Active SLED Opportunity · FLORIDA · CITY OF TAMPA

    McKay Bay Waste to Energy (WTE) Facility Quality Audits and CO2 Sampling Program (Bid Discount)

    Issued by City of Tampa
    cityInvitation To BidCity of TampaSol. 249859
    Open · 15d remaining
    DAYS TO CLOSE
    15
    due May 8, 2026
    PUBLISHED
    Apr 2, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    562211
    AI-classified industry

    AI Summary

    City of Tampa seeks bids for quarterly quality audits and CO2 sampling at McKay Bay Waste to Energy Facility. Services include gas audit testing, opacity testing, and analytical support. Mandatory pre-bid meeting and site inspection required. Certified SLBEs eligible for bid discount. Bids due May 8, 2026.

    Opportunity details

    Solicitation No.
    249859
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    city
    Published Date
    April 2, 2026
    Due Date
    May 8, 2026
    NAICS Code
    562211AI guide
    Jurisdiction
    City of Tampa
    State
    Florida
    Agency
    City of Tampa

    Description

    The Awardee will do all work, furnish all labor, materials, tools, equipment, data analysis, reporting, analytical, supplies, supervision, permits, organization, travel, hotel, field-testing, and other items of work and cost necessary for the proper execution and completion of the work described as in the below scope of work, attachments, and reference specifications.

    Project Details

    • Reference ID: 26-P-00197
    • Department: Solid Waste & Environmental Program Management
    • Department Head: Larry Washington (Director)

    Important Dates

    • Questions Due: 2026-04-30T19:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-09T14:30:00.000Z — WTE Facility, 4th Floor Conference Room, 107 N 34th ST, Tampa, FL 33605

    Evaluation Criteria

    • Performance

      The Awardee will do all work, furnish all labor, materials, tools, equipment, data analysis, reporting, analytical, supplies, supervision, permits, organization, travel, hotel, field-testing, and other items of work and cost necessary for the proper execution and completion of the work described as in the below scope of work, attachments, and reference specifications.

      The Firm must have five (5) years’ experience in Quarterly Cylinder Gas Audit/Opacity/CO2 Sampling Testing for Waste To Energy Facilities and upload proof with their bid.

    • INVITATION TO BID

      Sealed Bids for the furnishing of: BID NO. 26-P-00197, McKay Bay Waste to Energy (WTE) Facility Quality Audits and CO2 Sampling Program (Bid Discount) will be received by the Director of Purchasing, City of Tampa, until 3:00 pm, Friday, May 8, 2026, then be opened.

      In accordance with the Americans with Disabilities Act (“ADA”) and Section 286.26, Florida Statutes, persons with disabilities needing a reasonable accommodation to participate in these public hearings or meetings should contact the City of Tampa’s ADA Coordinator at least 48 hours prior to the proceeding. The ADA Coordinator may be contacted by phone at 813-274-3964, email at TampaADA@tampagov.net, or by submitting an ADA - Accommodations Request online form available at https://tampagov.net/ADARequest Please note that the City of Tampa may not be able  to accommodate any request received less than 48 hours before the scheduled hearing or meeting.

      Questions regarding Vendor Registration, accessing bid documents or submission assistance within the OpenGov eProcurement Portal shall be emailed to procurement-support@opengov.com.  Reference Bid # and name in email subject line. Questions pertaining to the Bid document/specifications will be accepted up to six business days prior to the scheduled opening date and time and shall be submitted within the OpenGov eProcurement Portal.  Per the City of Tampa’s Communication Policy during any solicitation period including any protest and/or appeal, there should be no contact with City officials or employees, other than the Analyst, the Director of Purchasing or the Legal Department, permitted from any Bidder. Such communication shall result in an automatic disqualification for selection in the pending solicitation and any subsequent City solicitations for a period of six (6) months, no matter the outcome of the solicitation or any protest and/or appeal.

      Bids shall be accepted no later than the time and date specified on the INVITATION TO BID. The Bid Opening shall be thereafter and posted to OpenGov. All bids received after the due date and time shall be rejected. Offers by mail, hand delivery or express mail, email, telephone or transmitted by facsimile (FAX) machine are not acceptable. All submittals are uploaded electronically into the OpenGov eProcurement Portal. No bid may be withdrawn or modified after the time fixed for the opening of bids.

      Electronic submittals shall be uploaded in the OpenGov eProcurement Portal via link https://procurement.opengov.com/portal/cityoftampa. To ensure that an electronic submittal is received by the opening date and time, it is recommended that the Bidder submit their documents with adequate time allowed prior to the deadline.  Bidder shall receive an email confirmation of their bid submittal after clicking on the "Submit" button in the OpenGov Portal. Bidder will only receive the confirmation email after submitting both pricing on the pricing page(s) and uploading all the required submittals.  If Bidder doesn’t receive an email, the Bidder should contact OpenGov support at procurement-support@opengov.com to confirm their submittal was successful.  The Bidder shall be responsible for confirming that their submittal is received by the deadline.  Any submittal received after the closing date and time deadline will not be considered.

    • Insurance Requirements

      Prior to commencing any work or services or taking occupancy under that certain written agreement or award (for purposes of this document, Agreement) between the City of Tampa, Florida (City) and Firm/Awardee/Successful Proposer/Contractor/Consultant/Lessee/non-City party, etc. (for purposes of this document, Firm) to which is included in this document, and continuing during the term of said Agreement (or longer if the Agreement and/or this document so requires), Firm shall provide, pay for, and maintain insurance against claims which may arise from or in connection with the performance of the Agreement (including without limitation occupancy and/or use of certain property/premises) by Firm, its agents, representatives, employees, suppliers, subtenants, or subcontractors (which term includes sub-consultants, as applicable) of any tier subject to the terms and conditions of this document. Should at any time Firm not maintain the insurance coverages required, City at its sole option (but without any obligation or waiver of its rights) may terminate the Agreement. All provisions intended to survive or to be performed subsequent to the expiration or termination of the Agreement shall survive, including without limitation Firm’s obligation to maintain or renew coverage, provide evidence of coverage and certified copies of policies, etc. upon City’s request and/or in response to a potential claim, litigation, etc.

      The following coverages are required: (“M” indicates million(s), for example $1M is $1,000,000)

    • SCOPE AND CLASSIFICATION
      1. SCOPE. This specification describes McKay Bay Waste to Energy (WTE) Facility Quality Audits and CO2 Sampling Program (Bid Discount) for use by Solid Waste & Environmental Program Management Department of the City of Tampa.
      2. CLASSIFICATION.  The classification shall be as contained in the technical portion of this specification listed herein below.
    • Commercial General Liability (CGL) Insurance

      On the most current Insurance Services Office (ISO) Form CG 00 01 or its equivalent on an “occurrence” basis (Modified Occurrence or Claims Made forms are not acceptable without prior written consent of the City). Coverage must be provided to cover liability contemplated by the Agreement including without limitation premises and operations, independent contractors, contractual liability, products and completed operations, property damage, bodily, personal, and advertising injury, contractual liability, explosion, collapse, underground coverages, personal injury liability, death, employees-as-insureds. Products and completed operations liability coverage maintained for at least 3 years after completion of work. Limits shall not be less than $1M per occurrence and $2M general aggregate for Agreements valued at $2M or less; if valued over $2M, a general aggregate limit that equals or exceeds the Agreement’s value. If a general aggregate limit applies, it shall apply separately to the project/location (ISO CG 25 03 or 25 04 or equivalent).

    • SCOPE AND CLASSIFICATION
      1. This is a sheltered market solicitation for City of Tampa Certified Small/Local Business Enterprises (SLBEs) that describes McKay Bay Waste to Energy (WTE) Facility Quality Audits and CO2 Sampling Program (Bid Discount) for the use of the Solid Waste & Environmental Program Management Department of the City of Tampa.
      2. CLASSIFICATION.  The classification shall be as contained in the technical portion of this specification listed herein below.
    • INVITATION TO BID (SHELTERED MARKET SOLICITATION)

      Sealed Bids for the furnishing of: BID NO. 26-P-00197, McKay Bay Waste to Energy (WTE) Facility Quality Audits and CO2 Sampling Program (Bid Discount)will be received by the Director of Purchasing, City of Tampa, until 3:00 pm, Friday, May 8, 2026, then be opened.

      Only bids from current City of Tampa certified Small Local Business Enterprises (SLBE’s) shall be considered.

      In all cases, the Bidder must be SLBE certified prior to the opening date and time of the bid. As proof of certification, include copies of City of Tampa SLBE certificates in the bid.

      In accordance with the Americans with Disabilities Act (“ADA”) and Section 286.26, Florida Statutes, persons with disabilities needing a reasonable accommodation to participate in these public hearings or meetings should contact the City of Tampa’s ADA Coordinator at least 48 hours prior to the proceeding. The ADA Coordinator may be contacted by phone at 813-274-3964, email at TampaADA@tampagov.net, or by submitting an ADA - Accommodations Request online form available at https://tampagov.net/ADARequest Please note that the City of Tampa may not be able  to accommodate any request received less than 48 hours before the scheduled hearing or meeting.

      Questions regarding Vendor Registration, accessing bid documents or submission assistance within the OpenGov eProcurement Portal shall be emailed to procurement-support@opengov.com.  Reference Bid # and name in email subject line. Questions pertaining to the Bid document/specifications will be accepted up to six business days prior to the scheduled opening date and time and shall be submitted within the OpenGov eProcurement Portal.  Per the City of Tampa’s Communication Policy during any solicitation period including any protest and/or appeal, there should be no contact with City officials or employees, other than the Analyst, the Director of Purchasing or the Legal Department, permitted from any Bidder. Such communication shall result in an automatic disqualification for selection in the pending solicitation and any subsequent City solicitations for a period of six (6) months, no matter the outcome of the solicitation or any protest and/or appeal.

      Bids shall be accepted no later than the time and date specified on the INVITATION TO BID. The Bid Opening shall be thereafter and posted to OpenGov. All bids received after the due date and time shall be rejected. Offers by mail, hand delivery or express mail, email, telephone or transmitted by facsimile (FAX) machine are not acceptable. All submittals are uploaded electronically into the OpenGov eProcurement Portal. No bid may be withdrawn or modified after the time fixed for the opening of bids.

      Electronic submittals shall be uploaded in the OpenGov eProcurement Portal via link https://procurement.opengov.com/portal/cityoftampa. To ensure that an electronic submittal is received by the opening date and time, it is recommended that the Bidder submit their documents with adequate time allowed prior to the deadline.  Bidder shall receive an email confirmation of their bid submittal after clicking on the "Submit" button in the OpenGov Portal. Bidder will only receive the confirmation email after submitting both pricing on the pricing page(s) and uploading all the required submittals.  If Bidder doesn’t receive an email, the Bidder should contact OpenGov support at procurement-support@opengov.com to confirm their submittal was successful.  The Bidder shall be responsible for confirming that their submittal is received by the deadline.  Any submittal received after the closing date and time deadline will not be considered.

    • Cylinder Gas Audit (CGA) Testing

      The cylinder gas audit test will be conducted following Section 5.1.2 of 40 CFR 60, Appendix F for CO2, O2, NOx, SO2, and CO. The EcoChem Analytics MC3 (Dual Range) Analyzers on each Municipal Waste Combustor (MWC) Unit will be challenged at two measurement points, (high and low). The analyzer responses will then be compared to their respective limits under Appendix F in order to determine the compliance status of each analyzer. The CGA testing will be performed on each of the MWC Unit’s inlet & outlet CEMS. The system is configured to have low and high calibration gases. In past audits, these were the audit points: for the Inlets, there is low/high O2 and low/high SO2; and for the Outlets, there is low/high NOx, low/high O2, low/low/high/high CO, and low/high SO2.

    • Automobile Liability (AL) Insurance

      In accordance with Florida law, as to the ownership, maintenance, and use of all owned, non-owned, leased, or hired vehicles. AL insurance shall not be less than: (a) $500,000 combined single limit each occurrence bodily injury and property damage for Agreements valued at $100,000 or less or (b) $1M combined single limit each occurrence bodily injury and property damage for Agreements valued over $100,000. If transportation of hazardous material involved, the MCS-90 endorsement (or equivalent).

    • QUALITY ASSURANCE PROVISIONS
      1. TEST AND INSPECTION.  It shall be the Vendor's responsibility to perform all of the tests and inspections required by this specification, unless otherwise stated in the award.  The City of Tampa Representative reserves the right to perform any of the tests and inspection requirements where said tests and inspections are needed to further determine compliance with this specification.
      2. QUALITY AND QUALITY CONTROL.  A system of test and inspection shall be used to ensure receipt of the quality and quantity of material(s)/service(s) purchased.  Material(s)/service(s) will be promptly inspected and any discrepancies from the purchase order and/or the supplier's invoice shall be reported immediately to the Director of Purchasing.
    • Opacity Testing

      Opacity Audit testing will be conducted in accordance with Section 7.1.4 of 40 CFR 60, Appendix B. Specifically, the opacity monitor will be challenged with low, mid, and high scale audit filters. This process will be repeated five times. At the conclusion of the audit, the response values will be retrieved from the system computer and compared to the filter values to determine the percent error. The opacity audits will be performed on each of the four MWC Unit’s Continuous Opacity Monitoring System (COMS), located at each fabric filter outlet.

    • CO2 Sampling

      Quarterly Carbon Dioxide (CO2) Sampling will be conducted in support of the facility’s Greenhouse Gas (GHG) Monitoring Program. As per the Environmental Protection Agency (EPA) revised greenhouse gas reporting rule, sample drawn for analysis to determine biogenic portion of CO2 can now be taken over an 8-hour period once it has been established that the results of the 8-hour and 24-hour samplings are about the same. CO2 sampling will be performed on one MWC Unit per calendar quarter, on a rotational basis, (i.e., Different MWC Unit each quarter in a sequential manner). The quarterly sampling and analysis are conducted per ASTM D6866-16 Method B (AMS) TC.

    • Worker's Compensation (WC) & Employer's Liability Insurance

      For all employees engaged under the Agreement, Worker’s Compensation as required by Florida law. Employer’s Liability with minimum limits of (a) $500,000 bodily injury by accident and each accident, bodily injury by disease policy limit, and bodily injury by disease each employee for Agreements valued at $100,000 and under or (b) $1M bodily injury by accident and each accident, bodily injury by disease policy limit, and bodily injury by disease each for all other Agreements.

    • AWARDEE LIABILITY

      NEXT LOW BIDDER.  In the event of default by the Vendor, the City of Tampa reserves the right to utilize the next lowest Bidder as the new Awardee.  In the event of this occurrence, the next lowest Bidder, if it wishes the award, shall be required to provide the bid items at the prices as contained on its bid pricing through OpenGov for this specification.

    • PRE-BID MEETING

      A PRE-BID MEETING  will be held at 10:30 am, Thursday, April 9, 2026, at WTE Facility, 4th Floor Conference Room, 107 N 34th ST, Tampa, FL 33605 to discuss the above referenced subject.

      PLEASE BRING A COPY OF THIS BID TO THE PRE-BID MEETING.

      City of Tampa buildings are controlled access buildings, and all visitors are required to obtain a Visitor's Pass prior to entering.

    • AWARDEE LIABILITY
      1. WARRANTY.  It shall be the Vendor’s responsibility to submit at the time of shipment the original manufacturer’s warranty for the materials supplied.  Vendors shall submit, in writing, a detailed explanation of the procedure(s) that they will follow to accomplish the replacement, with their bid. Replacement shall be finalized within seven (7) working days of reporting the defect.
      2. GUARANTEE.  The material(s) supplied shall be guaranteed to be free from defects of composition, conception, and workmanship for a minimum period of ninety (90) days from the date of acceptance by the City Representative. Any parts or portions found not in accordance with this specification will be rejected by the City Representative and returned to the Vendor at the Vendor’s expense for immediate replacement.
      3. NEXT LOW BIDDER.  In the event of default by the Vendor, the City of Tampa reserves the right to utilize the next lowest Bidder as the new Awardee.  In the event of this occurrence, the next lowest Bidder, if it wishes the award, shall be required to provide the bid items at the prices as contained on its bid pricing through OpenGov for this specification.
    • Reporting

      Awardee will supply a draft copy of the test report for initial review within twenty (20) days following the completion of the field testing. Within five (5) days after the draft is reviewed, Awardee will incorporate all pertinent review comments and corrections and provide an electronic PDF copy. The final report will be submitted no later than twenty-five (25) days after the completion of the testing. The report will include a summary of results; description of test procedures used, a description of the source and their operations, analytical data, raw field data, equipment calibrations, and other quality assurance documents in accordance with the agency’s reporting guidelines.

    • Excess (Umbrella) Liability Insurance

      For Agreements valued at $2M or more, at least $4M per occurrence in excess of underlying limits and no more restrictive than underlying coverage for all work performed by Firm. May also compensate for a deficiency in CGL, AL, or WC.

    • PRE-BID MEETING

      A MANDATORY PRE-BID MEETING  will be held at 10:30 am, Thursday, April 9, 2026, at WTE Facility, 4th Floor Conference Room, 107 N 34th ST, Tampa, FL 33605 to discuss the above referenced subject.

      PLEASE BRING A COPY OF THIS BID TO THE PRE-BID MEETING.

      City of Tampa buildings are controlled access buildings, and all visitors are required to obtain a Visitor's Pass prior to entering.

      NOTE: Any bidder who fails to attend a mandatory pre-bid meeting will not be eligible to bid on the project. All bidders must be present and signed in prior to the start of the mandatory Pre-Bid Meeting. Anyone not signed in at the commencement of the presentation from the Procurement Contact will be considered late and will not be allowed to bid on the project.

    • AUTHORIZATION

      All orders shall be placed via City of Tampa Purchase Orders, or as releases against a City of Tampa “Open” Purchase Order.  OFFICIAL AWARD WILL BE MADE BY CITY OF TAMPA PURCHASE ORDER ONLY. As relating to the Government Purchasing Council of Hillsborough County, any member may place orders as dictated by their individual entity’s preference.

    • Analytical Services

      Awardee will utilize an external laboratory, Beta Analytics to support and meet the analytical sampling requirements for the CO2 sample biogenic portion analysis for Greenhouse Gases. Standard analytical delivery is based on ten (10) business days upon sample receipt.

    • Builder’s Risk Insurance

      For property loss exposure associated with construction/renovation/additions to buildings or structures, including materials or fixtures to be incorporated. Must be “All Risk” form with limits of no less than the project’s completed value, have no coinsurance penalties, eliminate the “occupancy clause”, cover Firm (together with its contractors, subcontractors of every tier, and suppliers), and name City as a Loss Payee.

    • SITE INSPECTION

      A MANDATORY SITE INSPECTION will take place immediately following the Pre-Bid Meeting. This will be the only site inspection for bidders prior to bid opening.  Bidders that have not performed the Mandatory Site Inspection at this designated time will not be considered.

    • FURNISHING BID ITEMS

      Award items are to be furnished on an "as needed, when needed basis" during the life of the award.

    • Installation Floater

      Coverage for property (usually highly valued equipment or materials such as compressors, generators, etc.) during its installation. Coverage must be “All Risk” including installation and transit for no less than 100% of the installed replacement cost value.

    • DELIVERY

      Materials ordered shall be delivered within 15 working days ARO (After Receipt of Order). Failure to do same shall be considered breach of award or default, and the City of Tampa shall utilize its options as stated within this specification.

    • Architects & Engineers Liability/ Professional Liability (E&O)/ Contractors Professional Liability (CPrL)/ Medical Malpractice Insurance

      Where Agreement involves Florida-regulated professional services (e.g. architect, engineer, design-builder, CM, accountant, appraiser, investment banker medical professional) at any tier, whether employed or independent, vicarious design liability exposure (e.g. construction means & methods, design supervision), value engineering, constructability assessments/reviews, BIM process, and/or performance specifications. Limits of at least $1,000,000; deletion of design/ build liability exclusions, as applicable, and maintained for at least 3 years after completion of work/services and City’s acceptance of same

    • SITE INSPECTION

      A SITE INSPECTION will take place immediately following the Pre-Bid Meeting. This will be the only site inspection for bidders prior to bid opening. 

    • BACKORDERS

      Any backordered materials shall be made available to the City within 15 working days of the time of backorder (original date of receipt). If the backorder cannot be filled within the time frame of this section, then the City of Tampa Representative is to be notified, in writing, thus permitting the City to obtain the required materials and/or exercise its options.

    • COOPERATIVE

      Orders will be placed as result of an award by both the City of Tampa and Hillsborough County BOCC, henceforth referred to as the Participating Agencies.

      Award shall be approved by both of the above Participating Agencies, but each entity will make their own award. 

      It is hereby made a part of this Invitation for Bid that the submission of any Bid in response to this advertised request shall constitute a Bid made under the same conditions for the same contract price and for the same effective period as this Bid to all public entities in Hillsborough County.  (A list of these entities is enclosed with this package).

    • Railroad Protective Liability (RPL) Insurance

      For construction within 50ft of operated railroad track(s) or where affects any railroad bridge, trestle, tunnel, track(s) roadbed, or over/under pass. Subject to involved rail road’s approval prior to commencement of work.

    • QUALITY

      The materials to be furnished shall be currently in production and shall be of the manufacturer’s standard or better quality.

    • Pollution and/or Asbestos Legal Liability Insurance

      Where Agreement involves asbestos and/or environmental hazards/contamination risks (defined broadly, e.g. lead, mold, bacteria, fuel storage, underground work, cleanup (owned or non-owned sites),pollutant generation/transportation, marine/natural resource damage, contamination claim, restitution, business interruption, mold, fungus, lead-based paint, 3rd party claims/removal, etc.), with limits of at least $1M per occurrence and $2M aggregate, maintained for at least 3 years after Agreement completion.

    • BID DISCOUNT

      This bid shall include a Bid Discount provision for City certified SLBEs. Bidders who are certified SLBE for the work/scope detailed herein are eligible for a bid discount.  In all cases, the Bidder must be SLBE certified prior to the opening date and time of the Invitation to bid. As proof of certification, include copies of City of Tampa SLBE certificates in the bid submittal.  Details of the bid discount policy are described in the section titled GENERAL CONDITIONS of this bid.

    • STATEMENT OF NO BID

      WE WANT YOUR FEEDBACK BECAUSE IT MATTERS TO US

      The Purchasing Department’s mission is to provide the best specifications in our Invitation to Bid packages to receive maximum participation from the industry/market.  Please take a few minutes to briefly explain to us why you will not be responding to the City’s Bid by clicking "NO BID" at https://procurement.opengov.com/portal/cityoftampa/projects/249859.

    • Cyber Liability Insurance

      Where Agreement involves portals allowing access to obtain, use, or store data; managed dedicated servers; cloud hosting services; software/hardware; programming; and/or other IT services and products are involved. Limits of not less than $2M per occurrence and $2M aggregate. Coverage sufficiently broad to respond to duties and obligations undertaken by Firm, and shall include, but not be limited to, claims involving infringement of intellectual property/copyright, trademark, trade dress, invasion of privacy violations, damage to or destruction of electronic information, information theft, release of confidential and/or private information, alteration of electronic information, extortion, virus transmission, and network security. Coverage, as applicable and with sufficient limits to respond, for breach response costs, regulatory fines and penalties, credit monitoring expenses.

    • QUANTITIES

      The City shall not be required to purchase any minimum or maximum quantities during the term of any award resulting from this specification.

    • BRAND INDICATION

      Where same is applicable, all Bidders shall clearly indicate manufacturer/trade name and identifying number in the space provided within the OpenGov pricing page(s) for this invitation to bid.

    • Drone/UAV Liability Insurance

      Where Agreements involves unmanned aerial vehicles/drones. Coverage to include products and completed operations, property damage, bodily injury with limits no less than $1M per occurrence, and $2M aggregate; may be provided by CGL endorsement subject to City’s prior written approval.

    • INSTRUCTIONS TO BIDDER

      City of Tampa bids are issued electronically via the OpenGov eProcurement Portal. Obtaining bids through OpenGov will ensure that the Bidder will have the following capabilities: receipt of bid documents electronically, track the status of bid award activity, receive addenda, receive the results of bid awards and view plans and blueprints online electronically. Bidders who obtain specifications and plans from sources other than OpenGov are cautioned that the bid packages may be incomplete. The City will not accept incomplete bids. Contact OpenGov Support at procurement-support@opengov.com for more information.

      The City is not responsible for errors and omissions occurring in the transmission or downloading of any bid documents, plans, or specifications from the OpenGov eProcurement Portal. OpenGov has no affiliation with the City of Tampa other than as a service that facilitates communication and bid submittals between the City and its bidders. OpenGov is an independent entity and is not an agent or representative of the City. Communications to OpenGov does not constitute communications to the City. Contact OpenGov Support at procurement-support@opengov.com for more information.

      Bidders discovering any ambiguity, conflict, discrepancy, omission, or other error in this BID, shall immediately notify the City of such error in writing and request modification or clarification of the BID within the OpenGov eProcurement Portal. Modifications will be made by issuing an addendum and will be given by written notice to all prospective Bidders who received an original BID from OpenGov (those who are on the Plan Holders List). Addenda will be posted and disseminated by OpenGov at least five days prior to this BID opening date. The Bidder is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or other error in the BID prior to submitting the bid or it shall be deemed waived.

      Bid tabulations (results) will be posted in the OpenGov eProcurement Portal and made available to bidders after the scheduled public opening of the sealed bids.

      The bid documents contain a General Conditions Section and may, in most cases, contain a Technical Specification Section.  General Conditions contain general requirements and Technical Specifications detail the scope of the goods and/or services requested.  The Technical Specifications shall always govern whenever there appears to be a conflict.  Bid prices shall always be submitted electronically via OpenGov.

      The Bidder shall comply with the applicable requirements of Federal and state laws, all Codes and Ordinances of the City of Tampa as amended from time to time and any applicable professional regulations.

      The Bidder is expected to carefully examine the entire bid package, including but not limited to all the provisions, terms, and conditions. Failure to do so will be at the Bidder’s risk.

    • ALTERNATE BIDS

      Bidder shall, as to each item, submit only one bid for the specified product/service. The offer of an alternate product/service for any item shall, for the purpose of evaluation of bids, be construed as a refusal to bid on the product/service specified. The determination as to whether any alternate product/service bid is or is not equal to the product/service specified as a standard shall be made by the City, and such determination shall be final and binding upon all Bidders.

    • Longshore & Harbor Workers’ Compensation Act/Jones Act

      For work being conducted near, above, or on “navigable waters” for not less than the above Employer’s Liability Insurance limit.

    • INSTRUCTIONS TO BIDDER

      SHELTERED MARKET for SLBEs: This bid is a Sheltered Market solicitation for current City of Tampa certified Small Local Business Enterprises (SLBEs). Only submissions from current certified SLBEs will be reviewed.  For additional information please visit the Equal Business Opportunity Office website at: http://www.tampagov.net/ebo.

      City of Tampa bids are issued electronically via the OpenGov eProcurement Portal. Obtaining bids through OpenGov will ensure that the Bidder will have the following capabilities: receipt of bid documents electronically, track the status of bid award activity, receive addenda, receive the results of bid awards and view plans and blueprints online electronically. Bidders who obtain specifications and plans from sources other than OpenGov are cautioned that the bid packages may be incomplete. The City will not accept incomplete bids. Contact OpenGov Support at procurement-support@opengov.com for more information.

      The City is not responsible for errors and omissions occurring in the transmission or downloading of any bid documents, plans, or specifications from the OpenGov eProcurement Portal. OpenGov has no affiliation with the City of Tampa other than as a service that facilitates communication and bid submittals between the City and its bidders. OpenGov is an independent entity and is not an agent or representative of the City. Communications to OpenGov does not constitute communications to the City. Contact OpenGov Support at procurement-support@opengov.com for more information.

      Bidders discovering any ambiguity, conflict, discrepancy, omission, or other error in this BID, shall immediately notify the City of such error in writing and request modification or clarification of the BID within the OpenGov eProcurement Portal. Modifications will be made by issuing an addendum and will be given by written notice to all prospective Bidders who received an original BID from OpenGov (those who are on the Plan Holders List). Addenda will be posted and disseminated by OpenGov at least five days prior to this BID opening date. The Bidder is responsible for clarifying any ambiguity, conflict, discrepancy, omission, or other error in the BID prior to submitting the bid or it shall be deemed waived.

      Bid tabulations (results) will be posted in the OpenGov eProcurement Portal and made available to bidders after the scheduled public opening of the sealed bids.

      The bid documents contain a General Conditions Section and may, in most cases, contain a Technical Specification Section.  General Conditions contain general requirements and Technical Specifications detail the scope of the goods and/or services requested.  The Technical Specifications shall always govern whenever there appears to be a conflict.  Bid prices shall always be submitted electronically via OpenGov.

      The Bidder shall comply with the applicable requirements of Federal and state laws, all Codes and Ordinances of the City of Tampa as amended from time to time and any applicable professional regulations.

      The Bidder is expected to carefully examine the entire bid package, including but not limited to all the provisions, terms, and conditions. Failure to do so will be at the Bidder’s risk.

    • PENALTIES

      The City of Tampa reserves the right to increase or decrease quantities shown without penalty.

    • Addendum and Amendment to Bid

      If it becomes necessary to revise or amend any part of this ITB, OpenGov will provide notification of the Addendum to all prospective Bidders who received an original ITB notification, making them a plan-holder. Addenda will be posted and disseminated by OpenGov at least five days prior to the ITB opening date.

      It will be the responsibility of the Bidder to review OpenGov prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda, and to click Confirm Receipt in the OpenGov system for each addenda issued.

    • Garagekeeper/Hangerkeeper/Marina Operator Legal Liability Insurance and/or Hull/P&I Insurance

      Where parking lot, valet, dealership, garage services, towing, etc. and/or operation of a hangar, marina, or airplane/ship repairer, providing safe berth, air/watercraft storage/docking (on land/ in water), fueling, tours, charters, ferries, dredges, tugs, mooring, towing, boat/aircraft equipment/repair/alteration/maintenance, etc.; coverage against liability for damage to vehicles air/watercraft, their machinery in Firm’s care, custody, or control both private & commercial. Limits at least equal to greater of $1M, value of max number of vehicles that may be in Firm’s custody, or of most costly object in Firm’s custody.

    • Property Insurance and Interruption of Business (IOB) Insurance

      Where premises, building, structure, or improved real property is leased, licensed, or otherwise occupied by Firm. Property Insurance against all risks of loss to any occupant/tenant improvements at full replacement cost with no coinsurance penalty, including fire, water, leak damage, and flood, as applicable, vandalism and malicious mischief endorsements. IOB by which minimum monthly rent will be paid to City for up to1 year if premises are destroyed, rendered in accessible or untenantable, including disruption of utilities, water, or telecommunications.

    • ADDITION/DELETION

      The City of Tampa reserves the right to add to or delete any item from this bid or resulting award when deemed to be in the best interest of the City of Tampa.

    • PACKAGING

      Only materials that are packaged in the original factory fresh packaging shall be accepted. No materials that have been re-packaged or that are in adulterated or damaged packages shall be accepted at the receiving location, nor shall after-market materials be accepted at the receiving location. Any attempt by the Awardee to furnish the City of Tampa with other than first quality materials shall constitute default as outlined in this specification.

    • Liquor Liability/Host Liquor Liability

      Where Firm directly or indirectly provides alcoholic beverages, limits of at least $1M per occurrence and $1M aggregate.

    • SAMPLES

      When required, samples shall be labeled with the Bidder’s name and item number and shall be furnished free of charge. Samples not destroyed will be returned upon request at the Bidder’s expense within ten days following the opening of bids. Samples of brand(s) being bid may be requested after the bid opening date and time, in order to allow the City of Tampa to make a fair relative evaluation of brand(s) being bid.

    • Educators Legal Liability Insurance

      Where day care, after school program, recreational activities, etc. limits per Architects & Engineers Liability/ Professional Liability (E&O)/ Contractors Professional Liability (CPrL)/ Medical Malpractice Insurance above.

    • SUBSTITUTION

      Vendor shall not substitute items for like items without the approval of the City Representative.  Any violation of such procedures may result in a possible award cancellation.  All approved substitutes shall be annotated as such on the Awardee's shipping document(s).

    • Fidelity/Dishonesty/Liability Coverage

      Is to be purchased or extended to cover Common Fidelity/Crime insurance claims allege employee dishonesty, embezzlement, forgery, robbery, safe burglary, computer fraud, wire transfer fraud, counterfeiting and other criminal acts of the Other Party’s employees resulting in loss to the City. The liability limits shall not be less than $1,000,000.

    • BID PRICES

      Bid prices shall be firm and shall not be amended after the date and time of the bid opening.  Any attempt by the Awardee to amend said bid prices shall constitute default as outlined in this specification.

      Prices quoted shall include all shipping costs, shipped F.O.B. Tampa, Florida or to the facility location specified by the requestor or the purchase order.

      All taxes of any kind and character payable on account of the work done and materials furnished under the award shall be paid by the Awardee and shall be deemed to have been included in the bid.  The Laws of the State of Florida provide that sales tax and use taxes are payable by the Awardee upon the tangible personal property incorporated in the work and such taxes shall be paid by the Awardee and shall be deemed to have been included in the bid.  The City is exempt from all state and federal sales, use, transportation, and excise taxes.

      Award prices include all royalties and costs arising from patents, trademarks, and copyrights in any way involved in the work.  Whenever the Awardee is required or desires to use any design, device, material or process covered by letters of patent or copyright, the Awardee shall indemnify, defend and save harmless the City, its officers, agents and employees from any and all claims for infringement by reason of the use of any such patented design, tool, material, equipment, or process, to be performed under the contract, and shall indemnify the said City, its officers, agents, and employees for any costs, expenses and damages which may be incurred by reason of any infringement at any time during the prosecution or after the completion of the work.  The duty to defend under this paragraph is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Awardee, the City, and any indemnified party. This provision shall survive the termination of this award and shall continue in full force and effect so long as the possibility of any liability, claim or loss exists, unless otherwise prohibited by law.

    • Firm affirmatively states that the insurance requirements as set forth above are of adequate types and amounts of insurance coverage for any type of claim/loss for the proposed work or services.

      ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers admitted in the State of Florida and who have a current A.M. Best rating of no less than A-:VII or, if not rated by A.M. Best, as otherwise approved by the City in advance and in writing.

      ADDITIONAL INSURED - City, its elected officials, departments, officers, officials, and employees shall be covered as additional insureds on all liability coverage (e.g., CGL, AL, and Excess (Umbrella) Liability) as to liability arising out of work or operations performed by or on behalf of Firm including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired, or borrowed by or on behalf of Firm. Coverage can be provided in the form of an endorsement to Firm’s insurance (at least as broad as ISO Form CG 20 10 11 85 or both CG 10 20, CG 20 26, CG 20 33, or CG 20 38 and CG 20 37 if later revisions used).

      CANCELLATION/NON-RENEWAL – Each insurance policy shall provide that at least 30 days written notice must be given to City of any cancellation, intent to non-renew, or material reduction in coverage (except aggregate liability limits) and at least 10 days’ notice for non-payment of premium. Firm shall also have an independent duty to notify City in like manner, within 5 business days of Firm’s receipt from its insurer of any notices of same. If any policy’s aggregate limit is reduced, Firm shall directly take steps to have it reinstated. Notice and proof of renewal/continued coverage/certifications, etc. shall be sent to the City’s notice (or Award contact) address as stated in the Agreement with a copy to the following: (1) Purchasing Department, 2555 E Hanna Ave, Tampa, FL 33610 (2) Other: City of Tampa Insurance Compliance c/o Ebix BPO, PO Box 100085- ZS, Duluth, GA 30096

      CERTIFICATE OF INSURANCE (COI) AND ENDORSEMENTS – to be provided to City by insurance carrier prior to Firm beginning any work/services or taking occupancy and, if the insurance expires prior to completion of the work or services or Agreement term (as may be extended), a renewal COI at least 30 days before expiration to the above address(es). COIs shall specifically identify the Agreement and its subject (project, lease, etc.), shall be sufficiently comprehensive to ensure City (named as additional insured) and Firm and to certify that coverage extends to subcontractors’ acts or omissions, and as to permit the City to determine the required coverages are in place without the responsibility of examining individual policies. Certificate Holder must be The City of Tampa, Florida.

      CLAIMS MADE – If any liability insurance is issued on a claims made form, Firm agrees to maintain such coverage uninterrupted for at least 3 years following completion and acceptance of the work either through purchase of an extended reporting provision or purchase of successive renewals. The Retroactive Date must be shown and be a date not later than the earlier of the Agreement date or the date performance/occupancy began thereunder.

      DEDUCTIBLES/ SELF-INSURED RETENTIONS (SIR) – must be disclosed to City and, if over $500,000, approved by the City in advance and in writing, including at City’s option being guaranteed, reduced, or eliminated (additionally if an SIR provides a financial guarantee guaranteeing payment of losses and related investigations, claim administration, and defense expenses). Firm shall be fully responsible for any deductible or SIR (without limiting the foregoing a policy with an SIR shall provide or be endorsed to provide that the SIR may be satisfied by either the City or named insured). In the event of loss which would have been covered but for a deductible or SIR, City may withhold from any payment due Firm, under any agreement with the City, an amount equal to same to cover such loss should full recovery not be obtained under the policy.

      PERFORMANCE – All insurance policies shall be fully performable in Hillsborough County, Florida (the County), and construed in accordance with Florida law. Further, all insurance policies must expressly state that the insurance company will accept service of process in the County and that the exclusive venue for any action concerning any matter under those policies shall be in the appropriate state court of the County.

      PRIMARY POLICIES - Firm’s insurance coverage shall be primary insurance coverage at least as broad as ISO CG 20 01 04 13 as to the City, its elected officials, departments, officers, and employees. Any insurance or self-insurance maintained by the City, its elected officials, departments, officers, and employees shall be excess of the Firm’s insurance and shall not contribute with it.

      UNAVAILABILITY – To the fullest extent permitted by law, if Firm is out of business or otherwise unavailable at the time a claim is presented to City, Firm hereby assigns to the City all of its right, title, and interest (but not any liabilities or obligations) under any applicable policies of insurance.

      WAIVER OF SUBROGATION – With regard to any policy of insurance that would pay third party losses, Firm hereby grants City a waiver of any right to subrogation which any insurer of Firm may acquire against the City by virtue of the payment of any loss under such insurance. Firm agrees to obtain any endorsement that may be necessary to affect such waiver, but this provision shall apply to such policies regardless.

    • BID EVALUATION

      The evaluation of bids and the determination as to equality of material(s)/service(s) offered shall be the responsibility of the City of Tampa and will be based on information furnished by the Bidder.

    • ERROR IN BID CALCULATIONS

      In the event there shall be a discrepancy between the stated total bid and the corrected sum of the correct multiplication of the stated unit price and the quantity specified, the corrected sum shall be considered the bid price. Unit price prevails.

    • BASIS OF AWARD

      The City of Tampa reserves the right to award this bid by aggregate total. To be considered lowest responsive, responsible Bidder by aggregate, the Bidder shall have to bid on all items.

      Award Criteria/Responsibility.  The award will be made to the lowest responsive, responsible Bidder.  To determine the responsibility of the monetary Bidder, the City may request and review documentation relative to the ability of the Bidder to satisfactorily perform the work specified in a first class manner as well as documentation of its experience; the financial condition of the Bidder from a current financial report and the Bidder's credit rating; whether the Bidder has ever been declared in default of an award; the Bidder's insurability, eligibility for bonding; and any/all pertinent information deemed necessary to determine said responsibility.

      Prior to award resulting from this solicitation, the successful bidder shall be registered to transact business in the State of Florida and shall furnish the City with proof of registration within ten days of the notice to do so by the City. Failure to promptly submit this evidence of qualification to transact business in the State of Florida may be a basis for rejection of the bid.

      Any Bidder who is owing to the City of Tampa upon any debt, contract, or other obligation to the City, or who is a defaulter as a surety or otherwise, will not be eligible for consideration for contract award regarding this solicitation. 

      An award will be made, if at all, within 120 days after opening of the bids.

      If applicable, the selected Bidder will be required to execute an agreement in the form attached hereto with content acceptable to the City.

    • BASIS OF AWARD

      The City of Tampa reserves the right to award this bid to multiple bidders, by division(s) or aggregate total, in whole or in part, or any combination that best serves the City’s needs.

      Award Criteria/Responsibility.  The awards will be made to the lowest responsive, responsible Bidders.  To determine the responsibility of the monetary Bidders, the City may request and review documentation relative to the ability of the Bidders to satisfactorily perform the work specified in a first class manner as well as documentation of its experience; the financial condition of the Bidders from a current financial report and the Bidders' credit rating; whether the Bidders have ever been declared in default of an award; the Bidders' insurability, eligibility for bonding; and any/all pertinent information deemed necessary to determine said responsibility.

      Prior to award resulting from this solicitation, the successful bidders shall be registered to transact business in the State of Florida and shall furnish the City with proof of registration within ten days of the notice to do so by the City. Failure to promptly submit this evidence of qualification to transact business in the State of Florida may be a basis for rejection of the bid.

      Any Bidder who is owing to the City of Tampa upon any debt, contract, or other obligation to the City, or who is a defaulter as a surety or otherwise, will not be eligible for consideration for contract award regarding this solicitation. 

      An award will be made, if at all, within 120 days after opening of the bids.

      If applicable, the selected Bidders will be required to execute an agreement in the form attached hereto with content acceptable to the City.

    • COMMUNICATION POLICY

      During any solicitation period including any protest and/or appeal, no contact with City officials or employees, other than with the analyst, the Director of Purchasing or the Legal Department, is permitted from any proposer/bidder. Such communication shall result in an automatic disqualification for selection in the pending solicitation and any subsequent City solicitations for a period of six (6) months, no matter the outcome of the solicitation or any protest and/or appeal.

    • AWARD PERIOD AND RENEWAL

      The award period shall be for a one (1) year period from the effective date of the award, and may, by mutual written agreement, be renewed at the same terms and conditions for four (4) additional one (1) year periods.

      1. SUPPLEMENTAL UNILATERAL RENEWAL PERIODS.  The City, through its Director of Purchasing, has the option and reserves the right to unilaterally extend the original contract term or any renewal term for up to three (3) additional thirty (30) day periods, at the same terms and conditions. Notice of the City’s intent to renew shall be provided by the City in writing to the Awardee prior to the expiration of the contract, or the renewal period if the contract has been previously renewed.
    • NON-APPROPRIATION OF FUNDS

      In the event no funds or insufficient funds are appropriated for expenditures under this award, the City will notify the Awardee in writing of such occurrence and the award shall terminate without penalty or expense to the City on the last day of the fiscal year in which sufficient funds have been appropriated.

    • PRICE ESCALATION/DE-ESCALATION

      The City of Tampa will allow a price escalation/de-escalation provision within this award.

      The original bid prices shall be firm for a 1-year minimum period.  A price escalation/de-escalation will be allowed 1 year after the beginning of the award period and at 1-year intervals, thereafter, provided the Awardee notifies the City of Tampa, in writing, of the pending price escalation/de-escalation a minimum of 60 days prior to the effective date of the price escalation/de-escalation. The price escalation percentage change shall not exceed the previous 1-year’s percentage change of the Consumer Price Index for All Urban Consumers (CPI-U) published by the U.S. Department of Labor’s Bureau of Labor Statistics.

      Failure to comply with these instructions shall be grounds for disallowance of a price escalation as allowed herein.

      If, at the point of exercising the price escalation provision, market media indicators show that the prices have decreased, and that the Awardee has not passed the decrease on to the City of Tampa, the City reserves the right to place the Awardee in default, cancel the award, and remove the Awardee from the City of Tampa Bidders List for a period of time deemed suitable by the City.  In the event of this occurrence, the City of Tampa further reserves the right to utilize any and/or all options as stated herein.
      Notwithstanding the aforementioned, for increases in pricing that exceed the limits as set forth above, through no fault of the Awardee, will be handled by the City on a case-by-case basis. Vendor shall provide documentation as requested by the City to justify the increases in price. The City, in its sole discretion, will determine whether or not to accept the requested increases in prices.

    • PERFORMANCE

      Vendor may be required to furnish evidence in writing that he or she maintains a permanent place of business and has adequate equipment, finances, personnel, and inventory to furnish the items offered satisfactorily and expeditiously and can provide necessary services.

    • PROOF OF DISTRIBUTORSHIP

      When requested, it shall be the responsibility of the Bidder(s) to furnish with their bid(s) a letter stating that said Bidder is a factory authorized distributor for the Greater Tampa area for the items for which said Bidder has submitted their bid.

    • INSPECTION

      The City of Tampa reserves the right to inspect the Bidder's place of business and equipment prior to awarding any solicitation to determine the responsibility of said Bidder to perform or provide the requirements of the bid request.

    • AWARD CHANGES

      No changes, over the award period, shall be permitted unless prior written approval is given by the Director of Purchasing, and where applicable, an amendment to the Agreement is executed by the City and Contractor and approved by resolution of the City Council of the City of Tampa.

    • ASSIGNMENT

      To the extent permitted by applicable law, this award, and all rights or obligations hereunder, is not assignable, in whole or in part, by operation of law, acquisition of assets, merger, consolidation, dissolution or otherwise without the advance written approval of the other party to this award. Any attempted assignment of this award by a party without the advance written approval of the other party shall be invalid and unenforceable against the other party. Any approved assignment of this award by the Vendor will not relieve the Vendor from the performance of its duties, covenants, agreements, obligations, and undertakings under this award, unless the assignment expressly provides otherwise. No assignment by the Vendor shall be effective unless the assignee confirms in writing to the City that the assignee accepts and shall comply with all of the duties, responsibilities, and obligations of the Awardee.

      Notwithstanding the foregoing, the City may assign its rights under this award (without the Awardee's consent or approval) to a governmental successor of the City. An assignment by the City of its rights under this award to a governmental successor of the City will relieve the City from the performance of its duties, covenants, agreements, and obligations under this award after the effective date of the assignment. However, the City shall continue to be liable for the obligations it incurred under this award prior to the effective date of the assignment. Action by the City in awarding a bid to a bidder, which has disclosed its intent to assign or subcontract in its response to the ITB, without exception shall constitute approval for purposes of this award.

    • DEFAULT/RE-AWARD

      Any award or contract resulting from this specification may be cancelled by the Director of Purchasing in whole or in part by written notice of default to the Vendor upon non-performance or violation of award terms, including the failure of the Vendor to deliver materials or services within the time stipulated in this specification, unless extended in writing by the Director of Purchasing.  In the event an award is cancelled because of the default of the Vendor, the Director of Purchasing may: (i) purchase the materials or services specified in this specification on the open market; or (ii) make an award to the next lowest bidder and establish the period of such award, provided such period is no longer than the award period set forth in this specification.

    • CANCELLATION

      When deemed to be in the best interest of the City of Tampa, any awards resulting from this specification may be cancelled by the following means:

      1. 10-day written notice with cause; or
      2. 30-day written notice without cause.
    • REJECTION

      The City of Tampa reserves the right to cancel, reject any and/or all bids, or to waive any irregularities and accept that bid which is the lowest and best.

    • GOVERNMENT PURCHASING COUNCIL

      Hillsborough County Government Purchasing Council (“GPC”) members may, at their discretion or option, utilize this bid as they require. Estimated quantities for Hillsborough County GPC members have not been included in the Bid Response form.  Purchases by these entities may increase the value of the award.  A list of the members of the GPC is contained within this bid document.

      Any Hillsborough County GPC member which avails itself of this award will establish its own contract, place its own orders, issue its own purchase orders, and issue its own exemption certificates as required by the Bidder. It is understood and agreed that the City of Tampa is not a legally bound party to any contractual agreement made between any other governmental entity and the Bidder as a result of this Bid.

       

      GPC LISTING

       

       

       

       

      City of Plant City

      Purchasing Manager

      Drawer C

      Plant City, FL 33563
      813-659-4270 - Telephone
      813-659-4216 - Fax

       

      Hillsborough Community College

      39 Columbia Drive

      Tampa, FL  33606

      813-253-7060 – Telephone

      813-253-7561 – Fax

       

      Tampa Sports Authority

      4201 N. Dale Mabry Highway

      Tampa, FL  33607

      813-673-4300 – Telephone

      813-673-4312 – Fax

       

       

      City of Temple Terrace

      P.O. Box 16930

      Temple Terrace, FL  33687

      813-506-6420 – Telephone

      813-989-7185 – Fax

       

      Hillsborough County Board of County Commissioners

      601 E. Kennedy Blvd., 25th Floor

      Tampa, FL 33601

      Phone: (813) 272-5790

      FAX: (813) 272-6290

      procurementservices@hillsboroughcounty.org

       

      Tax Collector

      601 E. Kennedy Blvd., 14th Floor

      Tampa, FL 33602

      Phone: (813) 307-6222

      FAX: (813) 307-6521

      www.hillstax.org

       

      Clerk of Circuit Court

      601 E. Kennedy Blvd.-13th Floor

      P.O. Box 1110

      Tampa, FL  33601

      Phone: (813) 276-8100 Ext.7721

      FAX:   (813) 272-5521

      www.hillsclerk.com

       

       

      Hillsborough Co. Sheriff’s Office

      P.O. Box 3371

      Tampa, FL  33601

      813-247-8032 – Telephone

      813-242-1825 – Fax

       

      The Children's Board of Hills. County

      1002 E. Palm Avenue

      Tampa, FL 33605

      Phone: (813) 229-2884

      FAX: (813) 228-8122

      www.childrensboard.org

       

      Tampa-Hillsborough County Expressway Authority

      1104 East Twiggs St. Suite #300

      Tampa, Florida  33602

      813-272-6740 – Telephone

      813-276-2492 – Fax

       

      State Attorney’s Office

      800 E. Kennedy Blvd., 5th Floor

      Tampa, FL  33602

      813-272-5400 – Telephone

      813-272-7014 – Fax

       

      University of South Florida

      Purchasing Services

      4202 E Fowler Ave SVC-1072

      Tampa, FL  33620

      813-971-3340 – Telephone

       

      Hillsborough Area Regional Transit Authority

      4305 E. 21st Street

      Tampa, FL  33605

      813-623-5835 – Telephone

      813-664-1119 – Fax

       

      Tampa Port Authority

      P.O. Box 2192

      Tampa, FL 33601

      813-905-5164 – Telephone

      813-905-5109 – Fax

       

      Property Appraiser

      601 E. Kennedy Blvd., 16th Floor

      Tampa, FL 33602

      Phone: (813) 272-6100

      FAX: (813) 272-5519

      www.hcpafl.org

       

      Hillsborough Co. Aviation Authority

      P. O. Box 22287

      Tampa International Airport

      Tampa, FL 33622-2287

      Phone: (813) 870-8730

      FAX: (813) 875-6670

      www.tampaairport.com

      Supervisor of Elections

      601 E. Kennedy Blvd., 16th Floor

      Tampa, FL 33602

      Phone: (813) 276-8274

      FAX: (813) 272-7043

      www.votehillsborough.org

       

      Tampa Palms Community Dev. Dist.

      16311 Tampa Palms Blvd W

      Tampa, FL  33647

      Phone:  (813) 977-3933

      Fax:  (813) 977-6571

      www.tpoa.net

      Hillsborough County School Board

      P. O. Box 3408

      Tampa, FL 33601-3408

      Phone: (813) 272-4329

      FAX: (813) 272-4007

      www.sdhc.k12.fl.us

      City of Tampa Housing Auth.

      1514 Union Street

      Tampa, FL  33607

      813-253-0551 – Telephone

      813-367-0786 – Fax

       

       

    • USE OF CONTRACT BY OTHER GOVERNMENTAL AGENCIES

      Unless otherwise stipulated by the Bidder in its bid response, the Bidder agrees to make available to all government agencies, departments, and municipalities the proposed prices submitted in accordance with the terms and conditions of this Solicitation Document, should any governmental entity desire to buy under the award resulting from this Solicitation Document.

      Any other governmental agency, department, or municipality which avails itself of this award will establish its own contract, place its own orders, issue its own purchase orders, and issue its own exemption certificates as required by the Bidder. It is understood and agreed that the City of Tampa is not a legally bound party to any contractual agreement made between any other governmental entity and the Bidder as a result of this Bid.

    • USE OF STATE CONTRACT, GPC, OR COOPERATIVE PURCHASING BIDS

      The City of Tampa reserves the right to utilize applicable State of Florida Contracts, GPC Bids, or those contracts of any other federal, state, or local governmental entity under the terms of a bid submitted to such entity, provided that such contract is procured in compliance with the procuring entity's law, bylaws, regulations, or ordinances regarding competitive solicitation, which must provide for full and open competition for any items covered by this specification when the use of same is in the best interest of the City of Tampa.

    • FLORIDA PUBLIC RECORDS LAW

      In accordance with Chapter 119 of the Florida Statutes, and, except as may be provided by Chapter 119 of the Florida Statutes and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection and copying. Bidder is required to acknowledge whether or not they are asserting that certain information in its bid is confidential and/or proprietary and/or exempt from public disclosure.  If the Bidder is asserting that certain information in its bid submittal is confidential and/or proprietary and/or exempt from public disclosure, then the Bidder is required to do the following:

      1. identify, with specificity, the information which the Bidder asserts is confidential and/or proprietary and/or exempt from public disclosure,
      2. place such information in a separate file labeled “REDACTED, EXEMPT FROM PUBLIC DISCLOSURE” this uploaded document must be separate from the Bidder's other bid documents,
      3. specifically cite the applicable Florida Statute(s) that exempts such information from public disclosure - such citation must be placed within the redacted file.   The “REDACTED” file that contains the Bidder's confidential/proprietary/exempt information must be submitted with the Bidder's other bid documents.  Bidder is advised that failure to follow the aforementioned instructions may result in Bidder's alleged confidential/proprietary/exempt information being disclosed to the public.  This will be the Bidder’s “REDACTED” copy. All submittals received in response to this solicitation will become the property of the City of Tampa and will not be returned.  In the event of an award, all documentation produced as part of the bid will become the exclusive property of the City.*

      Be aware that the designation of an item as exempt from public disclosure by a Bidder may be challenged in court by any person or entity.  By designation of material in your Bid submittal as exempt from public disclosure, Bidder agrees to defend the City of Tampa (and its employees, agents and elected and appointed officials) against all claims and actions (whether or not a lawsuit is commenced) related to Bidder’s designation of material as exempt from public disclosure and to hold harmless the City of Tampa (and its employees, agents and elected and appointed officials) for any award to a plaintiff for damages, costs and attorneys’ fees, and for costs and attorneys’ fees incurred by the City by reason of any claim or action related to your designation of material as exempt from public disclosure.

      *Note: The City will not accept Bid submittals when the entire submittal is labeled as exempt from public disclosure.  Bidder’s References and Cost or Price information will be deemed a public record, and if a claim of confidentiality/proprietary information is made, the City may deem the Bid submittal as “non-responsive”.

      1. In accordance with section 119.071(1)(b)2, Florida Statutes, sealed bids, proposals, or replies received by the City of Tampa pursuant to a competitive solicitation are exempt from section 119.07(1), Florida Statutes and section 24(a), Art. I of the State Constitution until such time as the City of Tampa provides notice of an intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier.
      2. In accordance with section 119.071(1)(b)3, Florida Statutes, if the City of Tampa rejects all bids, proposals, or replies submitted in response to a competitive solicitation and the City of Tampa concurrently provides notice of its intent to reissue the competitive solicitation, the rejected bids, proposals, or replies remain exempt from section 119.07(1), Florida Statutes and section 24(a), Art. I of the State Constitution until such time as the City of Tampa provides notice of an intended decision concerning the reissued competitive solicitation or until the City of Tampa withdraws the reissued competitive solicitation. A bid, proposal, or reply is not exempt for longer than 12 months after the initial City of Tampa notice rejecting all bids, proposals, or replies.
      3. The City of Tampa is a public agency subject to Chapter 119, Florida Statutes. In accordance with Florida Statutes, 119.0701, Awardee agrees to comply with Florida’s Public Records Law, including the following:
        1. Awardee shall keep and maintain public records required by the City to perform the services;
        2. Upon request from the City, Awardee shall provide the City with copies of the requested records, having redacted records in total or in part that are exempt from disclosure by law or allow the records to be inspected or copied within a reasonable time (with provision of a copy of such records to the City) on the same terms and conditions that the City would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes, or as otherwise provided by law;
        3. Ensure that public records, in part or in total that are exempt or that are confidential and exempt from public record requirements are not disclosed except as authorized by law for the duration of the contract term and following completion (or early termination) of the contract if the Contractor does not transfer the records to the City;
        4. Upon completion (or earlier termination) of the award, Awardee shall within 30 days after such event either transfer to the City, at no cost, all public records in possession of the Awardee or keep and maintain the public records in compliance with Chapter 119, Florida Statutes. If Awardee transfers all public records to the City upon completion (or earlier termination) of the award, Awardee shall destroy any duplicate records that are exempt or confidential and exempt from public records disclosure requirements. If Awardee keeps and maintains public records upon completion (or earlier termination) of the award, Awardee shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the agency.
        5. The failure of Awardee to comply with Chapter 119, Florida Statutes, and/or the provisions set forth above shall be grounds for immediate unilateral termination of the contract by the City; the City shall also have the option to withhold compensation due Awardee until records are received as provided herein.
        6. IF THE AWARDEE HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES TO THE AWARDEE’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AWARD, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 813/274-8351, AND MAILING ADDRESS OF PURCHASING DEPARTMENT, HANNA CITY CENTER BUILDING, 2ND FLOOR, 2555 E. HANNA AVE, TAMPA, FL 33610.
    • PROCUREMENT PROTEST PROCEDURES

      A protest must be filed with the Director of the soliciting Department within five (5) business days of posting the City’s intent to award and may be filed by an actual bidder, who is allegedly aggrieved in connection with the issuance of a bid solicitation or pending award of any award in any competitive process utilized by the City of Tampa for procurements of supplies, materials or services and construction of public improvements and has standing to protest under Florida Law. Any protest must be filed in accordance with the City of Tampa Code, Chapter 2, Article V, Division 3, Purchases and Contracts, Section 2-282, Procurement Protest Procedures. Protests not complying with the provisions of this Section shall not be reviewed.

      All dates and times specified in the Protest Procedures in Section 2-282 are calculated as city business days. A City business day shall mean 8:00 am to 5:00 pm Monday through Friday, with the exception of city holidays. In all instances any document required to be transmitted by a certain date must be received in the required office by 4:30 pm. An envelope which is postmarked by the required date is not sufficient. Transmittal by fax, email or other electronic means may be accepted. However, it shall be the responsibility of the party transmitting the document(s) to ensure that the document(s) were received, and the transmitting party shall bear any risk of interruption or failure in the electronic transmission.

    • LAWS, CODES, AND ORDINANCES

      Awardee shall comply with all Federal, State, County and City laws, rules, and regulations as applicable to this bid.

    • AUDIT RIGHTS

      Vendor agrees that the City representative shall have access to, and the right to audit, examine, or reproduce, the financial books and records of Awardee related to Awardee’s performance under the award. Vendor shall retain all such records for a minimum period of six (6) years from the date of termination of the award, including any renewal or extension hereof, or for such longer period of time as required by federal or state law, and shall be extended until the completion of any audit in progress.  Vendor must keep all financial records in a manner consistent with generally accepted accounting principles. Vendor must provide access during normal business hours to the requested records no later than ten (10) calendar days after the written request by the City or its authorized representative. If any audit reveals any material deviation from the award requirements, any misrepresentations or any overcharges to the City, the City will be entitled to recover damages, as well as the cost of the audit.  Any adjustments or payments which must be made as a result of any such audit or inspection of the Vendor’s invoices or records must be made within a reasonable amount of time, but in no event may the time exceed ninety (90) calendar days, from presentation of the City’s audit findings to the Awardee.  Awardee shall include this right to audit section in any subcontractor agreements entered into in connection with this award.

    • CITY OF TAMPA ETHICS CODE

      Bidder shall comply with all applicable governmental and city rules and regulations including the City's Ethics Code which is available on the City's website. (City of Tampa Code, Chapter 2, Article VIII. - Section 2-522).

      Moreover, each Bidder responding to this Invitation to Bid acknowledges and understands that the City's Charter and Ethics Code prohibit any City employee from receiving any substantial benefit or profit out of any award or obligation entered into with the City, or from having any direct or indirect financial interest in effecting any such award or obligation. Awardee shall ensure that no City employee receives any such benefit or interest as a result of the award of this Invitation to Bid. (City of Tampa Code, Chapter 2, Article VIII. - Section 2-514(d)).

      Please note that the City's Ethics Code may be accessed on the Internet by utilizing the website link
      http://www.tampagov.net/human-resources/info/lobbyist-information or can be found in the City of Tampa’s municipal codes published online by the Municipal Code Corporation at the website link https://www.municode.com/library/fl/tampa/codes/code_of_ordinances.  Printed copies of the Ethics Code can also be obtained from the City Clerk's Office for a fee of $0.15 cents a page.

    • CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME)

      Officer understands that a “person” or “affiliate” who has been placed on the “convicted vendor list” following a “conviction” for a “public entity crime” (as those terms are defined in Section 287.133, Florida Statutes) for a period of 36 months following the date of being placed on the convicted vendor list, is ineligible to contract with or submit a bid, proposal or reply to contract with the City of Tampa. Business Entities placed on either the “discriminatory vendor list” or “antitrust vendor list” are ineligible to transact business with the City of Tampa.

      Officer understands and attests that neither Officer, nor any person or affiliate of the Entity, nor the Entity have been placed on any of the above referenced vendor lists that would render the Entity ineligible to contract with or submit a bid, proposal or reply to contract with the City of Tampa.

    • SCRUTINIZED COMPANIES

      Section 287.135, Florida Statutes, prohibits an agency or local governmental entity from contracting for goods or services of one hundred thousand dollars or more with a company or other entity that is on the Scrutinized Companies or Other Entities that Boycott Israel List or is engaged in a boycott of Israel, and of $1 million or more with companies or other entities that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or are engaged in business operations in Cuba or Syria. Specifically, Section 287.135(2), Florida Statutes, states: “A company or other entity is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or services of: (a) One hundred thousand dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies or Other Entities that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or (b) One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company or other entity: 1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to s. 215.473; or 2. Is engaged in business operations in Cuba or Syria.”

      Upon submitting its bid or proposal, a bidder/proposer: (i) certifies the company or other entity is not in violation of Section 287.135, Florida Statutes, and shall not be in violation at the time the company enters into or renews any resulting contract; and (ii) agrees any such resulting contract shall be deemed to contain a provision that allows the City, at its option, to terminate such contract for cause if the company is found to have submitted a false certification, been placed on one or any of the foregoing Lists, been engaged in a boycott of Israel, or been engaged in business operations in Cuba or Syria.

    • AWARD LITIGATION/LEGAL PROCEEDINGS

      Bidder shall identify any conditions (i.e., bankruptcy, pending and/or existing litigation, planned office closures, impending merger/acquisition) that may impede the Bidder’s ability to perform the services set forth in this Bid.  Bidder shall provide in detail information on the nature and magnitude of any litigation or proceeding whereby, currently or during the past five (5) years, a court or any administrative agency has ruled against the company in any matter related to the professional activities of the company. This shall include any class actions wherein your company was named, industry investigations by Attorneys General, in addition to individual cases.

      Bidder shall identify any pending lawsuits, past litigation relevant to subject matter of this Bid or litigation involving any unauthorized release of client confidential information, providing a statement of any litigation, or pending lawsuits that have been filed against the Bidder’s company currently or within the last five (5) years. If an action has been filed, state and describe the litigation or lawsuit filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. If no litigation or lawsuit has been filed against the company, provide a statement to that effect.

      Bidder shall provide information concerning any current or past bankruptcy proceedings currently or within the last five (5) years for any voluntary or involuntary declarations of bankruptcy concerning the company, partner or subsidiary, subcontractors, or any corporate officer with details of such proceedings.

      Bidder must also provide information as to whether the Bidder or an affiliate of the Bidder is currently or has in the last five (5) years ever pledged any interest in all or any portion of any current or future payment as collateral, including for example as part of an accounts receivable factoring program. If yes, please provide information identifying the type of arrangement, date of the arrangement, and name of the party to whom the interest was pledged.

    • MINIMUM WAGE AMENDMENT

      Vendor shall comply with the minimum wage requirements as required in Article X, Section 24, Constitution of the State of Florida.

      The rate of wages for all persons employed by the Vendor on the work covered shall not be less than the rate of wages required by the Fair Labor Standards Act (Public Law 104-188).

    • AWARDEE BACKGROUND CHECKS

      When assigning employees to work on City property, the Awardee shall check the backgrounds of each employee and notify the City’s Employment Services Manager prior to assignment if candidates fall into one or more of the following categories:

      • Unable to pass 8 Panel Drug Screen
      • Has a felony or misdemeanor conviction involving violence, weapons, or crimes against a public official
      • Is a former City of Tampa employee
    • EXEMPT INFORMATION

      As part of the services performed by Vendor under this award, the City may provide Vendor with certain building plans, blueprints, schematic drawings, and diagrams, including draft and final formats, that depict the internal layout and structural elements of a City building or facility (“Exempt Plans”). Vendor acknowledges that the Exempt Plans are exempt from disclosure under Section 119.071(3)(b), Florida Statutes. Vendor agrees that Vendor shall maintain the exempt status of the Exempt Plans and shall ensure that Vendor 's officers, employees, agents, and all tiers of subcontractor also maintain the exempt status of the Exempt Plans. All copies of Exempt Plans provided to Vendor by City shall be returned by Vendor to the City upon completion (or early termination) of any given Work Order under this award.

    • DATA COLLECTION

      Pursuant to Section 119.071(5)(a), Florida Statutes, social security numbers collected from bidders are used for identification, verification, and tax reporting purposes.

    • INVOICING

      Vendor shall furnish the City Representative complete itemized invoices for the goods purchased/services performed.   Invoices are to reflect the prices stipulated on the purchase order and as outlined in this bid document and prices quoted on OpenGov. The City will not accept an aggregate invoice.  As part of the award process, the City may request a sample invoice.  Invoices shall contain, but not be limited to the following information:

      • Invoice number;
      • Company Name;
      • Purchase order number;
      • Location and dates of delivery or service;
      • Cost of goods/services as stated on Bid pricing in OpenGov and extended price to reflect total cost.

      At the time of submission of its invoices, the Awardee shall submit to the CITY a report on Form DMI-30, “DMI-Payments” of all sub-contractor contract amounts and payments along with any other completed reports or forms as may be required by the CITY. In the event the Awardee uses any SLBE sub-contractors, the Awardee shall provide form DMI-40 “Letter of Intent” (LOI) for all SLBE sub-contractors the Awardee intends to utilize.

      • Form DMI-30 DMI Sub-(Contractors/Consultant/Suppliers) Payments
      • Form DMI-40 Letter of Intent (LOI)
    • SUB-CONTRACTING SUBMITTALS

      No Vendor shall assign the award or any rights or obligations thereunder without the prior written consent of the City.  The Vendor shall be required to perform with its own forces at least fifty-one (51) percent of the work, unless written consent to subcontract a greater percentage of the work first obtained by the City.  In the event of such approved subcontracting, the Vendor agrees to provide the City with written documentation relative to the Subcontractor(s) solicited, or that will be employed in this award, including but not limited to submittal of attached the following Schedule of Sub-Contracting Forms:

      • Schedule of All Sub-Contractors/Consultants/Suppliers Solicited - DMI 10
      • Schedule of Sub-Contractors/Consultants/Suppliers to be Utilized - DMI 20

      These forms must be completed (including signatures) and submitted with all bids. Submittals that do not contain these completed forms may be deemed “non-responsive”.  Instructions on completing the forms are included after each form in this bid package.

      Subcontractor shall be defined as a business enterprise, firm, partnership, corporation, consultant, or combination thereof having a direct contract with a prime contractor for any portion of the advertised work that is awarded by the owner/owner's representative.
      Supplier shall be defined as a business enterprise that either directly contracts with a Prime Contractor/Consultant or directly contracts with a Subcontractor under such Prime Contractor/Consultant to provide materials, supplies or equipment in connection with a Contract awarded by the owner/owner representative. A Supplier may be a regular dealer, distributor, or manufacturer.

    • CONFLICT OF INTEREST

      The City requires that the Bidder provide professional, objective, and impartial advice and at all times hold the City’s interest(s) paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work.  The Bidder has an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of the City, or that may reasonably be perceived as having this effect. If the City, in its sole discretion, determines that a conflict of interest exists, such Bidder shall not be considered for award. Failure to disclose said situations may lead to the disqualification of the Bidder or the termination of its award.

      Any such interests on the part of the Bidder or their employees, must be disclosed in writing to the City in the VENDOR RESPONSES Section of this solicitation.  Also, the Bidder is aware of the conflict-of-interest laws of the State of Florida and the City of Tampa and agrees that they shall fully comply in all respects with the terms of said laws.

    • GOVERNING LAW AND VENUE

      The laws of the State of Florida (without giving effect to its conflicts of law principles) govern all matters arising out of or relating to this solicitation, including, without limitation, its interpretation, construction, performance, and enforcement. The parties hereto submit to the exclusive jurisdiction and venue of the state courts located in Hillsborough County, Florida.

    • PAYMENT

      Full payment will be made by the City after receipt and acceptance of materials/services and proper invoice in accordance with Florida Statutes § 218.70, et. seq., the Local Prompt Payment Act.  Bidders that accept Visa/MasterCard payments can be enrolled in the City’s ePayments program for faster payment turnaround, by contacting the City’s Accounts Payable Department at acctspayable@tampagov.net.

    • TAMPA PORT ACCESS

      All personnel assigned to provide this service or required to deliver goods to the Port of Tampa, if applicable in this award, shall obtain a Port Pass.  To obtain this port pass will require each employee to have a valid photo ID.  It is the responsibility of the Awardee to obtain Port Passes before work begins or prior to delivery.  Each employee shall display the identification card on outer apparel at all times when on the AWT Plant site or WWC site.  Any person found on the site without the required identification card will be directed to leave the site immediately. The time and cost associated with acquiring this ID shall be the Awardee’s responsibility.

      Documentation, pricing, and other information related to the access requirements for the Port of Tampa can be found at: https://www.porttb.com/port-security/

    • EMPLOYEE VERIFICATION

      Officer understands and attests that pursuant to Section 448.095(5), Florida Statutes, the Entity must comply with Florida’s E-Verify law to enter into a contract with the City of Tampa.

      The undersigned Entity is registered with and uses the United States Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees.

      No public employer has terminated a contract with the Entity pursuant to Section 448.095(5), Florida Statutes, within the year immediately preceding the date of contracting or submitting a bid, proposal or reply to contract with the City of Tampa.

      The Entity is currently in compliance and will remain in compliance for the duration of any contract with the City of Tampa, with all requirements of Section 448.095(5), Florida Statutes.

      Officer understands and attests that, if there is a good faith belief that the Entity has knowingly violated Section 448.09(1), Florida Statutes, there is an obligation on the part of the City of Tampa to terminate a contract pursuant to Section 448.095(5), Florida Statutes.

      Officer understands and attests that, if there is a good faith belief that one of Entity’s subcontractor(s) has knowingly violated the Section 448.09(1), Florida Statutes, but the Entity has otherwise complied with its obligations thereunder, then the Entity will be required to immediately terminate the contract with the subcontractor in order to continue providing services to the City of Tampa.

    • BIDDER'S CRIMINAL HISTORY SCREENING PRACTICES

      Per City of Tampa Code of Ordinances, Section 2-284, Bidder is requested to provide information as to whether Bidder has criminal history screenings similar in nature to the practices contained in Chapter 12, Article VI, City of Tampa Code of Ordinances.  For Procurements of $100,000 or more, If the Bidder voluntarily agrees to comply with the City’s criminal screening practices as provided in Chapter 12, Article IV of the City Code, the Bidder will receive a  two percent (2%) discount for evaluation purposes only if Bidder submits notarized documentation with its bid, and an assurance of compliance with Section 2-284 if awarded the contract (“Ban the Box Requirements”). The City of Tampa’s municipal codes are published online by the Municipal Code Corporation at the website link https://library.municode.com/fl/tampa/ordinances/code_of_ordinances?nodeId=1171018.

      Bidders applying to receive the discount or incentive related to Section 2-284, must provide the appropriate documentation in the VENDOR RESPONSES Section of this solicitation.

    • OSHA SAFETY DATA SHEETS

      Where applicable, OSHA Safety Data Sheets (SDSs) shall be submitted by the Awardee within 5 days of notice of award by the City.  For any changes occurring during the agreement term that require a new SDS, a revised form must be provided to the City within 30 days. See the ATTACHMENTS & EXHIBITS Section for a copy of the OSHA Hazard Communication SDS requirements for more information.

    • BID SECURITY

      Bid must be accompanied by a Bid Bond, certified or cashier's check issued by solvent bank or trust company and payable at sight to the City of Tampa in an amount not less than ten percent of the sum of the computed total amount of the Bidder's bid as a guarantee that if the bid is accepted, the Bidder will execute and fill in the proposed award within ten days after notice of award. Certified checks shall have all necessary documentary review stamps attached if required by law.

      A copy of the Bid Security must be included in the electronic bid submittal.

      Submission of original bid security by mail, hand delivery or express mail must be in a sealed envelope with the Bidder’s name and return address indicated. Original bid security must be received within two business days of the bid closing date. Type or print the Bid Number and Bid Title on the carrier envelope. Address the bid security envelope as follows:

      Purchasing Department                                    (This address is appropriate for mailing,
      Hanna City Center, 2nd Floor                                  hand delivery and express mail.)
      2555 E. Hanna Ave.
      Tampa, Florida 33602               

      The Hanna City Center Building is a controlled access building, and all visitors are required to obtain a Visitor's Pass prior to visiting the Purchasing Department.

    • PUBLIC CONSTRUCTION BOND

      The Bidder who is awarded the Contract (the “Contractor”) will be required to furnish a Public Construction Bond (Performance and Payment Bond) upon the form provided herein, attached hereto as Exhibit B, equal to one hundred  percent (100%) of the Contract price, for purposes of insuring the faithful performance of the obligations imposed by the resulting contract, including maintenance and guaranty provisions, and protecting the City from lawsuits for nonpayment of debts as might be incurred during the Contractor's performance under such contract. The Contractor is not guaranteed any particular amount of work during the initial term or any renewal term of the contract. Such Bond shall be recorded by the Contractor and shall then provide the City Representative with a certified copy of the officially recorded Bond within twenty (20) days after the date of Contractor’s receipt of written Notice of Award by the City, and prior to Contractor’s commencing performance under the contract. The Bond is to be executed by a surety company acceptable to the City of Tampa and licensed to underwrite contracts in the State of Florida. Surety companies shall have a rating of not less than: B+ Class VI as evaluated in the most recently circulated BEST'S KEY RATING GUIDE PROPERTY-LIABILITY, within twenty (20) days after the date of its receipt of written Notice of Award by the City for purposes of insuring the faithful performance of the obligations imposed by the resulting contract, including maintenance and guaranty provisions, and protecting the City from lawsuits for nonpayment of debts as might be incurred during the Contractor's performance under such contract after executing the Agreement, attached hereto as Exhibit B, and prior to commencing work, Contractor must record the bond and provide the City a certified copy of the officially recorded Bond. Contractor shall furnish the premiums for the Bond.

      The City will make payment for the cost of the Bond with the first invoice for each term of the contract. A new Bond is required for each renewal period of this contract in an amount equal to one hundred percent (100%) of the estimated contract price for the renewal term.

      Attorneys-in-fact who sign bonds or other surety instruments must attach with each bond or surety instrument an effective and certified power of attorney.

      If, at any time, the City shall become dissatisfied with any surety or sureties then upon the Public Construction Bond, or if for any other reason such Bond shall cease to be adequate security for the City, the Contractor shall, within five days after notice to do so, substitute an acceptable Bond in such form and sum and signed by such other sureties as may be satisfactory to the City. The premiums on such Bond shall be paid by the Contractor. No further partial payments shall be deemed due or shall be made until the new sureties have qualified.

      In lieu of the bonds required by this section, the Contractor may file with the City an alternative form of security which shall be in the form of cash, money order, certified check cashier's check, irrevocable letter of credit, or a security of the type listed in Part II of Chapter 625, Florida Statutes. Such alternative forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable to the bond required by this section. The determination of the value and acceptability of such alternative forms of security shall be made by the City.

      Submission of Bond shall be provided within twenty (20) days after Notice of Award. Type or print the Bid Number and Bid Title on the carrier envelope. Address the BOND envelope as follows:

      Purchasing Department                                    (This address is appropriate for mailing,
      Hanna City Center Building, 2nd Floor                   hand delivery and express mail.)
      2555 E. Hanna Ave.
      Tampa, Florida 33610               

      The Hanna City Center Building is a controlled access building, and all visitors are required to obtain a Visitor's Pass prior to visiting the Purchasing Department.

    • SMALL LOCAL BUSINESS ENTERPRISE (SLBE) PARTICIPATION

      Pursuant to the City of Tampa Equal Business Opportunity Program (Chapter 26.5, City of Tampa Code), in an effort to promote increased opportunities for Small Local Business Enterprise (SLBE) participation, the City has determined that a bid discount shall be applied to the bids of City of Tampa certified SLBEs upon evaluation.

      *For an SLBE, there shall be a five percent (5%) discount applied to the total bid amount, up to a maximum of $10,000. The bid discount shall be deducted in the evaluation for each City of Tampa certified/discount-eligible company when determining the apparent low bidder. 

      The bid discount shall be used for evaluation purposes only.
      For additional information please visit the Equal Business Opportunity Office website at: http://www.tampagov.net/ebo.

      Prime BiddersAmount of Actual BidWith 5% Bid Discount (*Not to Exceed CAPS)

      Adjusted Bids for Evaluation Purposed Only

      Bidder #1
      (Non-Certified)

      $305,000Not Eligible$305,000

      Certified Bidders

      #2. SLBE

       

      #2. $305,000

      *Calculate Discount

      #2. $10,000

      Evaluation Value

      #2. $295,000

      Bidder #3
      (Non-Certified)
      $310,000Not Eligible$310,000

       

    • FORCE MAJEURE

      If a Force Majeure Event occurs, the party that is prevented by that Force Majeure Event from performing any one or more obligations under this award (the “Nonperforming Party”) will be excused from performing those obligations, on condition that it complies with its obligations herein. “Force Majeure Event” means, with respect to the Nonperforming Party, any event or circumstance, regardless of whether it was foreseeable, which was not caused by the Nonperforming Party, which prevents the Nonperforming Party from complying with any of its obligations under this award, on condition that the Nonperforming Party uses reasonable efforts to comply with its obligations, except that a Force Majeure Event will not include any strike or other labor unrest that affects only one party, economic hardship of a party, an increase in prices, changes in market conditions, or a change of law. Upon the occurrence of the Force Majeure Event, the Nonperforming Party shall notify the other party in writing within ten (10) days of the occurrence of that the Force Majeure Event, its effect on performance, and how long that party expects the Force Majeure Event to last. Thereafter the Nonperforming Party shall update the other party as reasonably necessary. During a Force Majeure Event, the Nonperforming Party shall use reasonable efforts to limit damages to the other party and to resume its performance under this award. The other party has the right to terminate the award if the Non-Performing Party’s Force Majeure Event continues for more than a reasonable time.

    • INDEMNIFICATION

      The Contractor/Successful Proposer/Firm (collectively the “Firm”) releases and agrees to defend, indemnify and hold harmless the City of Tampa, its officers, elected and appointed officials, and employees from and against any and all liabilities, losses, claims, suits, actions, causes of action, either at law or in equity, damages, charges, judgments, or expenses (including attorney’s fees and court costs, whether at trial or appeal) which the City may suffer, sustain, incur, or in any way be subjected to by reason of or as a result of any act, negligence, or omission on the part of the Firm, its agents or employees, in the execution or performance of the obligations assumed under or incidental to, the Award/Contract/Agreement (collectively the “Agreement”) into which the Firm and the City will enter, except when caused solely by the fault, failure, or negligence of the City, its agents, or employees. Firm’s duty to defend is separate and apart from Firm’s duty to indemnify and hold harmless and exists immediately upon presentation of written notice of a suit, claim or action of any nature to the Firm by a party entitled to a defense hereunder. If the above indemnity or defense provisions or any part of the above indemnity or defense provisions are limited by the provisions of Section 725.06, Florida Statutes or any other applicable law, then this section shall be so limited to said section 725.06 and with respect to the part so limited, the monetary limitation on the extent of the indemnification shall be the greater of:

      1. the monetary value of this contract,
      2. the coverage amount of Commercial general liability insurance required under the contract, or
      3. $1 Million Dollars. Otherwise, the obligations under this section will not be  limited by the amount of any insurance required to be obtained or maintained under this contract. Firm’s duties to defend and indemnify pursuant to this section shall survive the early termination or expiration of the contract and shall continue in full force and effect so long as the possibility of any liability, claim or loss exists, unless otherwise prohibited by law. Nothing in this section or in the contract shall be construed as a waiver of any immunity from or limitation of liability the City, its officers, agents, and employees may have under the doctrine of sovereign immunity under common law or statute.
    • NON-DISCRIMINATION IN CONTRACTING AND EMPLOYMENT

      The following provisions are hereby incorporated into any contract executed by or on behalf of the City of Tampa.  The Vendor shall comply with the following Statement of Assurance:

      During the performance of this Award, the Vendor herein assures the City, that said Vendor is in compliance with Title VII of the 1964 Civil Rights Act, as amended, the Florida Civil Rights Act of 1992, and the City of Tampa Code of Ordinances, Chapter 12, in that the Vendor does not on the grounds of race, color, national origin, religion, sex, sexual orientation, gender identity or expression, age, disability, familial status, or marital status, discriminate in any form or manner against said Vendor's employees or applicants for employment.

      Vendor understands and agrees that this award is conditioned upon the veracity of this Statement of Assurance, and that violation of this condition shall be considered a material breach of this award. Furthermore, the Vendor herein assures the City that said Vendor will comply with Title VI of the Civil Rights Act of 1964 when federal grant(s) is/are involved. This Statement of Assurance shall be interpreted to include Vietnam-Era Veterans and Disabled Veterans within its protective range of applicability.

      Vendor further acknowledges and agrees to provide the City with all information and documentation that may be requested by the City from time to time regarding the solicitation, selection, treatment and payment of subcontractors, suppliers, and vendors in connection with this award. Vendor further acknowledges that it must comply with City of Tampa Code of Ordinances, Chapter 26.5.

      Per City of Tampa Code of Ordinances, Section 2-284, Bidder(s) are requested to provide information as to whether Bidder(s) has criminal history screenings similar in nature to the practices contained in Chapter 12, Article VI, City of Tampa Code of Ordinances.  The City of Tampa’s municipal codes are published online by the Municipal Code Corporation at the website link https://www.municode.com/library/fl/tampa/codes/code_of_ordinances.  

      1. EQUAL OPPORTUNITY
        The City of Tampa hereby notifies all Bidders that all eligible businesses, including Small Local Business Enterprises (SLBEs) will be afforded a full opportunity to participate in any Award made by the City of Tampa pursuant to this present bid matter and will not be subjected to discrimination on the basis of race, color, national origin, religion, sex, sexual orientation, gender identity or expression, age, disability, familial status, or marital status. The City of Tampa prohibits any person involved in City of Tampa contracting and procurement activities, to discriminate on the basis of race, color, national origin, religion, sex, sexual orientation, gender identity or expression, age, disability, familial status, or marital status.

      Additional information can be found on the Equal Business Opportunity (EBO) Office website at: http://www.tampagov.net/ebo

    • RESPONSIBLE VENDOR DETERMINATION

      The City of Tampa will not request documentation of or consider a Bidder’s social, political, or ideological interests when determining if the Bidder is a responsible vendor and will not give preference to a Bidder based on the Bidder’s social, political, or ideological interests. 

    • EQUAL BUSINESS OPPORTUNITY PROGRAM / SLBE / REQUIREMENTS GOAL

      In accordance with the City of Tampa’s Equal Business Opportunity Ordinance, a goal of NO VALUE% has been established for subcontracting with Small Local Business Enterprises, (SLBEs), certified by the City.  The goal is based upon the availability of the firms listed on the Goal Worksheet included as an attachment to this bid document.  Bidders must solicit all SLBE firms on this worksheet and provide documentation of emails, faxes, phone calls, letters, or other communication with the firms as a first step to demonstrate Good Faith Efforts to achieve the goal.  The list is formatted to facilitate e-mail solicitations to the listed firms by copying and pasting e-mail addresses. Bidders may explore other opportunities for subcontracting with SLBEs by consulting the current directory of all certified SLBEs posted on the City of Tampa’s Equal Business Opportunity web page.

      Prime bidder who is a City of Tampa certified SLBE vendor is not automatically exempt from the Good Faith Effort requirements to achieve the NO VALUE% SLBE subcontracting goal.

      1. GOOD FAITH EFFORT COMPLIANCE PLAN REQUIRED DMI FORM 50 – (GFECP).  When a Goal has been established, the Bidder must submit, with its bid, completed to the fullest extent possible, a Good Faith Effort Compliance Plan using the form GFECP contained herein. Submittals that do not contain the GFECP DMI Form 50 when a goal has been established may be deemed “non-responsive”. Additional documentation is required whenever an SLBE subcontractor’s low quote is not utilized. Supplemental information or documentation concerning the Bidder’s Compliance Plan may be required prior to award as requested by the City representative.
      2. DATA MANAGEMENT INITIATIVE, DMI, DATA REPORTING FORMS REQUIRED.  Bidder must submit, with its bid, “DMI-Solicited” forms listing all subcontractors solicited and “DMI-Utilized” forms listing all subcontractors to be utilized.  Supplemental forms, documentation, or information may be submitted at bid time or as requested by the City representative.  After an award, DMI Sub-(Contractors/Consultants/Suppliers) Payments DMI Form 30 is to be submitted with payment requests to report payments to subcontractors. Bidders may visit the Equal Business Opportunity web page at TampaGov.net for other information about the SLBE program, FAQs, and the latest SLBE directory of certified firms.

      For additional information please visit the Equal Business Opportunity Office website at: http://www.tampagov.net/ebo

    • FEDERAL REQUIREMENTS

      The parties acknowledge and agree that the following Federal Regulations, including but not limited to 2 CFR § 200.326 and 2 CFR Part 200, Appendix II, the following Required Contract Clauses are hereby incorporated into and made part of the solicitation to which Contractor agrees to comply if applicable to Contractor under this Contract:

      1. DRUG FREE WORKPLACE REQUIREMENTS
        Drug-free workplace requirements in accordance with Drug Free Workplace Act of 1988 (Pub l 100-690, Title V, Subtitle D) All Contractors entering into Federal funded contracts over $100,000 must comply with Federal Drug Free workplace requirements in accordance with the Drug Free Workplace Act of 1988.
      2. EQUAL EMPLOYMENT OPPORTUNITY
        1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 
          Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
        2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.
        3. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information.
        4. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment.
        5. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
        6. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.
        7. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
        8. The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance:
          Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States.
          The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if the applicant so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract.
          The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance.
          The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings.
      3. DAVIS-BACON ACT
        If applicable to this contract, the Contractor agrees to comply with all provisions of the Davis Bacon Act as amended (40 U.S.C. 3141-3148). Contractor is required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, Contractor must be required to pay wages not less than once a week. If the grant Contract contains Davis Bacon provisions, a copy of the current prevailing wage determination issued by the Department of Labor will be attached and incorporated into and made part of this Agreement upon CITY’s provision of a Notice to Proceed.
      4. COMPLIANCE WITH THE COPELAND “ANTI-KICKBACK” ACT
        1. Contractor. The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 CFR pt. 3 as may be applicable, which are incorporated by reference into this contract.
        2. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses.
        3. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for disbarment as a Contractor and subcontractor as provided in 29 CFR § 5.12.
      5. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT(40 U.S.C. 3701–3708)
        Where applicable, all contracts awarded in excess of $100,000 that involve the employment of mechanics or laborers must be in compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor is required to compute the wages of every mechanic and laborer on the basis of a standard workweek of 40 hours. Work in excess of the standard workweek is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the workweek. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.
        Compliance with the Contract Work Hours and Safety Standards Act:
        1. Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
        2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section.
        3. Withholding for unpaid wages and liquidated damages. The City of Tampa shall upon its own action or upon written request of an authorized representative of the Department of  Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same  Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section.
        4. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section.
      6. CLEAN AIR ACT AND THE FEDERAL WATER POLLUTION CONTROL ACT
        Clean Air Act
        1. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
        2. The Contractor agrees to report each violation to the CITY and Contractor understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Regional Office of the Environmental Protection Agency.
        3. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.
          Federal Water Pollution Control Act
        4. The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
        5. The Contractor agrees to report each violation to the CITY and Contractor understands and agrees that the CITY will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Regional Office of the Environmental Protection Agency.
        6. The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA.
      7. SUSPENSION AND DEBARMENT
        1. This contract is a covered transaction for purposes of 2 CFR pt. 180 and 2 CFR pt. 3000. As such the CONTRACTOR is required to verify that none of the CONTRACTOR, its principals (defined at 2 CFR § 180.995), or its affiliates (defined at 2 CFR § 180.905) are excluded (defined at 2 CFR § 180.940) or disqualified (defined at 2 CFR § 180.935).
        2. The Contractor must comply with 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into.
        3. This certification is a material representation of fact relied upon by the CITY. If it is later determined that the CONTRACTOR did not comply with 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C, in addition to remedies available to THE city, the State of Florida and the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment.
        4. The Contractor agrees to comply with the requirements of 2 CFR pt. 180, subpart C and 2 CFR pt. 3000, subpart C throughout the period of the contract. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions.
        5. Consultant certifies it is not so listed as excluded or disqualified from contracting and shall confirm same for every subcontractor receiving any payment in whole or in part from federal funds.
      8. SECTION 6002 OF THE SOLID WASTE DISPOSAL ACT - PROCUREMENT OF RECOVERED MATERIALS
        Contractor agrees to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act which pertains to procuring only items designated in the guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000.00 or the value of the quantity acquired during the preceding fiscal year exceed $10,000.00; procuring solid waste management services in a manner that maximizes energy resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines
        1. In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA designated items unless the product cannot be acquired—
          1. Competitively within a timeframe providing for compliance with the contract performance schedule;
          2. Meeting contract performance requirements; or
          3. At a reasonable price.
        2. Information about this requirement, along with the list of EPA-designate items, is available at EPA’s Comprehensive Procurement Guidelines website, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.
      9. ACCESS TO RECORDS
        Access to Records. The following access to records requirements apply to this contract:
        1. The Contractor agrees to provide the CITY, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this Agreement for the purposes of making audits, examinations, excerpts, and transcriptions.
        2. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed.
        3. The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract.
      10. DHS SEAL, LOGO, AND FLAGS
        The Contractor shall not use the Department of Homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre- approval.
      11. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS
        This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives.
      12. NO OBLIGATION BY FEDERAL GOVERNMENT
        The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, Contractor, or any other party pertaining to any matter resulting from the contract.
      13. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS
        The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract.
      14. CONFLICT OF INTEREST
        The Contractor must disclose in writing any potential conflict of interest to the CITY or pass-through entity in accordance with applicable Federal policy.
      15. MANDATORY DISCLOSURES
        The Contractor must disclose in writing all violations of Federal criminal law involving fraud, bribery, or gratuity violations potentially affecting the Federal award.
      16. BYRD ANTI-LOBBYING AMENDMENT
        1. Byrd Anti-Lobbying Amendment, 31 U.S.C. § 1352 (as amended)
          Contractors who bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the awarding agency.
        2. Required Certification. Contractors must sign and submit the following certification: Appendix A

    Submission Requirements

    • Authorized Representative’s Information (required)

      Please include the following information regarding your Authorized Representative:

      • Name
      • Title
      • Mailing Address
      • Telephone Number
      • Email Address
    • Type of Organization (required)

      How is your business organized?

    • Business License (required)

      Is your business licensed (unless exempt by applicable law), permitted and certified to do business in the State of Florida?

    • License Number (required)

      Enter your Florida Business License Number here.

    • Bid Proposal (required)

      Upload your Bid Pricing Proposal here.

    • DMI Forms 10 & 20 & 40 (required)

      Please download the below documents. 

      Failure to Complete, Sign and Submit Form DMI-10 & DMI-20 MAY render the Bid or Proposal Non-Responsive. 

      DMI-40 is required to be submitted within ten (10) working days after the Notice of Intent to Award is posted.

    • Affidavit of Compliance with Florida Statutory Provisions (required)

      Please download the below documents, complete, and upload.

    • Public Record Declaration or Claim of Exemption (required)

      As a Bidder, any document you submit to the City of Tampa may be public record and be open for personal inspection or copying by any person. In Florida “public records” are defined as all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made, or received pursuant to law or ordinance or in connection with the transaction of official business by any agency. Section 119.011(11), F.S. A document is subject to personal inspection and copying unless it falls under one of the public records exemptions created under Florida law.

      Do you claim any exemptions from the public records laws?

    • Exemption form Public Records Law and Agreement to Indemnify and Defend the City of Tampa (required)

      Upload a redacted copy of your submittal. Include statutory citations for applicable exemptions under the law.

      By claiming that parts of the bid are exempt from the public records law, and uploading a redacted copy, the Bidder agrees to protect, defend, indemnify, and hold the City of Tampa, its officers, employees, and agents free and harmless from and against any and all claims arising out of a request to inspect or copy the bid. The Bidder agrees to investigate, handle respond to, provide defense (including payment of attorney fees, court costs, and expert witness fees and expenses up to and including any appeal) for and defend any such claim at its sole cost and expense through counsel chosen by the City of Tampa and agrees to bear all other costs and expenses related thereto, even if they (claims, etc.) are groundless, false, or fraudulent.

    • Conflict of Interest(s) (required)

      For purposes of determining any possible conflict of interest, all bidders, must disclose if any elected or appointed officer of the City of Tampa, City of Tampa employee(s), or any immediate family member* or close personal relation** of an elected or appointed officer of the City of Tampa or City employee(s) is also an owner, corporate officer, agent, employee, stockholder, or has a controlling financial interest***, etc., of their business.

      *Immediate family means spouse, parents and children of the person involved.

      **Close personal relationship means dating, cohabitation, and/or having an intimate sexual relationship. Dating includes but is not limited to casual dating, serious dating, or casual sexual involvement where the parties have no intention of carrying on a long-term relationship, cohabitation, and any other conduct or behavior normally associated with romantic or sexual relationships. This definition applies regardless of the sexual orientation of the employees involved. Persons involved in a close personal relationship shall be referred to as a "close personal relation."

      ***Controlling financial interest means ownership, directly or indirectly, to ten (10) percent or more of the outstanding capital stock in any corporation or a direct or indirect interest of ten (10) percent or more in a firm, partnership, or other business entity or such other interest or position in a business entity sufficient to allow him or her to control its operations. 

      Do you need to disclose any Conflicts of Interest?

    • Conflict(s) of Interest (required)

      List your known or perceived Conflict(s) of Interest.

    • Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying (required)

      Please download the below documents, complete, and upload.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • Public Construction Bond

      Please download the below documents, complete, and upload.

    • Criminal History Screening Practices (required)

      Are you applying for an applicable discount or incentive related to Section 2-284 Bidder's Criminal History Screening Practices?

      Please review the following and answer the questions accordingly.

      The Bidder hereby declines any discount or incentive related to Section 2-284 Bidder's Criminal History Screening Practices.

      The Bidder hereby declines any discount or incentive related to Section 2-284 Bidder's Criminal History Screening Practices; however, Bidder has Criminal History Screening practices similar in nature to the practices contained in Chapter 12, Article VI, City of Tampa Code of Ordinances.

      The Bidder hereby applies for applicable discount or incentive related to Notarized past employment analysis that includes the number of disadvantaged workers the bidder has hired in the past, or, if the bidder has never hired a disadvantaged worker, an explanation that the bidder made a good faith effort to hire a disadvantaged worker: and,

      • An estimate of the number of disadvantaged workers that the bidder has hired or plans to hire if the bidder is awarded the project; and,
      •  Evidence that the bidder's recruitment literature and employment policy does not include language that is disadvantageous to a disadvantaged worker.
      • Identify potential job opportunities under the project that may be available for disadvantaged workers if the City awards the Bidder the project; and,
      •  Agrees to consider for job placement at least one otherwise qualified disadvantaged worker, to the extent a job opportunity is available, if and after the Bidder is awarded the project; or
      • Currently employs a percentage of disadvantaged workers consistent with industry standards as determined by the director of the soliciting department or designee.
    • Decline, with similar practices? (required)

      Do you have Criminal History Screening practices similar in nature to the practices contained in Chapter 12, Article VI, City of Tampa Code of Ordinances, but are still declining any discount or incentive?

    • Documentation (required)

      Upload the following documentation and assurances:

      • Notarized past employment analysis that includes the number of disadvantaged workers the bidder has hired in the past, or, if the bidder has never hired a disadvantaged worker, an explanation that the bidder made a good faith effort to hire a disadvantaged worker: and,
      • An estimate of the number of disadvantaged workers that the bidder has hired or plans to hire if the bidder is awarded the project; and,
      •  Evidence that the bidder's recruitment literature and employment policy does not include language that is disadvantageous to a disadvantaged worker.
      • Identify potential job opportunities under the project that may be available for disadvantaged workers if the City awards the Bidder the project; and,
      •  Agrees to consider for job placement at least one otherwise qualified disadvantaged worker, to the extent a job opportunity is available, if and after the Bidder is awarded the project; or
      • Currently employs a percentage of disadvantaged workers consistent with industry standards as determined by the director of the soliciting department or designee.

       

    • Bidder's Affidavit (required)

      Please download the below documents, complete, and upload.

    • As per the Technical Specifications, bidder will upload proof of five (5) years’ experience in Quarterly Cylinder Gas Audit/Opacity/CO2 Sampling Testing for Waste To Energy Facilities (required)
    • Procurement Type (required)
    • EBO % (required)

      Enter the EBO goal percentage.

    • Pre-Bid Meeting (required)

      Select an option from below.

    • Site Inspection (required)

      Select an option from below.

    • Multi-Award (required)

      Will a contract be awarded to only one vendor or to multiple vendors?

    • Goods and Services (required)

      Pick from below

    • Warranty (required)

      Replacement shall be finalized within _________ working days of reporting the defect. 

    • Guarantee (required)

      The material(s) supplied shall be guaranteed to be free from defects of composition, conception, and workmanship for a minimum period of ___________________ days from the date of acceptance by the City Representative.

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items.
    • Scope of Work (required)

      Do you want to attach the Scope of Work or create it in OpenGov?

    • Are Bonds applicable for this project? (required)
    • Which bonds are required? (required)

      New

    • Insurance (required)
    • Which insurance coverages are required?
    • Which additional insurance coverages are required?

    Key dates

    1. April 2, 2026Published
    2. May 8, 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.