Active SLED Opportunity · FLORIDA · CITY OF PETERSBURG

    Machine Shop Services

    Issued by City of Petersburg
    cityIFBCity of PetersburgSol. 251622
    Open · 26d remaining
    DAYS TO CLOSE
    26
    due May 19, 2026
    PUBLISHED
    Apr 15, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    332710
    AI-classified industry

    AI Summary

    The City of St. Petersburg invites bids for machine shop services to support Water Resources, Sanitation, and Fleet Management departments. Services include metal fabrication, equipment repair, and welding. The contract term is three years with renewal options. Vendors must comply with background checks and provide pickup/delivery services.

    Opportunity details

    Solicitation No.
    251622
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 15, 2026
    Due Date
    May 19, 2026
    NAICS Code
    332710AI guide
    Jurisdiction
    City of Petersburg
    State
    Florida
    Agency
    City of Petersburg

    Description

    The City of St. Petersburg is seeking bids from qualified vendors to provide machine shop services at City and Vendor facilities, as required by the Scope of Work, on an as-needed basis, to support the City’s operations, primarily for the Water Resources department, including water, water treatment, and lift station facilities, as well as City Sanitation and Fleet Management Departments.

    The Vendor shall perform work including, but not limited to: refurbishing filter tanks; fabricating aluminum back plates and stainless steel cap covers; repairing stainless steel mixers; fabricating and installing powder-coated guardrails; duplicating and fabricating parts; and fabricating and installing equipment enclosures.

    Project Details

    • Reference ID: IFB- 26 - 215
    • Department: Water Resources
    • Department Head: Director (Director)

    Important Dates

    • Questions Due: 2026-04-30T21:00:00.000Z
    • Answers Posted By: 2026-05-05T21:00:00.000Z

    Evaluation Criteria

    • Level 2- Parks and Recreation

      The Vendor shall conduct a security background investigation that meets the standards set forth in Florida Statute Section 435.04 (“Level 2 Background Screening”) for each employee and subconsultant/subcontractor employee performing Work at the work site in accordance with the screening requirements set forth in Florida Statute Section 402.302 and Florida Administrative Code Chapters 65C-20, 65C-22 and 65C-25.

      Prior to allowing an employee or subconsultant/subcontractor employee to perform Work at the work site, the Vendor shall submit to the City's Project Manager an affidavit certifying that each such employee possesses, and shall continue to possess for the duration of the Project, a valid letter determining that a Level 2 Background Screening was performed and did not identify criminal convictions or other criminal history factors that would disqualify that employee from accessing the work site (“Clearance Letter”). In the event Vendor becomes aware that any employee or subconsultant/subcontractor employee has been arrested or convicted for a disqualifying offense, Vendor shall immediately remove that employee from the work site.

      An updated list of all employees or subconsultant/subcontractor employees with access to the work site shall accompany the affidavit and be provided to the City's Project Manager along with the cell phone number of the Vendor's representative responsible for those employees. At any time, the City may request to view the Clearance Letters of any or all employees or subconsultant/subcontractor employees working at the work site. The requested information shall be made available for viewing as soon as possible, but no later than twenty-four (24) hours after the request. If the Vendor fails to provide the requested documentation, the employee(s) in question will not be allowed to continue work until the appropriate documentation has been received.  The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to a employee or subconsultant/subcontractor employee's inability to perform Work due to a Clearance Letter being unavailable for inspection. The failure of the Vendor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms and conditions of the Contract Documents and shall provide a basis for termination of the Contract.

    • Scope of Services

      The City of St. Petersburg is accepting bids for Machine Shop Services. The City will award a contract to a primary and a secondary vendor based on the primary vendor’s demonstrated ability to perform the Work. Task Orders may be issued to the secondary vendor in the event the primary vendor cannot provide sufficient capacity or is otherwise unable to complete the Work within the required timeframe. 

    • Small Business Enterprise Program

      The City has set a Small Business Enterprises (SBEs) goal of %on this project in accordance with the City Code. The applicable code provisions can be found here: City of St. Petersburg Small Business Enterprise Assistance Program

      Proposers must submit all required Business Enterprise documentation with their response. To demonstrate compliance with the established SBE goal, Proposers shall submit Form A – Letter of Intent for each proposed certified subcontractor. If not meeting the SBE goal, Proposers must submit Form B – SBE Non-Use Form in accordance with the City Code (Sec. 2-284).

      All Proposers must also submit a completed Subcontractor Summary Spreadsheet identifying ALL subcontractors, including business enterprise certification status (if applicable), scope of work, and subcontract amount. Failure to provide the required documentation may result in a determination of non-responsiveness.

    • PREPARATION OF SUBMITTAL

       Submittal will be prepared in accordance with the following:

      1. Submittals must be uploaded on forms furnished, utilizing the OpenGov Procurement website. Failure to comply could result in the submission being rejected. 
      2. If price is a factor, unit prices must be shown and where there is an error in extension of price, the unit price will govern.
      3. Alternate submittals will not be considered unless authorized by the solicitation.
      4. Proposed delivery time must be shown and any date calculations must include weekends and holidays. 
      5. Vendor is advised that exceptions to any agreement terms contained or referenced in this solicitation must be stated with specificity in its response to the solicitation. Vendor is deemed to have accepted and to be bound by the solicitation and referenced agreement terms that vendor does not take exception to its response. The City reserves the right to modify or add terms and conditions based upon exceptions stated by the Vendor, or to declare any terms and conditions non-negotiable, as determined by the City in its sole discretion. 
      6. Vendors will thoroughly review the drawings, specifications, schedule, instructions and/or all other solicitation documents. 
      7. Vendors will make all investigations necessary to thoroughly inform themselves regarding facilities for delivery of material and equipment as required by the solicitation. Plea of ignorance by the Vendor of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the Vendor to make necessary examinations and investigations, or failure to fulfill in every detail the requirements of the solicitation documents, will not be accepted as a basis for varying the requirements of the City or the compensation to the Vendor. 
      8. Vendors are advised that all City solicitations are subject to all legal requirements provided for in the Procurement Code and/or State and Federal Statutes. 
    • SOLICITATION REVIEW

      Vendors are required to carefully review this solicitation for defects and questionable or objectionable material. Comments concerning defects and questionable or objectionable material must be made in writing to the Procurement Analyst of record for this solicitation and received by the City at least 10 days before the solicitation submission deadline. This will allow issuance of any necessary addendum. A protest based on omission or error, or on the content of the solicitation, will be disallowed if these faults have not been brought to the attention of the City, in writing, at least 10 days before the time set for submission deadline. 

    • Minority Owned Business Enterprise Program

      The City has set a Minority Owned Business Enterprise (MBE) goal of %  for this project in accordance with the City Code. The applicable code provisions can be found here:Minority Business Enterprise Program

      Proposers must submit all required Business Enterprise documentation with their response. To demonstrate compliance with the established MBE goal, Proposers shall submit Form A – Letter of Intent for each proposed certified subcontractor. If not meeting the MBE goal, Proposers must submit Form B – MBE Non-Use Form in accordance with the City Code (Sec. 2-284).

      All Proposers must also submit a completed Subcontractor Summary Spreadsheet identifying ALL subcontractors, including business enterprise certification status (if applicable), scope of work, and subcontract amount. Failure to provide the required documentation may result in a determination of non-responsiveness.

    • Term

      The initial term of the agreement will commence upon contract execution and will continue for a period of three (3) years. The City reserves the right to renew this agreement under the same terms and conditions for two (2) one (1) year periods at the end of the initial term, provided such renewal is mutually agreed upon by the parties in writing.

    • Port- A Federal Transportation Worker Identification Card (TWIC)is required to access port facilities.

      Any Vendor or subconsultant/subcontractor employee performing Work at the Work site shall (i) comply with the Maritime Transportation Security Act of 2002, 46 U.S.C. § 70101, et seq. (including any amendments thereto and any regulations or rules promulgated thereunder), (ii) comply with Florida Statute § 311.12, and (iii) possess a valid federal Transportation Worker Identification Credential (TWIC).  The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to an employee or subconsultant/subcontractor employee’s inability to obtain a TWIC. 

    • Preferred Qualifications

      Vendor shall:

      1. Have a minimum of five (5) years experience in providing mashine shop services.
      2. Have the ability to obtain the minimum insurance requirements set forth in the agreement.
      3. Be free from legal and regulatory matters that might prevent the Vendor from fulfilling the obligations of the agreement. 
      4. Vendor staff should demonstrate qualifications relevant to machine shop services, such as: 
        1. Experience with municipal or industrial equipment repair
        2. Capability for precision machining, fabrication, and repair
        3. Welding qualifications (AWS certified)
        4. Ability to perform dynamic balancing, shaft repair, and similar services. 
    • SUBMITTAL METHOD AND FORMAT

      A. Submittals must be uploaded utilizing the OpenGov Procurement website. Submittals sent via email or delivered in-person will not be considered. 

      B. The preferred format for submittals is PDF conversion from your source file. 

      C. Submittals must follow the page maximum stated in the solicitation requirements. Failure to comply could result in the submittal being rejected. 

       

       

    • Women Owned Business Enterprise Program

      The City has set a Women Owned Business Enterprise (WBE) goal of % for this project in accordance with the City Code. The applicable code provisions can be found here: Women Business Enterprise Program

      Proposers must submit all required Business Enterprise documentation with their response. To demonstrate compliance with the established WBE goal, Proposers shall submit Form A – Letter of Intent for each proposed certified subcontractor. If not meeting the WBE goal, Proposers must submit Form B – WBE Non-Use Form in accordance with the City Code (Sec. 2-284).

      All Proposers must also submit a completed Subcontractor Summary Spreadsheet identifying ALL subcontractors, including business enterprise certification status (if applicable), scope of work, and subcontract amount. Failure to provide the required documentation may result in a determination of non-responsiveness.

    • Water Resources Department- Criminal background checks in accordance with state statute are required for persons having regular access to the Water Department's buildings, facilities and structures.

      The Vendor shall conduct a criminal history check (“Background Check”) for each employee, subconsultant/subcontractor employee that will have regular access to the work site in accordance with the background check requirements set forth in Florida Statute Section 373.6055. 

      Prior to allowing an employee or subconsultant/subcontractor employee regular access to the work site, the Vendor shall submit to the City's Project Manager an affidavit certifying that each such employee is qualified to regularly access the work site in accordance with Florida Statute Sections 373.6055(2), (3)(b) and (3)(c). If any employee or subconsultant/subcontractor employee’s Background Check identifies criminal convictions or other criminal history factors that disqualify that employee from regular access to the work site, Vendor shall not allow that employee to have regular access to the work site, and an appeal process is not available. In the event Vendor becomes aware that any employee or subconsultant/subcontractor employee has been arrested or convicted for disqualifying offense, Vendor shall immediately remove that employee from the work site.

      An updated list of all employees or subconsultant/subcontractor employees with regular access to the work site shall accompany the affidavit and be provided to the City's Project Manager along with the cell phone number of the Vendor's representative responsible for those employees.  At any time, the City may request to view the Background Checks of Vendor's employees or subconsultant/subcontractor employees working at the work site.  Vendor shall make the Background Checks available for viewing as soon as possible, but no later than twenty-four (24) hours after the request. If the Vendor fails to provide the requested documentation, the employee(s) in question will not be allowed to continue work until the appropriate documentation has been received. The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to an employee’s inability to perform Work due to a Background Check being unavailable for inspection. The failure of the Vendor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms and conditions of the Contract Documents and shall provide a basis for termination of the Contract.

    • Small Business Enterprise Program

      The City has designated this solicitation as a Sheltered project for participation by Small Business Enterprises (SBEs) only in accordance with the City Code. The applicable code provisions can be found here: City of St. Petersburg Small Business Enterprise Assistance Program

    • General Requirements

      The Vendor shall provide all labor, materials, tools, equipment, documentation, travel, and replacement parts necessary to perform the services set forth in the scope.

      Vendor Shall:

      1. Vendor shall own or have immediate access to the equipment required to provide services. 
      2. Vendor shall maintain the capacity and have access to all equipment necessary to perform shop work at its own facility(ies), including, but not limited to, rigging/overhead cranes, drill presses, horizontal and vertical boring machines, lathes, brakes, punching machines, shears, bending machines, and welding equipment. 
      3. Vendor shall maintain the capacity to mobilize all necessary equipment to perform required repairs, fitting, machining, milling, burning, grinding, and dynamic balancing of materials submitted for on-site work at City facilities. 
      4. Vendor’s staff shall include, or subcontract with, experienced welders, machinists, and maintenance machinists as referenced in the preferred qualifications. 
      5. The City authorizes the use of subcontractors. All subcontractors shall be disclosed to and receive prior written approval from the City before performing any work. 
      6. Vendor shall maintain, or ensure timely access to, an adequate inventory of frequently used and expendable items to facilitate prompt repair and maintenance services.
      7. Vendor shall provide pickup and delivery services for all parts and equipment requiring service, at no additional cost to the City. Such services shall include transportation to and from all City facilities located within St. Petersburg, Florida, as well as one designated facility located in Odessa, Florida, as directed by the City. 
      8. Vendor shall affix a stainless-steel identification tag to each repaired piece of equipment, clearly displaying the Vendor’s name, the date of repair, and the associated job number. 
      9. Vendor shall provide, prior to beginning work, manufacturer’s labels and material safety data sheet (MSDS) information for all chemicals to be used in the provision of services. Manufacturer’s labels must include:

        1. Name and manufacturer of chemical

        2. Customary use

        3. Application process

        4. Possible hazards

        5. Special precautions

        6. Emergency treatment in the event chemical is used improperly.

          1. In compliance with Florida’s Occupational Health and Safety Statue (Chapter 442), MSDS information submitted must include

            1. Chemical and common names of the substance

            2. Hazards or risks in the use

            3. Proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure/overexposure to the substance

            4. Emergency procedures for spills, fire, disposal and first aid

            5. Description, in lay terms, of the known specific potential health risks posed by the substance

            6. The year and month (if available) the MSDS information was compiled and the name, address and emergency telephone number of the manufacturer responsible for preparing the information.

      10. Vendor shall provide a single point of contact to administer the agreement. Vendor is responsible for notifying the City of any changes in account manager or contact information. The Vendor shall provide written notice to the City of any forthcoming changes to the Vendor’s legal name or ownership structure. Such notice must be received by the City no fewer than thirty (30) days prior to the effective date of the change.
    • Level 2- Police Department

      The St. Petersburg Police Department (SPPD) shall conduct a Level 2 background investigation for all employees or subconsultant/subcontractor employees scheduled to work in a police facility. Should an employee or subconsultant/subcontractor employee's be unable to pass the SPPD background check process, the individual will not be granted clearance to the SPPD facilities.

      The Vendor shall not be allowed an extension of the Contract Time due to any delay in the performance of the Work attributable to an employee’s inability to perform Work due to a Background Check being unavailable for inspection.  The failure of the Vendor to submit an appropriate affidavit or the submission of an affidavit containing false information shall be considered a substantial violation of the terms and conditions of the Contract Documents and shall provide a basis for termination of the Contract.

    • SUBMITTALS FROM RELATED PARTIES OR MULTIPLE SUBMITTALS RECEIVED FROM ONE VENDOR

      Where two (2) or more related parties each upload a submittal, or multiple submittals are received from one (1) vendor, for any solicitation, such submittals will be judged non-responsive. Related parties mean vendors or the principles thereof, which have a direct or indirect ownership interest in another vendor for the same solicitation or in which a parent company or the principles thereof of one (1) contractor have a direct or indirect ownership interest in another vendor for the same solicitation. 

    • INTEGRITY OF SOLICITATION DOCUMENTS

      Vendors will use the original solicitation form(s) provided by the Procurement and Supply Management Department and enter information only in the spaces where a response is requested. Vendors may use an attachment as an addendum to the solicitation form(s) if sufficient space is not available on the original form for the vendor to enter a complete response. Any modifications or alterations to the original solicitation documents by the vendor, whether intentional or otherwise, will constitute grounds for rejection of a solicitation. Any such modifications or alterations a vendor wishes to propose must be clearly stated in the vendor's submittal response and presented in the form of an addendum to the original solicitation documents. 

    • Scope of Services

      Vendor shall have the capability to weld multiple types of metals such as aluminum, iron, steel, and stainless steel.

      Vendor’s services shall include, but are not limited to, the following:

      1. Pumps:
        1. Machining and repair of pump shafts, bearing housings, casings, volutes, wear rings, and impellers for pumps up to 40-inch suction diameter.
      2. Compressors/Blowers:
        1. Machining and repair of compressor shafts, rotating assemblies, bearing housings, casings, and wear plates for rotary compressors/blowers up to 250-driven horsepower.
      3. Aerators:
        1. Machining and repairing of aerator shafts, gearboxes, and rotating assemblies for mechanical aerators up to 150-driven horsepower
      4. Miscellaneous:
        1. Field repair, fabrication, welding, or replacement of structural steel, platforms, stairways, handrails, cabinets, and miscellaneous hardware. Steel repairing,  welding,  and  fabricating  (e.g.,  machine  cold  rolled  pins, pin collars, spacers, washers) as required by the City.

       

    • LATE SUBMISSION OR MODIFICATION

      Submittals and modifications received after the time set for the submission will not be considered. 

       

    • Service Calls

      Normal business hours: Monday through Friday: 8:00 AM to 5:00 PM

      After business hours: Monday through Friday 5:01 PM to 7:59 AM

    • WITHDRAWAL OF SUBMITTAL

      The submittal may be withdrawn prior to the solicitation opening date. 

    • WRITTEN REQUESTS FOR INTERPRETATIONS/CLARIFICATIONS

      No oral interpretations will be made to any firms as to the meaning of specifications or any other documents. All questions pertaining to the terms and conditions or scope of work of this solicitation must be in writing to the Procurement and Supply Management Department and received by the date specified in the solicitation. Responses to questions may be handled as an addendum if the response would provide clarification to requirements of the solicitation. All such addenda will become part of the agreement documents. The City will not be responsible for any other explanation or interpretation of the proposed solicitation made or given prior to the award of the agreement. The Procurement and Supply Management Department will be unable to respond to questions received after the specified time frame. 

    • REJECTION OF SUBMISSION

      The City may reject a submittal if:

      A. The vendor incorrectly states or conceals any material fact in the solicitation.

      B. The solicitation does not strictly conform to the law or requirements of the solicitation, including insurance requirements. 

      C. The solicitation is conditional, except that the vendor may qualify its submittal for acceptance by the City on an "all or none" basis, or a "low item" basis. An "all or none" basis submittal must include all items upon which the vendor was invited. 

      D. The Procurement and Supply Management Director determines it is in the best interest of the City to reject all submittals or parts of submittals at any stage of the procurement process through the award of an agreement. 

      E. The City reserves the right to waive minor informalities or irregularities in any submittal. 

    • Warranty

      The Vendor shall warrant its workmanship for a period of not less than one (1) year from the date of completion. Any follow-up or call-back work required to correct deficiencies arising from the Vendor’s improper repairs, installation of substandard parts furnished by the Vendor, faulty workmanship, or improper installation of parts furnished by the City shall be performed at the sole cost and expense of the Vendor.

    • PUBLIC REVIEW OF SUBMITTALS

      Pursuant to Florida Statute, Section 119.071(1)(b)2, all submittals will be subject to review as a public record after 30 days from opening, or earlier if an intended decision is reached before the thirty-day period expires. Unless a specific exemption exists, all documents submitted will be released pursuant to a valid public records request. All trade secret claims must be dispositively determined by a court of law prior to trase secret protection being granted. 

    • Unspecified Services

      Unspecified work is defined as materials or services that may be required due to unexpected conditions or events similar to the scope of work. Unspecified work is not guaranteed as part of the contract and must be properly authorized in writing by the City before performed. 

    • ADA REQUIREMENT FOR PUBLIC NOTICES

      Persons with disabilities requiring reasonable accommodations to participate in this proceeding, should contact 727-893-7229.

    • CONE OF SILENCE

      Vendors and their employees, agents, contractors, and representatives are prohibited from communicating (whether oral, written, or electronic) with any member of City Council, the Mayor, City staff, any member of the selection committee, or any City project consultants related to the competitive solicitation beginning upon the date on which a competitive solicitation is first advertised and continuing until the later of (1) the final award of the competitive solicitation, (2) the date of rejection of all bids or responses to the competitive solicitation, or (3) the date of final disposition of any protest of the competitive solicitation.  

    • City’s Responsibilities

      At a minimum, City shall provide and meet the following responsibilities:

      1. City shall provide a point of contact (City Project Manager) to administer the Agreement.
      2. City Project Manager shall assist with planning, strategy, and objectives prior to performance of the Work.
      3. City Project Manager shall promptly respond to issues and inquiries so as not to hinder the progress, completion, or compensation for the Work.
      4. It will be the responsibility of the City Sanitation Department to pick up and deliver Sanitation refuse vehicles and roll-off containers to Vendor’s repair facility.
      5. If applicable, each City department will be responsible for providing Vendor with access to the work site.
      6.  Each City department will be responsible for notifying Vendor when services are required and for providing the name of the facility, address, contact person, phone number and general description of the services required.
    • AWARD

      The City reserves the right to accept and award on a split-order, lump-sum, or individual item basis, or such combination as shall best serve the interest of the City. 

    • PROTEST PROCEDURE

      Protest procedures are governed by City of St. Petersburg Procurement Code Section 2-208 and can be viewed at the following link: Protest Procedure

    • Site Inspection

      The City reserves the right, prior to the award of this Agreement and upon reasonable notice at any time during its term, to inspect the Vendor’s primary business location and any other locations operated by the Vendor. The Vendor shall provide the City’s authorized representatives with access to all testing, storage, operational, and other relevant areas as requested. The City further reserves the right to conduct on-site inspections of any subcontractor facilities both prior to award and during the term of the Agreement. The Vendor and its subcontractors shall provide written notice to the City within thirty (30) days of any relocation of their business location(s).

    • NON-NEGOTIABLE CONTRACT TERMS

      The City has deemed the following contract terms to be non-negotiable. Vendor is advised that if it wishes to take exception to any of the terms contained or referenced in the contract, it must explicitly identify the term and the exception in its response to the solicitation. Vendor's stated exception to a non-negotiable contract term may disqualify it from consideration: 

      1. Indemnification.
      2. Insurance coverage.
      3. Governing Law and Venue.
      4. The City will not agree to the addition of any provision requiring a dispute resolution process or method, including but not limited to binding arbitration.
      5. The City will not agree to the addition of any provision waiving any remedy available to the City in law or equity (including but limited to the right to a jury trial)
      6. The City will not agree to the addition of any provision providing for the award of attorney’s fees to the prevailing party.
      7. The City will not agree to the addition of any provision limiting the liability of Vendor to a maximum dollar amount.

       

    • CONTRACT CAPABILITY/REFERENCES

      Prior to award, any Vendor may be required to show that the company has the necessary facilities, equipment, ability and financial resources to perform the work specified in a satisfactory manner and within the time specified. In addition, the vendor must have experience in work of the same or similar nature, and can provide references, which will satisfy the City. Vendors must furnish a reference list of at least three (3) customers for whom they have performed similar services. 

    • CONTRACTOR LICENSE REQUIREMENT

      All Contractors performing construction and related work in Pinellas County must comply with all regulatory legislation, Chapter 75-489, Laws of Florida, as amended. Failure to have a competency license in a regulated trade will be cause for rejection of any submittal and/or award. 

    • CORPORATE REGISTRATION

      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. 

      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 Division of Corporations for information on how to become registered.  

    • INSURANCE

      The Vendor must provide a certificate of insurance and endorsement in accordance with the insurance requirements listed in the insurance section of the agreement. Failure to provide the required insurance within a ten (10) day period following the determination of award may result in the City to vacate the original determination and proceed with another Vendor. 

    • PUBLIC EMERGENCIES

      It is hereby made part of this solicitation that before, during, and after a public emergency, disaster, hurricane, tornado, flood, or other acts of God that the City of St. Petersburg will require a first priority for goods and services. It is vital and imperative that the citizens are protected from any emergency situation that threatens public health and safety, as determined by the City. Vendor agrees to rent/sell/lease all goods and service to the City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and services rendered or contracted in the event of a disaster, emergency, hurricane, tornado, or other acts of God. 

    • EVALUATION CRITERIA

      The evaluation criteria define the factors that will be used by the Evaluation Committee to evaluate and score responsive, responsible and qualified submittals. Vendor shall include sufficient information to allow the Evaluation Committee to thoroughly evaluate and score their submittal. Each submission shall be evaluated and ranked by an Evaluation Committee. The contract will be awarded to the most qualified Vendor, per the evaluation criteria listed in the solicitation. 

    • RIGHTS OF CITY OF ST. PETERSBURG SOLICITATION PROCESS

      In addition to all other rights of the City under Florida law, the City specifically reserves the following:

      1. the right to rank firms and negotiate with the most qualified firm.
      2. the right to select the proposal that it believes will serve the best interest of the City.
      3. the right to reject any and all responses, or parts thereof, to disqualify any and all responses, and/or determine any response to be non-responsive.
      4. the right to cancel the entire solicitation. 
      5. the right to remedy or waive technical or immaterial errors in the solicitation or in the proposals submitted. 
      6. the right to request any necessary clarifications or proposal data without changing the terms of the solicitation. 
      7. the right to require the Proposer to perform the services required on the basis of the original submittal without negotiation. 
    • BONDS

      Performance and Payment Bond: If applicable, the annual bond amount will be equal to the one-year amount of a multi-year agreement. 

      Bid Bonds: Must be uploaded with offeror's submittal prior to the solicitation close date. 

       

    Submission Requirements

    • Is the Vendor registered with the Florida Department of State, Division of Corporations (Sunbiz) in accordance with Florida Statute §607.1501? (required)
    • Is the Vendor a City of St. Petersburg certified SBE? (required)

      If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. 

    • Is the Vendor a City of St. Petersburg certified MWBE? (required)

      If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. 

    • Address for Headquarters location. (required)
    • Address of office providing service, if different than above.
    • Signature Authority (required)

      Please provide a letter certifying who is authorized to execute the agreement on behalf of Company. 

    • Describe the nature of company’s business. (required)
    • Year the Company was Founded. (required)
    • Number of years company has operated under the current name. (Note: if the company has modified its corporate structure since its founding (e.g., from a corporation to an LLC), you may list the number of years the company was founded under the original corporate structure). (required)
    • Company’s bank of record. (required)
    • Describe any litigation that the vendor has been a party to in the last five years where it was alleged that the offeror breached a contract for similar services with a client/customer and describe any contracts for similar services that the vendor failed to complete for similar services. Describe the facts and status of any such litigation or contract. (required)

      Type N/A if not applicable.

    • Identify any government entity that has debarred or otherwise prohibited the vendor from responding to its competitive solicitations within the last five years. Describe the circumstances surrounding such debarment or other prohibition. (required)

      Type N/A if not applicable.

    • The vendor acknowledges that it has read, understands and will comply with Florida Statute §448.095 pertaining to required use of the U.S. Department of Homeland Security E-Verify system. Should the City terminate the contract with the vendor for violation of §448.095, vendor may not be awarded a contract with the City for at least one year. (required)
    • The vendor acknowledges that its quote response is subject to Public Records laws (Chapter 119, Florida Statutes). (required)
    • Will vendor allow other agencies to piggyback the contract if awarded? (required)
    • The vendor hereby makes all certifications required by Florida Statute §287.135 related to scrutinized companies. (required)
    • Is vendor required to provide any disclosures to the City regarding a foreign country of concern pursuant to Florida Statutes §286.101 (3)(a)? (required)
    • If YES, please provide the disclosure(s) in accordance with the requirements of Florida Statute §286.101 (3)(a).
    • The vendor certifies that it takes no exceptions to the agreement attached. (required)

      The City has deemed the following contract terms to be non-negotiable. Vendor is advised that if it wishes to take exception to any of the terms contained or referenced in the contract, it must explicitly identify the term and the exception in its response to the solicitation. Vendor's stated exception to a non-negotiable contract term may disqualify it from consideration: 

      1. Indemnification.
      2. Insurance coverage.
      3. Governing Law and Venue.
      4. The City will not agree to the addition of any provision requiring a dispute resolution process or method, including but not limited to binding arbitration.
      5. The City will not agree to the addition of any provision waiving any remedy available to the City in law or equity (including but limited to the right to a jury trial)
      6. The City will not agree to the addition of any provision providing for the award of attorney’s fees to the prevailing party.
      7. The City will not agree to the addition of any provision limiting the liability of Vendor to a maximum dollar amount.
    • If exceptions are taken to the attached agreement, please provide.
    • Has the vendor identified any trade secrets or confidential information in its response? (required)
    • If yes to the above question, please upload your redacted proposal here.
    • I currently have the required insurance coverage as specified in the solicitation and will be able to provide a Certificate of Insurance if awarded. (required)
    • References (required)

      Please download the below document, complete, and upload.

    • Submittal Documents (required)

      Upload all other documents relating to this solicitation. Including but not limited to proposals/statements of qualifications, applicable bonds, warranty information, etc. 

    • Responsible and Responsive Construction Questions (required)

      Please download the below documents, complete, and upload.

    • Living Wage Questions (required)

      Please download the below documents, complete, and upload.

    • What type of project is this? (required)
    • Is the construction project over $1M? (required)
    • Is this a service contract, exceeding $200k? (required)

      Make sure this in compliance with the living wage ordinance. 

    • Number of Awards (required)
    • Will background checks be needed? (required)
    • What type of background check? (required)
    • Will subcontractors/subconsultants be allowed? (required)
    • What Business Enterprise Program Applies to this project? (required)
    • SBE Goal (required)
    • WBE Goal (required)
    • MBE Goal (required)
    • Will a performance and payment bond be needed? (required)
    • Is a bid bond required for this project? (required)

    Key dates

    1. April 15, 2026Published
    2. May 19, 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.