SLED Opportunity · FLORIDA · PINELLAS COUNTY

    Litter & Debris Services 2026-2028 - Rebid

    Issued by Pinellas County
    countyRFPPinellas CountySol. 249908
    Closed
    STATUS
    Closed
    due Apr 14, 2026
    PUBLISHED
    Mar 27, 2026
    Posting date
    JURISDICTION
    Pinellas County
    county
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    Pinellas County seeks a contractor for litter pickup and grounds maintenance services across 41 roadway locations in 4 zones. The contract includes vegetation and stormwater pond maintenance, with 12 service cycles annually. Evaluation focuses on qualifications, approach, statement of work, compensation, and business status.

    Opportunity details

    Solicitation No.
    249908
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 27, 2026
    Due Date
    April 14, 2026
    NAICS Code
    561730AI guide
    Jurisdiction
    Pinellas County
    State
    Florida
    Agency
    Pinellas County

    Description

    Pinellas County Public Works (PW) Department, Urban Forestry & Landscape Services Division is seeking a qualified Contractor to provide comprehensive grounds maintenance services for litter pickup in roadway medians, adjacent rights-of-way, related stormwater mitigation ponds, and County-owned outparcels. The services will be performed along the full length of designated roadways on a cyclical basis (currently defined as 12 cycles annually). The service area covers forty-one (41) locations in four (4) regional zones, totaling 64.83 miles of roadway.

    Background

    The Public Works department requires the work described in the contract specifications below. Work consists of general care and maintenance to the full width of the right-of-way, vegetation within public roadsides and medians, as well as the maintenance of pond sites owned or operated by the Pinellas County Public Works Department. The Contractor shall furnish all personnel, supervision, equipment, materials, labor, tools, transportation, licenses, and supplies necessary to complete the work in accordance with the specifications, procedures, and terms of the contract. The work has been segmented into four (4) zone areas: Zone 1, Zone 2, Zone 3, and Zone 4. This work supports Pinellas County’s goals of maintaining safe, clean public spaces and protecting stormwater systems.

    Project Details

    • Reference ID: 26-0426-ITB
    • Department: PUBLIC WORKS
    • Department Head: Kelli Hammer Levy (Director)

    Important Dates

    • Questions Due: 2026-04-07T19:00:00.000Z

    Evaluation Criteria

    • Qualifications (300 pts)

      A statement describing the Proposer’s qualifications and experience in providing the same or similar services as outlined in the RFP Scope of Work. This description should include the names of the person(s) who will provide the services, including any subcontractors, their qualifications, and the years of experience in performing this type of work/services.

    • Approach (300 pts)

      A separate written narrative describing the methods and/or manner in which the Proposer proposes to satisfy the requirements of the Scope of Work.

    • Statement of Work (250 pts)

      A proposed Statement of Work that enumerates and defines the work/services that Proposer will provide to the County to complete the Scope of Work in this RFP, including each task, deliverable, and/or goods or products comprising the services Proposer will provide, as well as a proposed completion schedule for each task or deliverable, if applicable. The Proposer’s Statement of Work shall be in a form that can be incorporated into the Services Agreement at the County’s option.

    • Compensation (100 pts)

      The proposed compensation to be paid by the County for the services identified in the Statement of Work, including the methodology for determining the compensation. Unless the method of compensating Proposer for the services is otherwise specified in Section B, paragraph 5, Proposer shall specify whether the proposed compensation is based on: (i) a lump sum not-to-exceed amount; (ii) time and materials with a not-to-exceed amount;(iii) milestone payments upon completion of identified tasks or deliverables; (iv) percentage of completion of the services; or (v) any other proposed method of compensation.

    • No Exceptions to RFP (50 pts)

      Proposer is advised that exceptions to any terms and conditions contained in this RFP or the Services Agreement must be stated with specificity in its response to the RFP. The points available under this criterion will be deducted if the Proposer takes exception to any language to this RFP package. Failure to provide exceptions with the submittal shall result in the mandatory acceptance of the agreement as submitted herein by default. Exceptions must be submitted on a separate sheet titled: exceptions.

    • Highest Net Sale Proceeds and/or Income Generated by the Transaction (100 pts)
    • Highest and Best Intended Use(s) of the Property (100 pts)
      1. Preference will be given to proposals that facilitate the types of uses that appear on the targeted industry list as determined by Enterprise Florida. These employment industries have been selected based on their ability to bring additional money into the local economy.\
      2. Preference will be given to proposals that include recreational uses and open space, especially those that address needs identified in the Pinellas County Recreation, Open Space and Culture System Master Plan that are appropriate for this location.
      3. County properties are intended for immediate reuse and not for purchase as investments.
    • Highest Value of Future Tax Payments (100 pts)
      1. The anticipated amount and type (class A office space, production space, residential or hotel units, recreational uses etc.) of major capital investment to be made within 5 years in connection with the project, and the year that each investment will be completed. Preference will be given to proposals with higher values of future tax payments.
      2. Any anticipated capital investment in real and personal property beyond the next five (5) years.
      3. Any anticipated tax revenues generated by new business operations on the property.
    • Highest Number of Jobs Created (100 pts)
      1. Preference will be given to proposals with higher total numbers of permanent net new high-wage Pinellas County jobs that are created as a result of the project. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The number of temporary construction-related jobs that would be created in Pinellas County during the build-out of the site for each year of development.
    • High Wages & Benefits (100 pts)
      1. The anticipated average wage of new jobs created as a result of the project (total wages of new workers, not including benefits, divided by the total number of new jobs) by type of job. Preference will be given to proposals with higher values of future economic impact based on the level of wages. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The average wage of temporary construction-related jobs that would be created in Pinellas County as a result of the project (wages of workers, not including benefits, divided by the total number of jobs). Higher wages levels will be given preference.
      3. The benefits package that will likely be offered to employees (insurance, pensions, etc.) by type of job.
    • Expense Reduction (100 pts)
      1. Preference will be given to proposals that reduce or eliminate County expenses as a result of the project.
      2. Preference will be given to proposals that require lower public investment to complete the project. Sufficient information must be provided to clearly identify the public investments required to complete the project.
      3. What other incentives are you seeking from the County in order to propose or complete your project?
    • Other Benefits to the County or Its Citizens (100 pts)
      1. The highest number and type of jobs that might be provided to workers in socio-economically distressed areas such as Enterprise Zones, Historically Underutilized Business (HUB) zones and the like.
      2. Preference will be given to projects that include unique proposals that would enhance the County’s ability to create/retain jobs or would otherwise contribute to an improved local economy (e.g., Research & Development (R&D) facilities, business incubators, Small Business Development Centers).
      3. Preference will be given to projects of unusual quality or stature that would serve as a catalyst to further job creation.
      4. Preference will be given to projects that have high levels of community accessibility especially to recreation and open spaces.
      5. Preference will be given to proposals that include projects that have higher positive impacts to the County’s tourism industry.
      6. If residential uses are included as part of the project, preference will be given to proposals that advance the community housing goals of Pinellas County.
      7. Preference will be given to proposals that include greater amounts of purchases made from other Pinellas County businesses, especially Small Business Enterprises, both during construction and ongoing operations. Preference will be given to firms that make major purchases of raw materials, components, and professional and business services from local suppliers, especially Small Business Enterprises, thereby keeping more money in the local economy.
      8. Preference will be given to projects that advance the redevelopment goals of Pinellas County, especially those identified in Pinellas by Design, an Economic Development and Redevelopment Plan for the Pinellas Community. This would include such planning practices as transit-oriented development, sustainability, low impact development and livable communities.
      9. Any other positive, unique social or civic benefits that would result from the project.
    • Ability of Applicant to Complete Proposed Project (100 pts)
      1. Sufficient information is required to support the company’s ability and financial capacity to attain the development project(s), job creation and capital investment goals described in the proposal. Additional preference will be given to proposals demonstrating the highest capacity.
      2. Sufficient information is required to support the company’s ability to successfully develop environmentally challenged sites. Additional preference will be given to proposals demonstrating the highest ability.
      3. Sufficient information to support the company’s experience with developing closed landfills and the methods proposed to manage the existing closure permit and ongoing maintenance issues related to the landfill.
    • Ability of Firm and its Professional Personnel. Willingness and Ability to Meet Schedule and Budget Based on Current and Projected Workload (425 pts)
      1. Reviews the level of qualifications and experience of the firm and project team and appropriateness of the organization of the project team.
      2. Reviews the professional resources available to properly provide services as requested in the RFP document.
      3. Reviews the project team to ensure the team proposed contains all of the critical disciplines required.
      4. Prime team proposed should have exceptional professional resources to properly provide services.
      5. The project manager and proposed team should be uniquely qualified to provide the desired services.
      6. Evaluates the workload commitments that will impact the firm’s ability to complete services on schedule.
      7. The submittal should demonstrate that the firm has adequate time available and personnel to compete services on schedule and additional backup staffing capability in the event of unforeseen circumstances.
    • Firm Experience with Projects of Similar Size and Past Performance (375 pts)
      1. Reviews the firms experience with projects of similar size, type and scope and the performance on those specific projects.
      2. The prime firm must have adequate, recent (within the past five years) experience with projects of similar type as defined in the RFP document.
      3. Experience pertaining to specific Pinellas County projects may also be considered. Pinellas County staff shall not however furnish references for such projects.
      4. The scope of services provided should represent projects that are similar to those defined in the RFP document.
      5. The overall performance of the firm relative to projects of similar size and scope should be evaluated.
    • Volume of Work Previously Awarded by the County (50 pts)

      Pre-populated by the Purchasing, the purpose of this criterion is to affect an equitable distribution of contracts. This criterion is evaluated based on CCNA Continuing contract value encumbered (Purchase Orders issued) to a firm during the (2) previous completed fiscal years through current to date. The points are worth 5 percent of the overall points available and are distributed as follows:

      $0 - $200,000 – 5% of points available

      $200,001 - $400,000 – 4% of points available

      $400,001 – $600,000 – 3% of points available

      $600,001- $800,000 – 2% of points available

      $800,001 - $1,000,000 – 1% of points available

      Over $1,000,000 – 0% of points available

      Based on a typical 1,000-point evaluation scoring process, a firm deemed to be in the $0-$200,000 category threshold would be allotted 50 points etc.

    • Minority Business Status (25 pts)

      Provides points pre-populated by the Purchasing Department for minority business status as designated by the Florida State Office of Supplier Diversity, Department of Management Services. If the firm, or its sub-contractors, is designated as a minority business by the Florida State Office of Supplier Diversity, Department of Management Services, 2.5% of the total evaluation points are awarded. If the firm does not have minority business status as per the Florida State Office of Supplier Diversity, Department of Management Services, 0% of the points available are awarded.25

    • Pinellas County Small Business Enterprise (SBE) Status (100 pts)
      1. Provides points pre-populated by the Purchasing Department for SBE status as designated by Pinellas County. To qualify, a firm or its sub consultants must be located in one of 4 counties (Pinellas / Hillsborough / Pasco / Manatee) and have annual sales of goods/services not exceeding the maximum 3 year average of 3 million dollars or gross revenues not exceeding 8 million dollars for construction and not exceed a maximum 3 year average of 50 employees.
      2. Prime firm or sub-consultant must directly associate Small Business Enterprise (SBE) and be an integral part as defined by CCNA Florida Statute Section 287.055 and cannot consist of vendors or suppliers from office supply, printing services, etc.
      3. If the prime firm is certified as a Pinellas County SBE, 100 points will be awarded. If the prime firm is not a certified Pinellas County SBE and utilizes 1 certified Pinellas County SBE as sub-consultant, 50 points will be awarded. If the prime firm utilizes more than 1 certified Pinellas County SBE as sub-consultant, 75 points will be awarded. Failure to utilize certified sub-consultants, as presented in your submittal and evaluated accordingly may affect future awards to your company. A prime firm or sub-consultant must be certified through Pinellas County Economic Development as an SBE prior to submission of your proposal document. If the firm nor any of its sub-consultants are not certified as Pinellas County SBE, 0% of the points available will be awarded.
      4. Proposer must provide complete SBE Status Form (Attachment A).
    • Location (25 pts)
    • Qualifications (300 pts)

      A statement describing the Proposer’s qualifications and experience in providing the same or similar services as outlined in the RFP Scope of Work. This description should include the names of the person(s) who will provide the services, including any subcontractors, their qualifications, and the years of experience in performing this type of work/services.

    • Approach (300 pts)

      A separate written narrative describing the methods and/or manner in which the Proposer proposes to satisfy the requirements of the Scope of Work.

    • Statement of Work (250 pts)

      A proposed Statement of Work that enumerates and defines the work/services that Proposer will provide to the County to complete the Scope of Work in this RFP, including each task, deliverable, and/or goods or products comprising the services Proposer will provide, as well as a proposed completion schedule for each task or deliverable, if applicable. The Proposer’s Statement of Work shall be in a form that can be incorporated into the Services Agreement at the County’s option.

    • Compensation (100 pts)

      The proposed compensation to be paid by the County for the services identified in the Statement of Work, including the methodology for determining the compensation. Unless the method of compensating Proposer for the services is otherwise specified in Section B, paragraph 5, Proposer shall specify whether the proposed compensation is based on: (i) a lump sum not-to-exceed amount; (ii) time and materials with a not-to-exceed amount;(iii) milestone payments upon completion of identified tasks or deliverables; (iv) percentage of completion of the services; or (v) any other proposed method of compensation.

    • No Exceptions to RFP (50 pts)

      Proposer is advised that exceptions to any terms and conditions contained in this RFP or the Services Agreement must be stated with specificity in its response to the RFP. The points available under this criterion will be deducted if the Proposer takes exception to any language to this RFP package. Failure to provide exceptions with the submittal shall result in the mandatory acceptance of the agreement as submitted herein by default. Exceptions must be submitted on a separate sheet titled: exceptions.

    • Highest Net Sale Proceeds and/or Income Generated by the Transaction (100 pts)
    • Highest and Best Intended Use(s) of the Property (100 pts)
      1. Preference will be given to proposals that facilitate the types of uses that appear on the targeted industry list as determined by Enterprise Florida. These employment industries have been selected based on their ability to bring additional money into the local economy.\
      2. Preference will be given to proposals that include recreational uses and open space, especially those that address needs identified in the Pinellas County Recreation, Open Space and Culture System Master Plan that are appropriate for this location.
      3. County properties are intended for immediate reuse and not for purchase as investments.
    • Highest Value of Future Tax Payments (100 pts)
      1. The anticipated amount and type (class A office space, production space, residential or hotel units, recreational uses etc.) of major capital investment to be made within 5 years in connection with the project, and the year that each investment will be completed. Preference will be given to proposals with higher values of future tax payments.
      2. Any anticipated capital investment in real and personal property beyond the next five (5) years.
      3. Any anticipated tax revenues generated by new business operations on the property.
    • Highest Number of Jobs Created (100 pts)
      1. Preference will be given to proposals with higher total numbers of permanent net new high-wage Pinellas County jobs that are created as a result of the project. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The number of temporary construction-related jobs that would be created in Pinellas County during the build-out of the site for each year of development.
    • High Wages & Benefits (100 pts)
      1. The anticipated average wage of new jobs created as a result of the project (total wages of new workers, not including benefits, divided by the total number of new jobs) by type of job. Preference will be given to proposals with higher values of future economic impact based on the level of wages. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The average wage of temporary construction-related jobs that would be created in Pinellas County as a result of the project (wages of workers, not including benefits, divided by the total number of jobs). Higher wages levels will be given preference.
      3. The benefits package that will likely be offered to employees (insurance, pensions, etc.) by type of job.
    • Expense Reduction (100 pts)
      1. Preference will be given to proposals that reduce or eliminate County expenses as a result of the project.
      2. Preference will be given to proposals that require lower public investment to complete the project. Sufficient information must be provided to clearly identify the public investments required to complete the project.
      3. What other incentives are you seeking from the County in order to propose or complete your project?
    • Other Benefits to the County or Its Citizens (100 pts)
      1. The highest number and type of jobs that might be provided to workers in socio-economically distressed areas such as Enterprise Zones, Historically Underutilized Business (HUB) zones and the like.
      2. Preference will be given to projects that include unique proposals that would enhance the County’s ability to create/retain jobs or would otherwise contribute to an improved local economy (e.g., Research & Development (R&D) facilities, business incubators, Small Business Development Centers).
      3. Preference will be given to projects of unusual quality or stature that would serve as a catalyst to further job creation.
      4. Preference will be given to projects that have high levels of community accessibility especially to recreation and open spaces.
      5. Preference will be given to proposals that include projects that have higher positive impacts to the County’s tourism industry.
      6. If residential uses are included as part of the project, preference will be given to proposals that advance the community housing goals of Pinellas County.
      7. Preference will be given to proposals that include greater amounts of purchases made from other Pinellas County businesses, especially Small Business Enterprises, both during construction and ongoing operations. Preference will be given to firms that make major purchases of raw materials, components, and professional and business services from local suppliers, especially Small Business Enterprises, thereby keeping more money in the local economy.
      8. Preference will be given to projects that advance the redevelopment goals of Pinellas County, especially those identified in Pinellas by Design, an Economic Development and Redevelopment Plan for the Pinellas Community. This would include such planning practices as transit-oriented development, sustainability, low impact development and livable communities.
      9. Any other positive, unique social or civic benefits that would result from the project.
    • Ability of Applicant to Complete Proposed Project (100 pts)
      1. Sufficient information is required to support the company’s ability and financial capacity to attain the development project(s), job creation and capital investment goals described in the proposal. Additional preference will be given to proposals demonstrating the highest capacity.
      2. Sufficient information is required to support the company’s ability to successfully develop environmentally challenged sites. Additional preference will be given to proposals demonstrating the highest ability.
      3. Sufficient information to support the company’s experience with developing closed landfills and the methods proposed to manage the existing closure permit and ongoing maintenance issues related to the landfill.
    • Ability of Firm and its Professional Personnel. Willingness and Ability to Meet Schedule and Budget Based on Current and Projected Workload (425 pts)
      1. Reviews the level of qualifications and experience of the firm and project team and appropriateness of the organization of the project team.
      2. Reviews the professional resources available to properly provide services as requested in the RFP document.
      3. Reviews the project team to ensure the team proposed contains all of the critical disciplines required.
      4. Prime team proposed should have exceptional professional resources to properly provide services.
      5. The project manager and proposed team should be uniquely qualified to provide the desired services.
      6. Evaluates the workload commitments that will impact the firm’s ability to complete services on schedule.
      7. The submittal should demonstrate that the firm has adequate time available and personnel to compete services on schedule and additional backup staffing capability in the event of unforeseen circumstances.
    • Firm Experience with Projects of Similar Size and Past Performance (375 pts)
      1. Reviews the firms experience with projects of similar size, type and scope and the performance on those specific projects.
      2. The prime firm must have adequate, recent (within the past five years) experience with projects of similar type as defined in the RFP document.
      3. Experience pertaining to specific Pinellas County projects may also be considered. Pinellas County staff shall not however furnish references for such projects.
      4. The scope of services provided should represent projects that are similar to those defined in the RFP document.
      5. The overall performance of the firm relative to projects of similar size and scope should be evaluated.
    • Volume of Work Previously Awarded by the County (50 pts)

      Pre-populated by the Purchasing, the purpose of this criterion is to affect an equitable distribution of contracts. This criterion is evaluated based on CCNA Continuing contract value encumbered (Purchase Orders issued) to a firm during the (2) previous completed fiscal years through current to date. The points are worth 5 percent of the overall points available and are distributed as follows:

      $0 - $200,000 – 5% of points available

      $200,001 - $400,000 – 4% of points available

      $400,001 – $600,000 – 3% of points available

      $600,001- $800,000 – 2% of points available

      $800,001 - $1,000,000 – 1% of points available

      Over $1,000,000 – 0% of points available

      Based on a typical 1,000-point evaluation scoring process, a firm deemed to be in the $0-$200,000 category threshold would be allotted 50 points etc.

    • Minority Business Status (25 pts)

      Provides points pre-populated by the Purchasing Department for minority business status as designated by the Florida State Office of Supplier Diversity, Department of Management Services. If the firm, or its sub-contractors, is designated as a minority business by the Florida State Office of Supplier Diversity, Department of Management Services, 2.5% of the total evaluation points are awarded. If the firm does not have minority business status as per the Florida State Office of Supplier Diversity, Department of Management Services, 0% of the points available are awarded.25

    • Pinellas County Small Business Enterprise (SBE) Status (100 pts)
      1. Provides points pre-populated by the Purchasing Department for SBE status as designated by Pinellas County. To qualify, a firm or its sub consultants must be located in one of 4 counties (Pinellas / Hillsborough / Pasco / Manatee) and have annual sales of goods/services not exceeding the maximum 3 year average of 3 million dollars or gross revenues not exceeding 8 million dollars for construction and not exceed a maximum 3 year average of 50 employees.
      2. Prime firm or sub-consultant must directly associate Small Business Enterprise (SBE) and be an integral part as defined by CCNA Florida Statute Section 287.055 and cannot consist of vendors or suppliers from office supply, printing services, etc.
      3. If the prime firm is certified as a Pinellas County SBE, 100 points will be awarded. If the prime firm is not a certified Pinellas County SBE and utilizes 1 certified Pinellas County SBE as sub-consultant, 50 points will be awarded. If the prime firm utilizes more than 1 certified Pinellas County SBE as sub-consultant, 75 points will be awarded. Failure to utilize certified sub-consultants, as presented in your submittal and evaluated accordingly may affect future awards to your company. A prime firm or sub-consultant must be certified through Pinellas County Economic Development as an SBE prior to submission of your proposal document. If the firm nor any of its sub-consultants are not certified as Pinellas County SBE, 0% of the points available will be awarded.
      4. Proposer must provide complete SBE Status Form (Attachment A).
    • Location (25 pts)

    Submission Requirements

    • VENDOR QUESTIONNAIRE

      Respondents are expected to organize their submittals in such a manner as to facilitate the evaluation process. Submittals should be keyed or indexed to correspond with this solicitation. Responses should be correlated to the specific submittal, criterion, section or paragraph number of the solicitation being addressed.

      Evaluators will make a reasonable effort to locate information in the responses; however failure to follow this suggested format may make location of critical submittal information difficult, possibly resulting in a loss of appropriate credit.

      Additional documentation may be requested by the County to ensure contract compliance.

    • CONTRACTOR ACCEPTANCE FORM (required)

      Download the below documents, complete, and upload.

    • PRICING PROPOSAL AND VENDOR REGISTRATION (required)

      See Attachment F - Pricing Proposal. Pricing must be submitted on Attachment F - Pricing Proposal.

      An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 www.flsenate.gov/Laws/Statutes/2011/607.1501.

      A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit dos.myflorida.com/sunbiz/ for this information on how to become registered.

    • SUBMITTAL DOCUMENTS (required)

      Upload all other documents relating to this solicitation.

    • RFN - PROPOSAL FORM (required)

      Download the below documents, complete, and upload.

    • Solicitation Type (required)
    • Description of property (required)

      Provide description. If real property, include parcel number, size, zoning, land use, location, utilities, and any additional land use information.

      Example:

      Parcel Number: 33/29/16/70380/400/0201

      Size: 9.527 Acres (M.O.L.) (414,996 square feet)

      1.157 Acres (Jurisdictional Offset Area)

      8.37 Acres Usable (364,597 square feet)

      (includes four man-made retention ponds containing 1.18 acres)

      Zoning: Industrial (M-2)

      Land Use: Industrial Limited

      Location: 900 front feet east of Bayside Bridge, north of Roosevelt Boulevard and west of Airport.

      Utilities: Pinellas County Water & City of Largo Sewer at site.

      Additional Land Use Information: The Airport Master Plan has identified this property for future non-aeronautical development.

    • Minimum Bid (required)

      Provide the minimum bid amount in dollars.

    • Removal of surplus

      If there is surplus to be removed, provide description of surplus.

    • Contract Deadline (required)

      Successful bidder will be required to execute the Contract substantially similar in form to the one attached hereto within ___ days of the notification of the award.

    • Security Forfeiture (required)

      If within _____ days after notification by Pinellas County of the award, the successful Bidder refuses or otherwise neglects to execute the required written Contract and/or fails to furnish or satisfy any other conditions or requirements of this Bid, the Bidder’s Deposit shall be forfeited and the same shall be retained by Pinellas County. No plea of mistake in the bid or misunderstanding of the conditions of forfeiture shall be available to the Bidder for the recovery of his/her/its bid security or as a defense to any action based upon the neglect or refusal to execute a written contract.

    • Recent Appraisal Values
    • Evaluation Criteria Type (required)

      Which set of evaluation criteria will be included? If Selecting CCNA, do not alter the evaluation criteria.

    • PRICING/PERIOD OF CONTRACT (required)

      Is this a one time or term contract?

    • TERM (required)

      Enter the initial term of the contract, without including any extensions, in months or days.

      Ex: 60 months

    • CPI STD Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable (decrease/increase) at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90-120 day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation CPI STD Term (required)

      with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • CPI STD Frequency: One Time or Annually (required)

      after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI)

    • NTE percentage CPI STD Term (required)

      in an amount not to exceed the average of the Consumer Price Index (CPI) or ___ whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: 5%

    • CPI Special Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for (Custom index), Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90 -120-day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90 - 120-day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation CPI SP Term (required)

      ... with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • CPI Special Frequency: One Time or Annually (required)

      after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI)

    • NTE percentage CPI SP Term (required)

      in an amount not to exceed the average of the Consumer Price Index (CPI) or ___ , whichever is less ...

      Example: 5%

    • Custom index CPI SP Term (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: CURR0100AA2

    • PPI Special Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Producer Price Index (PPI) or (NTE percentage), whichever is less, for (Custom index) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90-120 day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation PPI SP Term (required)

      ... with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • PPI Special Frequency: One Time or Annually (required)
    • NTE percentage PPI SP Term (required)

      in an amount not to exceed the average of the Producer Price Index (PPI) or ___, whichever is less, for ...

      Example: 5%

    • Custom index PPI SP Term (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: PCU3259--3259- Other chemical product & preparation mfg

    • TERM EXTENSION(S) OF CONTRACT (required)

      Does this contract have term extensions?

    • No Term Extensions (required)
    • No CPI

      The contract may be extended subject to written notice of agreement from the County and successful bidder, for (Number of Extensions) additional (Term of Extensions) period(s) beyond the primary contract period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing.

    • Number of Extensions No CPI (required)

      The contract may be extended subject to written notice of agreement from the County and successful bidder, for ______________ additional

      Example: 2

    • Term of Extensions No CPI (required)

      additional ___________ period(s) beyond the primary contract period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing.

      Example: 12 month

    • CPI Standard

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of Extensions) additional for (Extension Length) period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior to extension. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions CPI STD Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional

      Example: 2

    • Length of extension CPI STD Ext (required)

      ______ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ...

      Example: 12 month

    • NTE percentage CPI STD Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ___, whichever is less,

      Example: 5%

    • CPI Special

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of extensions) additional (Extension length) period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, (Custom Index CPI) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions CPI SP Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional...

      Example: 2

    • Extension length CPI SP Ext (required)

      ___ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ...

      Example: 12 month

    • NTE percentage CPI SP Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ___, whichever is less ...

      Example: 5%

    • Custom Index CPI SP Ext (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: CURR0100AA2...

    • PPI Special

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of extensions) additional (Extension length)period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or (NTE percentage), whichever is less, (Custom Index PPI) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions PPI SP Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional...

      Example: 2

    • Extension length PPI SP Ext (required)

      ___ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or ...

      Example: 12 month

    • NTE percentage PPI SP Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or ___, whichever is less ...

      Example: 5%

    • Custom Index PPI SP Ext (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: PCU3259--3259- Other chemical product & preparation mfg

    • Solicitation Meetings (required)

      Select the meetings, if any, which will be organized during this solicitation.

    • Site Visit Location (required)

      Provide the street address (ex 400 South Fort Harrison Ave, Clearwater FL, 33756)

    • Site Visit Date (required)

      Format: Day of week, Month day, year (ex. Wednesday, February 15, 2023)

    • Site Visit Time (required)

      ex. 1:00 pm

    • Performance Security (required)

      Performance Security in the amount of <___> or <__> prior to execution of the contract

      Example: $500 or 5% - include dollar value or percent one or the other.

      or

      Not Applicable

    • Performance Security (N/A) (required)
    • $________ or _________% (required)

      Example: $500 or 5% - include dollar value or percent one or the other.

    • PRE-COMMENCEMENT MEETING (required)

      OPTION 1: NO PRE-COMMENCEMENT MEETING = NOT APPLICABLE

      OPTION 2: COUNTY REPRESENTATIVE = Upon award of bid, the County will coordinate a pre-commencement meeting with the successful Contractor. The meeting will require Contractor and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood.

      OPTION 3: FACILITY REPRESENTATIVE = A Pre-Commencement meeting will be held after the award of the contract and before the contract has started. Facility Representatives from all departments will be present to discuss their locations and any special instructions that may need to take place.

       

    • NO PRE-COMMENCMENT MEETING (required)
    • Does the contract resulting from this project require an agreement? (required)
    • Affidavit Acknowledgment
    • Common Carrier Attestation (required)

      Common Carrier Attestation used when there is a contract between a governmental entity and a common carrier or contracted carrier which is executed, amended, or renewed on or after October 1, 2022, including a grant agreement or economic incentive program payment agreement.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    • Foreign Countries of Concern (required)

      Foreign Countries of Concern Affidavit used when an entity has access to an individual’s personal identifying information and Beginning July 1, 2025, if a governmental entity intends to extend or renew a contract with an entity, and beginning January 1, 2024, if a governmental entity intends to accept a bid on, a proposal for, or a reply to, or enter into, a contract.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    • Human Trafficking Affidavit (required)

      Human Trafficking Affidavit used when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    Questions & Answers

    Q (Contract): Can you please supply the current contract including pricing for the existing contract

    A: This is a new project for Pinellas County. There is no current contractor information associated with this project.


    Q (No subject): do you have to be licensed and/or certified for asbestos removal to bid on contract?

    A: No, this is not a requirement for this contract.


    Q (No subject): What was the specific reason for the rejection of the prior bid

    A: No submissions on the previous solicitation met contract requirements or specifications. This is the reason for this Re-bid.


    Q (No subject): Why is the county re-bidding this?

    A: No submissions on the previous solicitation met contract requirements or specifications. This is the reason for this Re-bid.


    Q ( Incumbent): Has there been any changes to the scope from the last? Is this solicitation the same length of time?

    A: The scope for this advertisement is specific to this solicitation and was developed for this project. The length of time is the same as the prior solicitation, initial two years (24 months), and two, 24-month potential extensions for a total of six years (72 months).


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

    A: The budget of $1,080,000.00 is for the initial two-years and the potential two, 24-month extensions, for a total of six years (72 months). This amounts to $180,000.00 as a projected annual budget.


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

    A: The projected award and start dates are undetermined. Estimated times will be as soon as possible after submission deadline (April 14th, 2026) with the qualified, approved and awarded vendor notification. This does not indicate a specific time frame for award or start date.


    Q (No subject): Can bidders submit proposals for individual zones or it is required to bid on all zones ?

    A: Per the Project Manager, all proposals must be inclusive for all zones - All zones must be included in submitted proposals.


    Q (Qualified contractor ): The specification states that the contractor must have three years verifiable experience as a landscaping company as this is a trash and litter removal contract can a contractor who performs janitorial/litter pick up qualify as a contractor? Meaning, we are a janitorial company and we specialize in litter and trash removal.

    A: The specification requiring experience with landscaping is part of the requirements developed for this project. This is a component of the specs formulated by the department and as such would need to be part of the qualifications. The specifications will be followed to determine the submission the best fulfills the requirements.


    Q (Unspecified services): If there is illegal dumping or homeless camps on the medians/right of ways/parcels to be taken care of, is the contractor responsible for removing them under this contract? Or does that fall under unspecified services?

    A: Per the Department, illegal dumping or homeless camps would fall under unspecified services.


    Q (Vegetation): Is contractor responsible for trimming any tree branches that may be encroaching on a walking path or bushes that may be impeding sight?

    A: Contractors would not be required to trim for line of sight, but a "per quoted event" request can be made by the Project Manager.


    Key dates

    1. March 27, 2026Published
    2. April 14, 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.