Active SLED Opportunity · FLORIDA · MONROE COUNTY SCHOOL DISTRICT, FL
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.
Contract is for districtwide landscaping services including mowing, trimming, and upkeep of all facility grounds to ensure clean, safe, well-maintained campuses.
| 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 |
| Contractor Selection Date: | April 30, 2026 |
| Board Meeting: | June 9, 2026 |
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
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.
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.
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: 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.
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: 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
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 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.
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 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.
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.
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 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.
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 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.
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.
Upload the completed Price Sheet (Attachment D) here.
Please Upload Respondent's W-9 Form
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.
Provide documentation demonstrating required experience.
Provide documentation showing staffing capacity and communication requirements.
Provide all required safety documentation and applicable licenses.
Provide a list of products to be used. District must review and approve all chemicals used on campuses.
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.
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.
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.
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.
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.
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.
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.
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.
Respondent acknowledges that it has reviewed and understands the Local Preference Policy attached to this solicitation.
Respondent acknowledges and agrees to the General Terms & Conditions attached to this Solicitation.
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
Respondents who wish to include additional supporting documentation with their offer should upload that here
Please download, sign and notarize the attached Certification. Offers made without a completed Certification Form will not be considered for award
Check All That Apply
A Payment & Performance Bond May Be Required for All Construction Projects Valued at $100,000 or More
Payment & Performance Bond is Required for All Construction Projects Valued at $200,000 or More
MM/DD/YYYY
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.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.