Active SLED Opportunity · FLORIDA · MONROE COUNTY SCHOOL DISTRICT, FL

    ITB 2026008 - Districtwide Grounds Landscaping

    Issued by Monroe County School District, FL
    educationITBMonroe County School District, FLSol. 243885
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 29, 2026
    PUBLISHED
    Mar 26, 2026
    Posting date
    JURISDICTION
    Monroe County
    education
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    Monroe County School District seeks bids for districtwide grounds landscaping services including mowing, trimming, weed control, and storm recovery. The contract is for one year with options to renew. Bids due April 29, 2026, via electronic submission.

    Opportunity details

    Solicitation No.
    243885
    Type / RFx
    ITB
    Status
    open
    Level
    education
    Published Date
    March 26, 2026
    Due Date
    April 29, 2026
    NAICS Code
    561730AI guide
    State
    Florida
    Agency
    Monroe County School District, FL

    Description

    Contract is for districtwide landscaping services including mowing, trimming, and upkeep of all facility grounds to ensure clean, safe, well-maintained campuses.

    Project Details

    • Reference ID: ITB 2026008
    • Department: Maintenance
    • Department Head: Jeff Barrow (Director of Maintenance)

    Important Dates

    • Questions Due: 2026-04-20T21:00:00.000Z
    • Answers Posted By: 2026-04-21T21:00:00.000Z

    Evaluation Criteria

    • Calendar of Events
      Release Project Date:March 26, 2026
      Newspaper Advertisement 1:March 28, 2026
      Newspaper Advertisement 2:April 2, 2026
      Question Submission Deadline:April 20, 2026, 5:00pm
      Question Response Deadline:April 21, 2026, 5:00pm
      Proposal Due/Bid Opening:April 29, 2026, 9:00am

      Monroe County School District Administration Building
      241 Trumbo Road
      Key West, FL 33040

      Contractor Selection Date:April 30, 2026
      Board Meeting:June 9, 2026
    • Required Insurance

      Insurance will be required for this Contract. Respondents are required to carry and maintain insurance with all coverage and minimum policy limits identified below, and must include proof of insurance in their response to this solicitation. All required insurance must be from insurance carriers that have a rating of “A” or better and a financial size category of “VII” or higher according to the A. M. Best Company. All required insurance policies shall name “The School Board of Monroe County, Florida” as the certificate holder and additional insured. Notice shall be provided to MCSB at least thirty (30) days in advance of any material change in coverage or cancellation, except as provided for herein.

      Except as otherwise specifically authorized in this Agreement, no deductible or selfinsured retention for any required insurance provided by the Contractor pursuant to this Agreement will be allowed. To the extent any required insurance is subject to any deductible or self-insured retention (whether with or without approval of MCSB), the Contractor shall be responsible for paying on behalf of MCSB (and any other person or organization that the Contractor has, in this Agreement, agreed to include as an insured for the required insurance) any such deductible or self-insured retentio

    • Project Schedule

      To be considered for award, Respondent must include in its offer a proposed schedule for commencement and completion of the Project. The Contractor shall be required to schedule all work for the Project in coordination with the school calendar so as to minimize disruption to students and school operations. A calendar of school events is available upon request. 

    • PURPOSE

      The Monroe County School District (MCSD) is requesting bids for districtwide grounds landscaping. This contract will be for one year with the option to renew for up to three additional years.

    • Submission Electronic Only

      The Monroe County School District, FLs accepting electronic submissions to ITB 2026008 - Districtwide Grounds Landscaping. Interested bidders must create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Submit Electronic Responses via the School District's e-Procurement Portal: https://procurement.opengov.com/portal/keyschools-mcsd.

      Responses may be received up to but not later than Wednesday, April 29, 2026 at 9:00 am via the School District's e-Procurement Portal located at https://procurement.opengov.com/portal/keyschools-mcsd. The School District's e-Procurement Portal Clock is the official clock for the determination of all deadline dates and times. Without exception, responses will not be accepted after the submission deadline regardless of any technical difficulties such as poor internet connections. Monroe County School District, FLstrongly recommends completing your response well ahead of the deadline. Once the response has been submitted and the Submission Status shows as “Submitted” the submission is complete. At that point, the Respondent will also receive an email confirmation from the School District's e-procurement Portal.

    • Commercial General Liability

      Commercial General Liability: Coverage shall be provided, with minimum policies limits as set forth below. MCSB, its board members, officers, and employees shall be named as an additional insured to the Commercial General Liability insurance policy on a form no more restrictive than ISO form CG 20 10 (Additional Insured – Owners, Lessees, or Contractor). If MCSB and its board members, officers, and employees are not named as additional insureds then MCSB reserves the right to terminate this Agreement
      immediately as a material breach of the Agreement.

      • Minimum Policy Limit: $1,000,000 Incident / $2,000,000 Aggregate
    • Required Completion Date

      Monroe County School District desires to complete all work described under this solicitation no later than TBD. Respondents must specify any proposed alternative completion dates in the Project Schedule included in the response. Unless otherwise specified in the Project Schedule, Respondent expressly agrees as a condition of its offer that it has the capacity and capability to progress the work to final completion, with the Project fully available for its intended use on or before the TBD

       

    • Automotive Liability

      Automotive Liability: Any Contractor or vendor transporting district employees, delivering, or transporting district owned equipment or property, or providing services or equipment where a reasonable person would believe MCSB is responsible for the work of the Contractor from portal to portal is required to carry this insurance to the limit listed below

      • Minimum Policy Limit: $1,000,000 Combined Single Limit
    • Modifications and Withdrawal

      Respondents may withdraw their submittal electronically via the Portal at any time prior to the scheduled due date and time for submission. In order to withdraw, the respondent must navigate to their submitted proposal via the School District's e-Procurement portal and then click "Unsubmit Response"

      Respondents may modify their submittal electronically via the School District's e-Procurement Portal at any time prior to the scheduled due date and time for submission. In order to, withdraw, the respondent must navigate to their submitted response via the School District's e-Procurement portal and then click "Unsubmit Response". At this point, respondent's response is no longer submitted. Respondent should make the changes required and promptly re-submit response before submission date and time.

    • Liquidated Damages (Daily)

      Liquidated Damages may be assessed for this Project. To the extent that the selected contractor has failed to complete all required work by the TBD (subject to extensions thereof made by mutual written agreement, or due to force majeure conditions), liquidated damages may be assessed against the contractor in the amount of NO VALUEper day, for each day that elapses beyond the TBD where work on the Project remains incomplete.  

    • Worker's Compensation & Employer's Liability

      Workers’ Compensation/Employer’s Liability: All non-construction Contractors and vendors that have one or more employees or subcontracts any portion of their work to another individual or company are required to have workers’ compensation insurance. For contracts of $25,000 or more, no State of Florida, Division of Workers’ Compensation, Exemption forms will be accepted. All Contractors engaging in construction-related activities, as defined by 440.02(8) Florida Statutes, on behalf of MCSB are required to have workers’ compensation insurance. All entities and individuals required to have workers compensation insurance must purchase a commercial workers’ compensation insurance policy to the limits listed below. The Workers’ Compensation policy must be endorsed to waive the insurer’s right to subrogate against MCSB, and its board members, officers and employees.

       

    • Liquidated Damages (Weekly)

      Liquidated Damages may be assessed for this Project. To the extent that the selected contractor has failed to complete all required work by the TBD (subject to extensions thereof made by mutual written agreement, or due to force majeure conditions), liquidated damages may be assessed against the contractor in the amount of NO VALUEper week, for each week that elapses beyond the TBD where work on the Project remains incomplete.  

    • Addenda & Questions

      Should revisions to the solicitation documents become necessary, the School District will issue an Addendum via the School District's e-Procurement. The e-Procurement Portal will send an automated email notification to all Respondents on the Followers list. Addenda information will be available to view and acknowledge via the School District's e-Procurement. It is the sole responsibility of the Respondent to ensure that they obtain information related to any Addenda, and acknowledge any and all Addenda electronically in the Portal as part of their Response. Failure to do so will result in rejection of the Response and a determination as “Non-Responsive.”

      Respondents shall submit all inquiries regarding this bid via the School District’s e-Procurement Portal until Monday, April 20, 2026 on 5:00 pm. All answers to inquiries will be posted on the School District’s e-Procurement Portal. Respondents may also click “Follow” on this solicitation to receive an email notification when answers are posted. It is the responsibility of the respondent to check the website for answers to inquiries.

    • Conditions and Limitations

      a) The School Board reserves the right to reject any and all proposals, to waive any irregularities or informality, and to accept or reject any items or combination of items.

      b) The School Board may consider all proposals and reserves the right to award the contract(s) in the best interest of the School Board.

      c) A proposal may not be withdrawn before the expiration of ninety (90) days after the proposal due date.

      d) The School Board will not reimburse proposers for any costs associated with the preparation and submittal of any proposal, or for any travel and per diem costs incurred.

      e) Proposer acknowledges that all information contained within their proposal is part of the public domain as defined by the State of Florida Public Records Law.

      f) Proposers, their agents and/or associates shall refrain from contacting or soliciting any official of the Monroe County School District or School Board member regarding this proposal during the selection process.  Failure to comply with this provision may result in disqualification of the proposer.

      g) The proposal and the related responses of the selected proposer will by reference become part of the formal agreement between the selected proposer and the School Board.

      h) The School Board and the selected proposer(s) will negotiate a contract or contracts as to terms and conditions.  In the event an agreement cannot be reached with the selected proposer in a timely manner, the School Board reserves the right to select an alternative proposer.

      i) Cancellation:  In the event the proposer violates any of the provisions of this proposal, the Superintendent shall give written notice to the proposer stating the deficiencies and unless deficiencies are corrected within five (5) days, recommendations will be made to the School Board for immediate cancellation.  The School Board reserves the right to terminate any contract resulting from this proposal at any time for any reasons, upon giving thirty (30) days prior written notice to the other party.

    • Professional Liability

      Professional Liability Insurance (Errors and Omissions): Contractors providing professional services including but not limited to architects, engineers, attorneys, auditors, accountants, etc. are required to have this insurance to the limits listed below. Professional Liability coverage must be maintained in the amounts stated above for a two-year period following completion of the contract.

      • Minimum Policy Limit: $1,000,000 Incident / $2,000,000 Aggregate
    • SPECIFICATIONS
      1. Sites to be included in this contract:
        1. Key Largo School, 104801 Overseas Highway, Key Largo, FL 33037
        2. Coral Shores High School Campus, 89901 Old Highway, Tavernier, FL 33070
        3. Upper Keys Annex, 90050 Overseas Highway, Tavernier, FL 33070
        4. Plantation Key School, 100 Lake Rd, Tavernier, FL 33070
        5. Marathon High School, 350 Sombrero Boulevard, Marathon, FL 33050
        6. Stanley Switlik School, 3400 Overseas Highway, Marathon, FL 33050
        7. Big Pine Key School, 30220 Overseas Highway, Big Pine Key, FL 33043
        8. Sugarloaf School, 255 Crane Boulevard, Sugarloaf, FL 33042
        9. Gerald Adams School, 5855 W. College Road, Key West, FL 33040
        10. TISF, 5330 2nd Ave., Stock Island, FL 33040
        11. Poinciana School, 1407 Kennedy Drive, Key West, FL 33040
        12. Key West High School, 2100 Flagler Ave., Key West, FL 33040
        13. Horace O’Bryant School, 1105 Leon Street, Key West, FL 33040
        14. Bruce Hall Maintenance, 1310 United St., Key West, FL 33040
        15. Reynolds School, 1315 Reynolds St., Key West, FL 33040 (Under construction until July 2028)
        16. Trumbo Administration Complex, 241 Trumbo Rd., Key West, FL 33040
        17. Other sites in the geographic area may be added or removed as needed by the District, utilizing the unit pricing submitted on the price sheet.
      2. Site Investigation
        1. School investigation for proposals is recommended. Each contractor is responsible for knowing the conditions of the existing sites prior to submitting a bid. Vendors may drive through campus driveways and parking open to the public to see the existing sites. If a vendor wishes to get into the secured school campus, it can be coordinated through the area maintenance office. Contact Jake Stacey at jake.stacey@keysschools.com to make arrangements for investigation if needed. Vendors require escorts when students are on campus. Vendors will not be allowed inside the secure perimeter without prior arrangement as described.
      3. Service Requirements
        1. To ensure the safety of students and staff, all routine grounds work shall be performed on Saturdays, Sundays, or other days when students and staff are not present on campus. The contractor shall provide sufficient staffing to complete all required work during these limited service windows.
        2. Any remedial work identified by the District must be completed within three (3) days of written notification and may be performed Monday through Friday. However, remedial work involving mowers, blowers, or weed eaters must be conducted after normal school hours.
        3. In rare cases, the District may require work to occur during a school day. When this occurs, the request will be provided in writing and must receive written approval from both the school administration and the Director of Maintenance.
        4. Grounds work at unoccupied schools, administrative sites, or support complexes may occur during the normal work week. This also applies to school campuses during the summer months when students are not present.
        5. Certain tasks may also be performed during the normal work week, including:
          1. Perimeter trimming, weeding, and mulching work located more than 50 yards from an occupied building.
        6. Extreme caution shall be exercised when working around occupied parking areas to prevent damage to vehicles.
        7. All campuses must be maintained free of poisonous, toxic, or hazardous plants.
        8. No grounds work shall occur on days when state performance testing (such as FCAT) is scheduled. Testing dates are available through the school's official calendar.
      4. Special Events
        1. The contractor shall coordinate mowing and grounds maintenance schedules to ensure campuses are properly maintained prior to special events.
        2. Examples include:
          1. High School Graduations - Grounds should be cut during the week prior to the event or as directed by the school principal.
          2. Teacher Return/Meet-theTeacher Events - Campuses must be freshly maintained prior to the official return date for teachers.
          3. Other Special Events - Schools will notify the contractor at least one month in advance when possible.
        3. All event scheduling shall be coordinated with the Maintenance Administration. 
      5. Notification and Scheduling
        1. The contractor shall provide at least two (2) weeks' notice before performing scheduled grounds maintenance by emailing notification to both the school and the Maintenance Department. A monthly schedule may be submitted as an acceptable alternative.
        2. During the week prior to the scheduled service, the contractor must contact the school office to confirm the visit. The school may choose to delay or cancel a scheduled service due to circumstances such as:
          1. Slow grass growth periods
          2. School events or campus activities
        3. The District will only pay for services actually performed and is not obligated to compensate the contractor for cancelled services. 
        4. By Wednesday morning following the completed weekend service, the contractor shall submit a Statement of Completion electronically or in person to the school prinicipal or their designee. The Area Maintenance Supervisor and Director of Maintenance must also receive a copy. The school and Maintenance Department will review the work performed.
      6. Grounds Care Standards for Each Service
        1. Each campus service shall include the following maintenance standards.
          1. Site Preparation
            1. Prior to mowing, the contractor shall police the campus and remove trash, sticks, and rocks from all grass areas and PE fields. Mowing over trash and spreading debris is not acceptable. If this occurs, the contractor will be required to return and properly clean the area.
            2. Fire ant bait shall be applied to all active mounds on campus and playground areas. 
          2. Field Maintenance
            1. Grass shall be maintained at a cutting height of 3 inches +1 inch. Holidays and knocked-down grass are unacceptable. Grass must be cut at a speed that ensures proper cutting and prevents rutting. 
            2. Areas inaccessbible to mowers shall be trimmed using weed eaters or push mowers.
            3. Mowers shall distribute clippings evenly across the cut area. If mowing results in clippings accumulating in rows or piles, the contractor shall remove them. Clippings may be redistributed to bare areas where grass growth is desired. 
            4. Care shall be taken when mowing around fences, gutters, walkway supports, water pipes, and electrical conduits to avoid damage. 
          3. Edging and Hard Surfaces
            1. All buildings, sidewalks, planters, driveways, fences, and grass borders shall be edged. 
            2. Edge lines shall be 1 to 3 inches wide and consistent within ±1 inch. 
            3. The use of herbicides such as Round Up for edging along buildings, sidewalks, planters, driveways, and fences is permitted and encouraged. 
            4. Landscape elements damaged due to improper herbicide application must be replaced by the contractor at no cost to the District.
          4. Weed Control
            1. All weeds shall be removed from:
              1. Concrete surfaces
              2. Pavers
              3. Courtyards
              4. Sidewalk edges
              5. Building edges
              6. Mechanical yards
              7. Street curbs
          5. Leaves
            1. Leaves falling naturally in grass areas may remain and decompose. However, when leaves accumulate excessively and begin to damage grass or blow into fences, buildings, or sidewalks, they shall be raked and removed. 
            2. Leaves may be placed in mulched areas if free of grass.
            3. Contained areas such as courtyards and entryways require special attention and must be cleared of leaves and clippings during each service. 
            4. Leaf accumulation is heavier between April and May, and additional cleanup may be required.
            5. Unmaintained wooded areas shall not be raked.  
          6. Mulch and Landscape Beds
            1. All landscaped planter areas and islands shall be maintained free of weeds and invasive plants. 
            2. Mulch tree rings shall extend 18 inches beyond the trunk of all trees and landscape boulders located in grass areas. 
            3. Mulch depth shall be maintained between 3 and 5 inches. 
            4. The use of locally generated waste mulch, such as material from tree services or power companies, is allowed. Mulch staging locations shall be coordinated with the Maintenance Supervisor. 
            5. Dyed mulch shall not be used unless specifically approved by the District Maintenance Supervisor for ornamental areas.
            6. Other commercially available mulch may be used with prior approval of the Maintenance  Supervisor.
            7. The contractor shall provide all mulch required under this contract. 
            8. All sticks and fronds must be removed before mulch is placed. Shredded palm mulch is not acceptable. 
            9. Coordinate with the District Maintenance Supervisor regarding areas not to receive mulch in the Key West area.
            10. The contractor will have until January 1st following the contract start date to bring mulch areas into compliance.
          7. Rock Landscape Areas
            1. Landscape areas using crushed rock shall be maintained free of weeds.
            2. Rock shall be raked back into place and maintained at a minimum depth of one inch. 
            3. The contractor shall notify District Maintenance when additional rock materials are required. 
          8. Bush Maintenance
            1. Bushes shall be maintained to:
              1. As requested by the school principal or their designee, for aesthetics
              2. To maintain clear sightlines at driveways to allow unobstructed views of pedestrians and traffic
              3. Along buildings, keep trimmed away from sidewalks, doorways, and below window lines
              4. Clear of emergency exit windows
            2. In courtyard areas, bushes shall be kept no higher than 1.5 feet unless located against a building. 
            3. To maintain campus supervision and security, areas between 1.5 feet and 8 feet in height should remain free of visual obstructions whenever possible.
            4. Maintain mulch rings or landscape islands to protect trunks from mowing and weed eating. Coordinate with the District Maintenance Supervisor on any areas not to receive mulch in the Key West area.
            5. Provide fertilizer or pest treatment as needed to keep plants healthy. This contractor is to provide the material and labor for this process. This is by exception only.
          9. Tree Maintenance
            1. Trees shall be maintained to:
              1. Branches or fronds should not hang below 8' above the grade below
              2. Keep all branches trimmed 8' away from overhanging or touching buildings and walkway covers
              3. Trim branches 30 inches in circumference or less (approximately 10 inches in diameter) within 15 feet above grade
              4. Protect trunk from mowers and weed eaters using mulch tree ring 18" beyond the trunk
            2. Palm trees shall receive fertilizers or supplements as needed to maintain health.
            3. Trees with white flies shall be treated with insecticidal soap at each service until healthy.
            4. Dead or diseased branches up to 15 feet above grade shall be removed. Treat for pests and diseases by exception only. This contractor shall provide any and all pesticides and fertilizers needed to maintain tree health.
            5. Volunteer or exotic trees shall be removed promptly. If there is a question, the contractor is to mark the tree in question and contact the owner by email.
          10. Natural Areas and Vegetation Control
            1. Unmowed wooded areas shall be trimmed back to prevent expansion into maintained campus areas.
            2. This work shall occur over the Christmas break and prior to the beginning of the school year in August. This is a priority to keep them from growing in size and taking over.
            3. Vegetation shall be trimmed:
              1. At least 6 feet from drives, sidewalks, and buildings
              2. 18 inches from fences
              3. Up to 15 feet above grade
            4. This work must be completed prior to August 10th of each year. The contractor will have until January 1st following the contract start date to bring these areas into compliance.
            5. All trimming debris shall be removed and disposed of properly. It is acceptable to grind trimmings to be used as mulch on site. 
            6. Branches shall not be left on site. 
          11. Playground
            1. Playground areas shall be maintained during each service visit as follows:
              1. Spray use area to control weed growth 
              2. Remove all rocks and sticks from sand, mulch, or pea-rock "use areas".
              3. Level and rake "use area" materials back into place, filling holes and removing accumulation from building under the equipment.
            2. Notify the District Maintenance Department via email of "use zones" needing additional materials based on the following criteria:
              1. Mulch must be greater than 9" deep
              2. Sand must be greater than 6" deep
            3. The District will provide additional materials as budgets allow. The District will install and spread them in the playground use area. This is normally done less than once per year.
          12. Once all elements of a campus "cut" are complete, the contractor shall blow off all sidewalks, drives, and parking areas that have become littered with trimmings. Tire marks from mowers shall be removed.
          13. All campus areas shall be left clean and safe.
      7. Grounds Maintenance Supplies
        1. The contractor shall provide all materials necessary to perform the work described in this specification. This includes all pesticides, herbicides, fertilizers, and related materials required to maintain landscape areas and trees.
        2. If pricing is equal, the District has a preference for Green Certified products. 
        3. All products used must be approved for use under local, state, and federal regulations and must be applied strictly in accordance with the manufacturer's written instructions. Products that are not safe once applied and dried, according to manufacturer instructions, shall not be used.
        4. Herbicides and pesticides must be specifically approved for the intended application and should be the least toxic product available that will effectively perform the required task.
        5. The contractor shall list all products they intend to use as part of their proposal. The District will provide written approval of all herbicides and pesticides permitted for use.
        6. Any individual applying herbicides or pesticides must hold the appropriate licenses required for those applications. Copies of these licenses shall be included with the contractor's proposal. An example would be a Landscape and Ornamental License. 
        7. The District generally prefers not to fertilize landscape elements. However, if the contractor determines fertilization is necessary for the health of a specific plant, it may be performed. The contractor shall provide the fertilizer product if needed. 
        8. The contractor is responsible for maintaining the health of all landscape elements. Trees, bushes, and ground cover that die due to poor maintenance and lack of care shall be replaced by the contractor at no cost to the District. Replacement trees must have a minimum of seven (7) feet of clear wood.
        9. The contractor shall also provide the school with Safety Data Sheets (SDS) for any product used on campus.
      8. Grounds and Landscaping Equipment
        1. The District will not provide any equipment required to perform the work described in this specification.
        2. The contractor shall provide all equipment necessary to perform the required work. All equipment must be properly maintained and kept in safe working condition. 
        3. Equipment that has had safety features bypassed or guards removed shall not be used on District property.
        4. The contractor shall also provide all Personal Protective Equipment (PPE) required for their employees to safely perform the work described in this specification. This includes, but is not limited to:
          1. Gloves
          2. Masks
          3. Respirators
          4. Aprons
          5. Smocks
          6. Protective garments
          7. Safety glasses
          8. Ear muffs or ear plugs
          9. Face shields
      9. Evaluation of Grounds Landscape Services
        1. Grounds maintenance services will be evaluated quarterly. Three evaluations will occur during the normal school year, and one evaluation will occur during the summer period just prior to the start of the school year.
        2. Evaluations will be conducted by one or more managers from the Facilities Department. The contractor shall also provide a management-level representative to attend the evaluation. 
        3. The decision of the Facilities Department manager is final.
        4. The evaluation process will utilize spot checks to verify that landscaping activities described in this specification have been completed properly. Evaluations will be conducted shortly after the contractor has completed a service visit and submitted a bill indicating the work has been finished.
        5. Each site will receive a letter grade from A through F based on the conditions observed. The District's goal is for schools to score B or better.
        6. Evaluation Scale
          1. A (Above 3.5) - Excellent
            1. No issues other than those normally associated with daily school operations.
          2. B (3.0 - 3.5) - Acceptable
            1. Minor issues that are easily corrected. No operation changes required. 
          3. C (2.5 - 3.0) - Needs Improvement
            1. Major issues that require immediate attention. Changes in operation may be required. If a contractor received three (3) or more C grades (or lower) within one year, the District will not renew the contract for the following year.
          4. D (Below 2.5) - Unsatisfactory
            1. Immediate improvement is required. If improvement to a grade of C or better is not achieved within two (2) weeks, the District will begin procedures to terminate the contract.
      10. Storm Recovery
        1. The District places a priority on returning students safely to school following storm events.
        2. Once mandatory evacuation orders have been lifted and residents are permitted to return, grounds maintenance services shall resume.
        3. Contractors shall provide an hourly labor rate to cover non-typical work required following storm events. Two workers per school may be required.
        4. The District requires first priority on staffing during storm recovery operations. Contractor staff must report as soon as District officials can coordinate safe entry into the work area.
        5. Contractor personnel may be assigned to multiple schools within the District as needed. Any travel expenses incurred when moving between schools must be documented for billing purposes.
        6. Recovery Activities may include, but is not limited to:
          1. Cutting up and removing fallen trees from campus areas. This includes the use of chainsaws and power pruners provided by the contractor.
          2. Removal of debris from damaged or flooded buildings.
          3. Assistance with drying flooded buildings using wet vacuums, push brooms, squeegees, fans, and dehumidifiers.
          4. Assistance with collecting and removing brush, branches, and storm debris from campus property.
        7. District maintenance personnel may assist with moving large debris using District equipment to ensure safe handling.
        8. During storm recovery operations, the District may require 12-hour workdays. Time worked beyond the standard 8-hour workday shall be billed at 1.5 times the normal hourly rate and must be billed separately. 
      11. Campus Site Photos (Attachment B)
        1. These photos are diagrammatic in nature and are to aide in establishing the location and boundaries of the work to be included. In case of conflict the written description of the specification shall take precedence.
    • Award

      This is an Invitation to Bid (ITB) and recommendation of award will go to the lowest priced qualified bidder. Qualified bidders will be determined using the criteria and other requirements specified in this ITB. Bids that do not provide satisfactory evidence of the required qualifications will not be evaluated.

    • Cyber Liability

      Cyber Liability and Data Storage: Contractors or vendors providing software shall provide proof of insurance reflecting, at a minimum, coverage for: Data Loss and System Damage Liability; Security Liability; Privacy Liability; Privacy/Security Breach Response Coverage, including Notification Expenses. Such Cyber Liability coverage must be provided on an Occurrence Form or, if on a Claims Made Form, the retroactive date must be no later than the first date of the Agreement and such claims-made coverage must respond to all claims reported within three (3) years following the period for which coverage is required and which would have been covered had the coverage been on an occurrence basis.

      • Minimum Policy Limit: $1,000,000 Incident / $2,000,000 Aggregate
    • EXPERIENCE / QUALIFCATIONS

      Only qualified bids will be considered. Bidders must provide documentation demonstrating compliance with the following requirements. Bids that fail to provide satisfactory evidence of these qualifications will not be evaluated. 

      1. Commercial Landscaping Experience
        1. Provide evidence of individual commercial landscaping maintenance contracts located in Monroe County totaling more than $60,000 per year. 
        2. Examples of qualifying properties include, but are not limited to:
          1. Condominiums 
          2. Resorts
          3. Hospitals
          4. Parks
          5. Government properties
      2. Staffing Plan
        1. Provide a staffing plan demonstrating the bidder's ability to meet a two (2) hour response time for call-out requests.
      3. Multi-Year Contract Experience
        1. Provide documentation demonstrating past multi-year landscaping maintenance contracts with commercial properties equal to or greater than the combined bid value submitted for this project.
      4. Reference Letters
        1. Provide two (2) reference letters confirming high performance on existing commercial landscape contracts with an annual contract value exceeding $20,000.
        2. Requirements for reference letters:
          1. At least one reference must be from a property located in Monroe County
          2. Letter must be on company letterhead
          3. Letters must include a phone number for verification
      5. English-Speaking Liaison Requirement
        1. Provide a written statement confirming that at least one English speaking staff member will be present on site at all times while work is being performed.
        2. This individual shall serve as a liaison between non-English speaking staff and school administration to ensure clear communication regarding campus operations and maintenance needs.
      6. Safety and Training Programs
        1. Provide documentation demonstrating the company maintains employee safety and training programs applicable to landscaping and grounds maintenance operations.
      7. Pesticide and Herbicide License
        1. Provide documentation demonstrating that at least one staff member holds the appropriate license to apply pesticides and herbicides commercially.
    • PRICING AND AWARD
      1. Pricing Structure
        1. Pricing shall be provided school by school on the Bid Pricing Sheet (Attachment D). 
        2. To promote small business and local participation, the District reserves the right to award contracts:
          1. By individual school 
          2. By geographic groupings of schools
          3. Or Districtwide in total
        3. The award method will be determined based on what is in the best interest of the School District.
      2. Per Cut Pricing
        1. Pricing shall be provided on a per cut basis.
        2. Each campus will receive no fewer than sixteen (16) cuts and no more than twenty-four (24) cuts per year.
        3. The Maintenance Department management will determine the total number of cuts for each campus and whether a scheduled cut will be skipped. Contractors will be notified at least one (1) week in advance if a scheduled cut will be skipped.
      3. Service Frequency
        1. Grounds maintenance cuts shall be scheduled at least two (2) weeks apart and distributed as evenly as possible throughout the contract year.
      4. Price Evaluation
        1. Submitted pricing will be entered into a standardized evaluation worksheet to calculate a weighted total for comparison purposes. The weighted total shall be used solely for evaluation and award purposes. It does not reflect any actual dollar amount to be spent.
        2. Pricing will be evaluated using the following weighted factors:
          1. Campus Prices - 80%
          2. Hourly Rate Prices - 10%
          3. Price to Add/Remove 1/4 Acre Increments - 10%
      5. Award
        1. A review committee will evaluate submitted bids to determine whether they are responsive, complete, and submitted by qualified bidders.
        2. The lowest responsive and responsible bidder will be determined using the weighted price formula described above.

    Submission Requirements

    • Price Sheet (required)

      Upload the completed Price Sheet (Attachment D) here.

    • W-9 (required)

      Please Upload Respondent's W-9 Form

    • Reference Form (required)

      Provide download and complete the attached form. Respondents must provide three (3) references from agencies you have provided similar goods or services to in the past five (5) years. 

    • Experience & Past Performance (required)

      Provide documentation demonstrating required experience.

      • Proof of commercial landscaping contracts in Monroe County totaling $60,000+ annually
      • Documentation of multi-year contracts of similar size/value
      •  Two (2) reference letters:
        • At least one from Monroe County
        • On company letterhead
        • Include contact phone number
    • Staffing & Communication (required)

      Provide documentation showing staffing capacity and communication requirements. 

      • Staffing Plan (2-hour response capability)
      • English-Speaking Liaison Statement
    • Safety & Licensing (required)

      Provide all required safety documentation and applicable licenses.

      • Safety and training program documentation
      • Pesticide/Herbicide applicator license
    • Products (required)

      Provide a list of products to be used. District must review and approve all chemicals used on campuses.

      • List of herbicides/pesticide products to be used
    • Certificate of Insurance (required)

      Please upload a certificate of insurance evidencing all coverages and minimum policy limits required by this Solicitation. Offers not including proof of required insurance may be deemed non-responsive and may not be considered for award. 

    • Business / Personal Relationship Disclosure (required)

      Respondent is required to disclose any personal or business relationship with an employee of the Monroe County School District, or any member of the School Board of Monroe County, Florida. Please download, complete and upload the attached form. 

    • Acknowledgements
    • Debarment Certification (required)

      Respondent certifies that, neither the firm nor any person associated therewith in the capacity of owner, partner, director, officer, principal, investigator, project director, manager, auditor, and/or position involving the administration of federal funds:

      (a) Is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions, as defined in 2 CFR Chapter 180, by any federal department or agency;

      (b) Has within a three-year period preceding this certification been convicted of or had a civil judgment rendered against it for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a federal, state, or local government transaction or public contract; 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;

      (c) Is presently indicted for or otherwise criminally or civilly charged by a federal, state, or local Governmental entity with commission of any of the offenses enumerated in paragraph (b) of this certification; and

      (d) Has within a three-year period preceding this certification had one or more federal, state, or local government public transactions terminated for cause or default.

      Respondent further certifies that it shall not knowingly enter into any transaction with any subcontractor, material supplier, or vendor who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this project by any federal agency.

    • Non-Collusion (required)

      Respondent certifies the following:


      • The terms of Respondent’s offer, including pricing, have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition as to any matter related to such terms, with any other Respondent or competitor; and


      • Unless otherwise required by law, the prices which have been quoted in this proposal have not been knowingly disclosed to other Respondents or competitors, and will not knowingly be disclosed by the Respondent prior to public opening of the bid or proposal, directly or indirectly, to any other Respondent or competitor; and


      • No attempt has been made or will be made by the Respondent to induce any other person, partnership or corporation to submit, or not to submit, a bid or proposal for the purpose of restricting competition; and


      • The statements contained in Respondent’s offer are true and correct, and made with full knowledge that School Board will rely upon the truth of the statements contained in this affidavit in awarding contracts for said project.

    • Drug Free Workplace (required)

      If awarded a contract by the School Board of Monroe County, Florida (“School Board”), in accordance with Florida Statute 287.087, Respondent agrees to the enforce a drug-free workplace, including at a minimum:

      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 section (1).

      4. In the statement specified in section (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, 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 contendere to, any violation of Chapter 893 (Florida Statutes) 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, or 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.

    • Public Entity Crime Statement (required)

      Respondent acknowledges the following: 

      A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals 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 Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

    • Contractor Rules (required)

      The following is a list of rules that contractors/vendors and their personnel must adhere to while working on Monroe County School projects. Failure of the contractor/vendor to abide by the rules will result in the violators being removed from the job site. All costs resulting from this will be the responsibility of the contractor/vendor. Please sign these rules and indicate the contractor/vendor’s agreement to follow them.

      • Casual communications by contract/vendor personnel with students, staff, or faculty is prohibited.

      • Convicted felons and employees with a past history of child abuse or molestation shall not be used on Monroe County School projects.

      • The schools are “Drug Free Zones,” use or possession of illegal substances and alcohol in any form are prohibited.

      • The schools are “Tobacco Free,” no tobacco use is permitted on the school campus, in parking lots, or inside school restrooms.

      • Vulgar language or gestures discernible to students or school staff is prohibited.

      • Fighting or physically abusive actions of a similar nature are prohibited.

      • Appropriate and modest attire is required while working on school campus. Revealing clothing will not be permitted.

      • Clean up of work area is required on a daily basis. Hazardous materials shall not be put in school trash receptacles.

      • Work that may be disruptive to the school shall be scheduled with the school administration or done after normal school hours.

      • Pets are not allowed on campus.

    • Identical Tie Proposals (required)

      Preference shall be given to businesses with drug-free workplace programs. Whenever two or more of a proposal, 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, an proposal 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 proposals will be followed if none of the tie vendors have a drug-free workplace program. See Drug Free Workplace Form for qualifications.

    • Local Preference (required)

      Respondent acknowledges that it has reviewed and understands the Local Preference Policy attached to this solicitation.

    • General Terms & Conditions (required)

      Respondent acknowledges and agrees to the General Terms & Conditions attached to this Solicitation. 

    • Local Preference
    • Is Respondent Claiming Local Preference? (required)
    • Upload Required Documentation (required)

      If Respondent is claiming local preference, you must upload a clear, legible copy of the driver's license for at least one director or principal of Respondent evidencing residence in Monroe County, Florida; and a copy of Respondent's Monroe County Business Tax License 

    • Other Supporting Documentation
    • Upload Other Supporting Documents

      Respondents who wish to include additional supporting documentation with their offer should upload that here

    • Offer Certification
    • Offer Certification (required)

      Please download, sign and notarize the attached Certification. Offers made without a completed Certification Form will not be considered for award

    • Is Insurance Required For This Project? (required)
    • What Kind of Insurance Is Required for This Project? (required)

      Check All That Apply 

    • Is This a Construction Project? (required)

      A Payment & Performance Bond May Be Required for All Construction Projects Valued at $100,000 or More 

    • Is This Project Valued at More Than $200K? (required)

      Payment & Performance Bond is Required for All Construction Projects Valued at $200,000 or More 

    • Does This Project Have a Required Completion Date? (required)
    • Project Completion Date (required)

      MM/DD/YYYY

    • Will Liquidated Damages Be Assessed for Untimely Completion? (required)
    • Select Frequency of Liquidated Damages
    • Rate of Liquidated Damages
    • Are Specific Licenses, Certifications or Qualifications Required or Preferred for this Project? (required)

    Questions & Answers

    Q ( Incumbent): Was there a previous incumbent? If so, can you share their price proposal? Has there been any changes to the scope from the last? Did the previous incumbent complete the project term? Is this solicitation the same length of time? If previous incumbents exist, when is the contract set to end?

    A: Please submit a public records request to records@keysschools.com for a copy of previous contract.


    Q (Budget): Is there a set budget for this solicitation?

    A: There is an estimated budget for this between $300,000 and $500,000.


    Q ( Projected start): Is there a projected award and start date?

    A: Contract start date will be July 1, 2026.


    Q (Question): Re: Section G #8. The contractor is responsible for maintaining the health of all landscape elements. Trees, bushes, and ground cover that die due to poor maintenance and lack of care shall be replaced by the contractor at no cost to the District. Replacement trees must have a minimum of seven (7) feet of clear wood. A proper growing environment for landscape plant material there must be available resources to keep plant material healthy and vibrant. a proper irrigation system providing sufficient water as one of those critical resources in order to have a healthy landscape with good care and maintenance practices. If a site does not have an irrigation system providing sufficient water as a critical resource, is the contractor still responsible for replacements at their costs when plant material declines and dies?

    A: The Contractor assumes no responsibility for the death or deterioration of existing plant material attributable to insufficient irrigation where irrigation is not provided. Plant material installed by the Contractor that fails as a result of inadequate irrigation shall remain the Contractor’s responsibility. Plant selection shall be made with due consideration to site conditions, irrigation availability, and suitability for the intended location.


    Q (Question): Re: Section G #8. The contractor is responsible for maintaining the health of all landscape elements. Trees, bushes, and ground cover that die due to poor maintenance and lack of care shall be replaced by the contractor at no cost to the District. Replacement trees must have a minimum of seven (7) feet of clear wood. Please define in more detail lack of care and poor maintenance?

    A: A few examples but not all inclusive list. In short, anything due to action or inaction of contractor. 1. Irrigation and Water Management Where irrigation exists, allowing plants to suffer drought stress or prolonged saturation due to neglect or improper scheduling. 2. Pruning, Trimming, and Grooming Excessive, improper, or untimely pruning that weakens plants, causes structural damage, or promotes disease. Failure to remove dead, damaged, diseased, or hazardous limbs in a reasonable timeframe. 3. Soil Care and Mulching Improper or absent mulching, including mulch depth that suffocates plants or failure to replace mulch as needed. Allowing erosion, exposed roots, or soil depletion to adversely affect plant health. 4. Pest, Disease, and Weed Control Failure to monitor for signs of pests, disease, or invasive species. Delayed or inappropriate treatment allowing preventable damage or spread. Improper use of pesticides or herbicides causing damage to desirable plants. 5. Debris and Site Cleanliness Allowing excessive leaf litter, fallen branches, dead vegetation, or organic debris to accumulate in a manner that harms plant health. Failure to remove debris following pruning, storms, or routine maintenance activities. 6. Protection and Preventive Care Failure to protect plants from foreseeable maintenance-related damage, including mower, trimmer, or equipment injury. Neglecting to install or maintain staking, supports, or guards where required. 7. Failure to Follow Industry Standards Neglecting site-specific requirements, plant manufacturer recommendations, or agreed-upon maintenance schedules. Lack of documentation, reporting, or communication regarding plant health issues requiring corrective action.


    Q (Question): Re: Section G #8. The contractor is responsible for maintaining the health of all landscape elements. Trees, bushes, and ground cover that die due to poor maintenance and lack of care shall be replaced by the contractor at no cost to the District. Replacement trees must have a minimum of seven (7) feet of clear wood. is the contractor responsible for replacement of declining, dead plant material when planted by others?

    A: The Contractor shall exercise reasonable efforts to maintain the health and viability of all landscape elements within the scope of services. Landscape items installed by others that fail due to poor maintenance or lack of care shall be replaced by the Contractor at no cost to the District. However, the Contractor shall not be responsible for the loss or failure of landscape items placed resulting from poor planning, improper installation, or placement in an incompatible environment by others.


    Key dates

    1. March 26, 2026Published
    2. April 29, 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.