and
      3. Should vendor become successful Contractor awarded for the above-named project, by entering into this Contract, the Contractor becomes obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility," as amended from time to time. This includes but is not limited to utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract. Failure to comply will lead to termination of this Contract, or if a subcontractor knowingly violates the statute, the subcontract must be terminated immediately. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination. If this contract is terminated for a violation of the statute by the Contractor, the Contractor may not be awarded a public contract for a period of 1 year after the date of termination. 
    • Anti-Human Trafficking Affidavit (required)

      Please download the below documents, complete, and upload. Florida Statute §787.06(13) requires all non-governmental entities executing, renewing, or extending a contract with a governmental entity to provide an affidavit signed by an officer or representative of the non-governmental entity under penalty of perjury that the non-governmental entity does not use coercion for labor or services as defined in that statute. The City of St. Cloud, Florida is a governmental entity for the purposes of this statute.

    • Please confirm that you have attached the completed and notarized Anti-Human Trafficking Affidavit. (required)
    • Federal Requirements (If Applicable) (required)

      Please review and confirm the acceptance of the Federal Requirements. #Federal Requirements

    • General Terms and Conditions (required)

      Please review and confirm the acceptance of the General Terms and Conditions. 

    • Please upload any additional documentation.
    • Type of ITB (required)

      What type of ITB will you be issuing:

    • Advertisement of Bids (required)

      When building your Advertisement of Bid, do you only need a Bid Price Sheet, or will you need to address a Term of Contract, Minimum Bidder Qualifications or Funding Availability in addition to the Bid Price Sheet?

    • How is the project funded? (required)
    • Estimated Project Cost (required)
    • Is there a pre-bid meeting? (required)
    • Meeting Type (required)

      Please select the Meeting Type below.

    • Time of Substantial Completion: (required)

      Enter the days of substantial completion in calendar days below. Example: One Hundred Twenty (120)

    • Bid Bond Required? (required)
    • Liquidated Damages Required (required)
    • Is Warranty Required? (required)
    • Performance Bond Required? (required)

    Questions & Answers

    Q (Bid Bond): Is a bid bond required?

    A: Yes. Please refer to Section(s) 1.5 Additional Project Information, Section 3.21 Bid Bond and Section 7.10 Bid Bond form.


    Q (Semi-annual services): As listed in section 5.3.a. All spark plugs will be cleaned, adjusted or replaced as necessary (gasoline). Injectors are to be checked and pop-tested as necessary. If spark plugs need replacement, are they to be quoted or are they part of the set cost of the semi-annual service?

    A: Replacement spark plugs should be quoted at the mark-up price listed in the pricing section.


    Q (Semi-annual services): As listed in section 5.3.a 2. Ignition condensers and points to be adjusted and cleaned or replaced as necessary (gasoline). Timing to be checked and set as necessary (diesel). If condensers and points need replacement, are they to be quoted or are they part of the set cost of the semi-annual service?

    A: Replacement ignition condensers and points should be quoted at the mark-up price listed in the pricing section.


    Q (Semi-annual services): As listed in section 5.3.a 3. Clean, refill, and/or replace air cleaner/element as necessary. If air filter(s) need replacement, are they to be quoted or are they part of the set cost of the semi-annual service?

    A: Filter replacements need to be included as part of the semi-annual service.


    Q (No subject): As listed in section 5.3.a 8. Inspect and replace all belts and hoses. Check tension/condition, tighten belts when necessary, and replace belts and/or hoses as necessary. Inspect protective guards for tightness, and tighten when necessary. If belts need replacement, are they to be quoted or are they part of the set cost of the semi-annual service?

    A: Replacement belts and hoses should be quoted at the mark-up price listed in the pricing section.


    Q (Semi-annual services): As listed in section 5.3.a 9. Check and inspect or replace all transfer switch and engine control bulbs as necessary. If bulbs need replacement, are they to be quoted or are they part of the set cost of the semi-annual service?

    A: Replacement bulbs should be quoted at the mark-up price listed in the pricing section.


    Q (Pricing Proposal): When entering pricing on the Pricing Proposal page, the "Total Cost per Unit" is NOT calculating the Cost of Semiannual + Cost of Annual; it is only carrying over the "Cost of Annnual" amount. Please let me know if this will be corrected.

    A: The Pricing Proposal has been edited to account for the "Cost of Semiannual" calculations. Please see addendum 1.


    Q (Price Proposal ?): The updated scope in green below the Price Proposal indicates you may be requesting GOPPs (maintenance and repair for generators and ATSs), rather than just a standard maintenance agreement. Can we please confirm if you are intending to change the proposal to a GOPP?

    A: The City is looking for GOPP level service to include maintenance, repairs, troubleshooting, and emergency services for all generators and ATSs.


    Key dates

    1. March 1, 2026Published
    2. April 2, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.