Active SLED Opportunity · FLORIDA · CITY OF PLANT CITY

    Median and Interchange Mowing and Maintenance

    Issued by City of Plant City
    cityIFBCity of Plant CitySol. 237996
    Open · 6d remaining
    DAYS TO CLOSE
    6
    due Apr 30, 2026
    PUBLISHED
    Mar 31, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    City of Plant City seeks bids for grounds maintenance services including mowing, trimming, edging, debris removal, and herbicide application for medians and interchanges. Bids due April 30, 2026, via e-Procurement portal. Contract term one year with renewals.

    Opportunity details

    Solicitation No.
    237996
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    March 31, 2026
    Due Date
    April 30, 2026
    NAICS Code
    561730AI guide
    Jurisdiction
    City of Plant City
    State
    Florida
    Agency
    City of Plant City

    Description

    To provide all labor, supervision, equipment and materials to perform grounds maintenance, including mowing, string trimming, edging, litter and debris removal, pruning, herbicide applications, weed control of beds, and slope maintenance for the five (5) medians on Park Road between I-4 and US 92/Baker Street and the four (4) I-4 interchanges as shown in the bid document.

    Project Details

    • Reference ID: 26-029PK-IFB
    • Department: Parks
    • Department Head: Julie Garretson (Director of Parks & Recreation)

    Important Dates

    • Questions Due: 2026-04-20T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-10T13:00:00.000Z — City Commission Chambers of the Nettie Berry Draughn Municipal Building (City Hall) located at 302 W. Reynolds Street, Plant City, Florida

    Addenda

    • Official Notice #1: previous Provider Information (released 2026-04-01T18:02:06.870Z) —

      Current service provider is Russel Landscape Florida. See Notice 1 for copy of contract.  The contract is pursuant to the RFP 23-017 Company and City of Smyrna, Georgia dated April 17, 2023. 

    • Official Notice #2: Pre-Proposal Meeting Q & A Notice (released 2026-04-10T18:30:21.349Z)

    Evaluation Criteria

    • Closeout Submittals

      Awarded vendor shall provide closeout submittals. Data will be used for Operations and Maintenance Manuals. Submittals to include full product and service detailed information. For example, including manufactures, names, colors, designs, warranties, guarantees, certifications, distributors, operations and maintenance instructions, care and upkeep, shop drawings, as-builts, and with samples.

    • Scope of Work

      1. General Requirements

      The Contractor shall furnish all labor, supervision, equipment, tools, materials, transportation, and incidentals necessary to perform complete grounds maintenance services. Services shall include mowing, string trimming, edging, litter and debris removal, herbicide applications, and weed control of landscaped beds. Contractor may include list of optional services to be selected by the City on an as needed basis to include mulching, tree trimming, fertilization, or any other services available. All work shall be completed in a professional manner consistent with Green Industries Best Management Practices.  The Contractor is responsible for verifying site conditions prior to commencing work and shall maintain all serviced areas in a clean and well-groomed condition.

      2. Service Locations

      • Map A: I-4 Interchange at Alexander Street, Plant City, FL 33563
      • Map B: I-4 Interchange at Thonotosassa Road, Plant City, FL 33563
      • Map C: I-4 Interchange at SR 39 (Wheeler Street/Buchman Highway – N. Frontage Road), Plant City, FL 33563
      • Map D: I-4 Interchange at Park Road, Plant City, FL 33563
      • Map E: Park Road medians between I-4 and US-92/Baker Street, Plant City, FL 33563

      3. Detailed Description of Services

      3.1 Mowing

      1. Turf shall be maintained at a height of 4 inches, unless otherwise directed by the City.
      2. Mower blades shall be kept sharp at all times to ensure clean cuts and to prevent damage to turfgrass.
      3. The Contractor shall utilize varied mowing patterns to prevent rutting and to promote even clipping distribution.
      4. Service Frequency:
        • 42 services annually, estimated
        • Bi-weekly: November through March
        • Weekly: April through October

      3.2 Slopes

      1. All slopes within the service areas shall be maintained at the same frequency as other turf areas.
      2. Slopes steeper than 3:1 shall be maintained with boom-mounted mowers or hand-held equipment, to prevent rutting, turf damage, or equipment overturn.
      3. Slopes less than 3:1 shall be serviced using appropriate equipment to prevent sliding, scalping, or other surface damage.
      4. The Contractor is responsible for ensuring that equipment operators are trained to safely operate on sloped terrain.

      3.3 Edging

      1. The Contractor shall mechanically edge all curbs, streets, paved surfaces, and hardscape structures to maintain a clean, well-defined appearance.
      2. All edging equipment shall be equipped with manufacturer-approved safety guards to deflect debris.
      3. After edging, all sidewalks, paths, streets, and roadways shall be blown or swept clean of debris.
      4. Edging shall be performed at the same frequency as mowing.

      3.4 Trimming

      1. The Contractor shall trim all areas where mowing cannot be performed, including asphalt edges, pavement cracks, poles, signs, and fences.
      2. No brush-cutting blades are to be used when trimming.        
      3. Areas inaccessible to mowers or string trimmers shall be maintained using herbicide applications.
      4. String trimmers shall not be used around the trunks of trees, palms, or shrubs. These areas shall be maintained with a herbicide-treated band not to exceed 8 inches from the base of the trunk.
      5. Trimming shall be performed at the same frequency as mowing.

      3.5 Debris and Litter Removal

      1. Prior to each service visit, the Contractor shall patrol all service areas and remove all litter, trash, and landscape debris, including fallen palm fronds.
      2. During mowing, edging, or trimming operations, the Contractor shall remove or blow clear all grass clippings, leaves, soil, and debris to maintain a neat appearance.
      3. Litter, trash, and debris shall also be removed from plant beds and under shrubs during each service.
      4. All debris and trash shall be hauled off from each location at the time of each service.

      3.6 Herbicide Application

      1. The Contractor shall perform herbicide applications as necessary to control weeds in landscaped beds, pavement cracks, hardscape edges, and any areas inaccessible to mowing or string trimming.
      2. All herbicides shall be applied in accordance with the manufacturer's label, applicable federal and state regulations, and industry best practices.
      3. Herbicide applications shall be performed only by personnel who are properly trained to handle and apply such products.
      4. The Contractor shall ensure herbicides are applied in a manner that prevents overspray, drift, staining, or damage to turf, ornamental plants, hardscape surfaces, vehicles, or adjacent properties.
      5. The Contractor shall not use any restricted-use pesticides for any portion of the work performed.

      4. Performance Standards

      1. All work shall be completed in a manner that ensures the safety of motorists, pedestrians, and the Contractor's personnel.
      2. The Contractor shall be responsible for any damage caused to turf, plant material, irrigation components, signage, hardscapes, or other infrastructure due to negligent or improper operations.
      3. Inspections will be completed by City staff the same week of the provided service on Friday mornings to determine if any deficiencies exist and shall be reported via email with photos to the Contractor.
      4. The Contractor may designate a representative to receive and respond to these deficiencies by submitting a Notice of Correction form accessed within the Inspection Report email.
      5. Any deficiencies identified by the City shall be corrected by the Contractor within the same service week.
      6. City staff will confirm that corrections have been completed and notify the Contractor's representative of these results.

      5. License Requirements

      1. Business License(s)
      2. Maintenance of Traffic (MOT) Certification to satisfy FDOT requirements
      3. Green Industries Best Management Practices Certification 
      4. One of the following Pesticide Applicator License:  
        1. Ornamental and Turf Commercial 
        2. Limited Commercial Landscape Maintenance 
        3. Right-of-Way Commercial

      Bidder to provide copies of valid proof is section 5. Vendor Questionnaire - Bidder's Proof of required Certification(s) and License(s).

       

       

       

       

    • Bid Submissions

      Bids shall be received for 26-029PK-IFB Median and Interchange Mowing and Maintenance through the City's e-Procurement located at https://procurement.opengov.com/portal/plantcitygov.

    • Time for Performance

      Work is to commence not less than 10 days after Notice to Proceed.  

    • Valid Term

      Bids shall be valid for no less than 90 days from the submittal deadline.

    • Amount of Liquidated Damages per day

      Liquidated damages shall be $500.00 per day from date of substantial completion.

    • Rejection

      The City reserves the right to reject any or all bids at any time and for any reason or no reason. Bids submitted after the deadline shall be rejected. Bids shall be received for 26-029PK-IFB Median and Interchange Mowing and Maintenance through the City's e-Procurement located at https://procurement.opengov.com/portal/plantcitygov. Bids submitted in an envelope or box shall be rejected. Fax, e-mail, or telephone bids shall be rejected. Bids that are incomplete, unbalanced, conditional, obscure, or which contain terms or additions not called for, alterations or irregularities of any kind, or which do not comply with the contract documents, if applicable, may be rejected at the sole discretion of the City.

    • Liquidated Damages Schedule

      Not used.

    • Response Form

      Bids shall be made only on the forms included in title Bid Submittals. Bid forms shall be signed by the owner or other authorized individual.

    • Indefinite Quantity

      The quantities of goods and services specified herein have been determined by the City and are deemed to be fairly accurate estimates of the work to be performed. However, payment will be made based on the actual goods and services measured in place. If the measurement is different than the original quantity bid by the contractor, then a change order will be executed for the actual amount whether over or under the quantity that was bid.

    • Contractor Qualifications
      1. The company responding to this bid must be experienced in grounds maintenance including slopes and similar work and have a minimum of three (3) years’ experience in the same type of work before the bid date. Appropriate documentation to be provided upon request by the City.
      2. The company responding to this bid must demonstrate its grounds maintenance including slopes and similar work by listing a minimum of four (4) projects of similar size and scope. List to include a contact name, email address and telephone number of the client’s project manager for the work.
    • Insurance Requirements

      At a minimum, the contractor shall acquire and maintain until completion of the work the insurance coverage listed below, which constitutes primary coverage. The contractor shall not commence the work until the City of Plant City (City) receives and approves Certificates of Insurance documenting required coverage. Contractor’s General Liability and Automobile Liability policies shall include Endorsement CG 20101185, or equivalent, naming the City as Additional Insured. All required policies shall also include (1) endorsement that waives any right of subrogation against the City for any policy of insurance provided under this requirement or any state or federal Workers’ Compensation or employer’s liability act; (2) endorsement to give the City no less than thirty days’ notice in the event of cancellation or material change.  Certificates of Insurance must be accompanied by copies of the requested endorsements.  

      The contractor understands and agrees that the stipulated limits of coverage listed herein in this insurance section shall not be construed as a limitation of any potential liability to the City, or others, and the City’s failure to request, receive or retain, evidence of this insurance coverage shall not be construed as a waiver of the contractor’s obligation to provide and maintain the insurance coverage specified.

      Workers’ Compensation Insurance: Awardee shall procure and maintain during the life of this contract Workers’ Compensation Insurance for all of its employees to be engaged in work on the Project under this Contract, and in case any such work is sublet, Contractor shall require the Subcontractor similarly to provide Workers’ Compensation Insurance for all the Subcontractor’s employees to be engaged in such work unless such employees are covered by the protection afforded by Contractor’s Workers’ Compensation Insurance. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workers’ Compensation statute, Contractor shall provide and shall cause each Subcontractor to provide adequate insurance for the protection of such of its employees not otherwise protected. Contractor shall indemnify and hold the City of Plant City harmless for any claim made by the Subcontractor for Workers” compensation. Note: If Contractor claims to be exempt from Workers’ Compensation Insurance, then a Certificate of Exemption from the State shall be produced upon request.

      Commercial General Liability Insurance: Awardee shall procure and shall maintain during the life of this contract, but not limited to, Independent Contractor, Contractual Premises/Operations, and Personal Injury covering the liability assumed under indemnification provisions of this Contract, with limits of liability for personal injury and/or bodily injury, including death. Amounts of coverage shall be satisfactory to the Owner, but not less than $1,000,000.00 for each occurrence, $2,000,000.00 general aggregate, personal/advertising injury of $500,000.00; Products-Completed Operations aggregate of $1,000,000.00. Also, include in General Liability coverage for the following areas based on the limits of policy, with a minimum of: Fire Damage (any one (1) fire) $50,000.00; Medical Expense (any one (1) person) $5,000.00. This insurance shall be maintained with an insurance company or companies licensed to do business in the State of Florida. The City of Plant City shall be named as additional insured on the policy. The City shall receive a copy of the Additional Insured Endorsement confirming that the Contractor's coverage is Primary and not Contributory.

      Commercial Automobile Liability Insurance: Awardee shall procure and shall maintain during the life of this contract Comprehensive Automobile Liability Insurance covering any auto, all owned autos, scheduled autos, hired autos, and non-owned autos. Coverage shall be on an “occurrence” basis. Such insurance to include coverage for loading and unloading hazards. This coverage shall include Combined Single Limit (CSL) for $1,000,000.00 or Bodily Injury (Per Person), Bodily Injury (Per Accident) and Property Damage for $1,000,000.00 each. This insurance shall be maintained with an insurance company or companies licensed to do business in the State of Florida. The City of Plant City shall be named as additional insured on the policy. The City shall receive a copy of the Additional Insured Endorsement confirming that the Contractor's coverage is Primary and not Contributory.

      Subcontractor’s Comprehensive Liability and Property Damage Insurance: The Awardee shall require each of its subcontractors to procure and maintain during the life of their contract Comprehensive Liability and Property Damage insurance coverage in amounts satisfactory to the contractor for its protection, with an insurance company or companies licensed to do business in the State of Florida.

      Scope of Insurance and Special Hazards: The insurance required shall provide adequate protection for the contractor and its subcontractors, respectively, against damage claims which may arise from operations under their contract, whether such operations be by the insured or by anyone directly or indirectly employed by the insured, and also against any of special hazards which may be encountered in the performance of their contract.

      The certificate of insurance shall include as a certificate holder:

      City of Plant City

      Attn: City Manager

      302 West Reynolds Street

       The City shall be named as additional insured on the policy.

    • Additional Information
      1. The contractor must provide City’s authorized representative with telephone number(s) and job title for all management personnel assigned to the project before work commences.
      2. The contractor shall be responsible for performing the work necessary to meet City standards in a safe, neat, and good workmanlike manner, using only generally accepted methods in carrying out the work, and complying with all federal and state laws, and all ordinances and codes of the City relating to such work.
      3. All work performed shall be subject to inspection and acceptance by the City’s appointed representative before payment. The contractor shall be required to correct any work determined to be unsatisfactory or below industry standards at no additional cost to the City.
    • Completeness

      The City may reject bids that are incomplete, conditional, deficient in any way, or which contain unsolicited additions/alterations.

    • Review Documents

      Bidders must review all specifications and contract documents related to this bid and project. Failure to review all specifications, forms, contracts, addenda, or other documents shall not relieve a bidder from any obligations contained in this bid or their Contract with the City.

    • Safety

      The contractor shall be responsible for all means and methods as they relate to safety and shall comply with all applicable local, state and federal requirements that are safety-related. The contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work.

    • Familiarity with Project Area

      Before submitting a bid, bidders shall become fully acquainted with the project areas. Please see Scope of Work for more detail about the project. Submittal of a bid shall serve as bidder’s acknowledgment that they are fully familiar with the service area.

    • Cleanup

      At the end of each workday, as well as after completion of all work on the project and before making an application for acceptance of the work, the contractor shall clean/police the site of operations, including any areas under the control of the City that have been used by the Contractor in connection with the work. All debris shall be removed and hauled off by the Contractor.

    • Fill-In Required Forms

      Bidders must accurately fill in any bid forms/documents included in this packet and submit through the City's e-Procurement portal at: https://procurement.opengov.com/portal/plantcitygov.
      Authorized signatures must be included on forms/documents. Incomplete or missing forms/documents may result in the rejection of the bid.

    • Definitions

      Wherever used in any of the contract documents, the meaning shall be given to the terms herein defined:

      1. The term “contractor” means the person, bidder or corporation to whom the herein Contract is awarded by the Owner and who is subject to the terms hereof.
      2. The term “subcontractor” means a person, bidder or corporation supplying services and materials, labor and materials, or only services or labor for work in connection with the project.
    • Certification

      Submittal of a bid shall be deemed as certification that a bidder has fully considered all factors associated with this Invitation for Bids, including any addenda.

    • Accident Prevention

      Precaution shall be exercised the use of modern safety rules and practices at all times for the protection of persons (including employees) and property, and hazardous conditions shall be guarded against or eliminated.

    • Qualifications for Employment

      No person shall be employed in violation of the State or the National Labor Laws. No person under the age of sixteen years shall be employed on the project under their contract. No person whose age or physical condition is such as to make this employment dangerous to their health or safety or the health or safety of others shall be employed on the project under their contract; provided, that shall not operate against the employment of physically handicapped persons, otherwise employable, where such persons may be safely assigned to work which they can ably perform.

    • Project Owner

      The City of Plant City, Florida owns this project. The City Manager or designee is the City’s authorized representative on this project.

    • Substitutions

      Unless otherwise stated, the reference in the specifications to any article, device, product, materials, fixture, form, or type of construction, etc., by name, make or catalog number, shall be interpreted as establishing a standard of quality and shall not be construed as limiting competition. The determination of whether an article, device, product, material, fixture, form or type of construction is equal to that named is solely in the determination of the Owner. No Substitutions shall be permitted without the prior express written authorization from the Owner.

    • Verification of Bidder's Capability

      The City may, at its sole discretion, determine the bidder’s ability and capacity to perform the work specified in this bid based on, but not limited to, evaluation of the following:

      1. Comparable prior project experience (particularly ones similar to this project size/scope).
      2. Financial resources.
      3. Prior bond history.
      4. Licensure and certifications.
      5. Equipment, machinery, and/or facilities.
      6. Background & references.

      Bidders deemed to be unqualified to perform the work may have their bid rejected.

    • Patents

      The contractor shall hold and save the owner and its officers, agents, servants, and employees harmless from liabilities of any nature or kind, including costs and expenses for, or on account of, any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the contract, including its use by the owner at any time during the prosecution or after completion of the work unless otherwise specifically stipulated in the contract documents.

    • Local Preference

      The City has adopted a local preference policy (Section 2-161, Plant City Code). As part of this Invitation for Bids, the local preference policy provides qualifying bidders with an amount not to exceed 1½ percent of the lowest bid, provided that the cost differential from the lowest bid shall not exceed $2,500. Non-qualifying bidders will not receive the 1½ percent. A bidder qualifies for a local preference if it meets all of the following:

      1. Paid its applicable City business tax for the current year in which this Invitation for Bids is issued. Bidders that request local preference must include in their submittal packets a copy of the receipt proving payment of the City’s business tax.
      2. Obtained a license issued by the State of Florida allowing it to engage in the business of providing the services requested in this Invitation for Bids.
      3. Maintains a physical office located within the city limits of Plant City. The office must be staffed by at least one full-time equivalent employee and must have been established at least six months before the submittal deadline. Post Office boxes are not verifiable and will not be accepted as proof of a physical office location. 
      4. A bidder that does not meet the criteria above will not receive 1½ percent calculated to the bid price submitted.
    • Waiver of Irregularities

      The City may waive informalities or irregularities that, in the City’s opinion, do not materially affect a bid.

    • Use of Premises

      The contractor shall confine their apparatus, storage of materials, and construction operations to such limits as may be directed by the Owner and shall not unreasonably encumber the premises with contractor materials. Any damage done to public or private property shall be repaired at the contractor’s expense to the preconstruction condition or better. A preconstruction video must be made to determine actual preconstruction conditions should a dispute arise. Be sure to note the address, type of sod, any existing damage and show these items on the video.

      The contractor shall not load or permit any part of any structure to be loaded to such an extent as to endanger its safety.

      The contractor shall provide and maintain at their own expense, in a sanitary condition, such accommodations for the use of his employees as is necessary to comply with the requirements and regulations of the State Department of Environmental Regulation and Health Department. They shall commit no public nuisance.

    • Notice of Award

      Upon review of the bids and when a determination has been made as to the lowest responsive and responsible bidder, the Procurement Director will issue a Notice of Intent to Award to the selected bidder via the City's e-Procurement Portal.


      Once the bidder has completed registration, they will receive "Notice" notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any Notices at https://procurement.opengov.com/portal/plantcitygov.

      This notice shall be sent to the recommended bidder with copies to all bidders.

    • Overtime Work by Owner Employees

      Where the contractor elects to work on a Saturday, Sunday or a holiday, or longer than an eight-hour work shift on a regular working day, such work shall be considered as overtime work. On all such overtime work an inspector will be present. The contractor shall reimburse the owner for the full amount of the straight time plus overtime costs for employees of the owner required to work overtime hours. The Contractor by these specifications does hereby authorize the owner to deduct the cost of overtime work at the rate of TBD per hour from the amount due or to become due him.

      Overtime due to special construction problems such as concrete, finishing, asphalt rolling, making live sewer hookups, alleviating traffic problems, etc., may not be charged if the City Manager considers the overtime to be mutually justified. Normal engineering inspection hours are 7:00 a.m. to 5:00 p.m. Monday through Friday.

      Recognized Holidays shall be as follows:

      1. New Year’s Day
      2. Martin Luther King Day
      3. Strawberry Festival Parade Day
      4. Memorial Day
      5. Independence Day
      6. Labor Day
      7. Veteran’s Day
      8. Thanksgiving Day
      9. Day after Thanksgiving
      10. Christmas Eve’s Day
      11. Christmas Day
    • Award

      City personnel will evaluate the bids. Determination of the lowest responsive and responsible bid will be made after a review of all bids submitted. Bid award shall be made to the vendor submitting the lowest responsive and responsible bid meeting specifications for the base bid. 

      The City may award a Contract based on bid responses received from bidders without further discussion of such bids with the selected bidder. Therefore, bids should be submitted based on the most favorable terms available.

      Bids that are not greater than $50,000.00 may be awarded by the City Manager. The City Commission makes the final decision regarding the award or rejection of bids that are greater than $50,000.00.

    • References

      Any reference in this document to any specification, publication, or test method shall be construed as meaning the latest edition, revision, change, or modification of same.

    • Term

      The contract resulting from this Invitation for Bids shall commence effective upon issuance of a term contract by the City and extend for a period of one (1) year. The contract may be renewed for two (4) additional one (1) year periods, at the sole discretion of the City of Plant City.

    • Protest Procedures

      Any bidder or proposer who is allegedly aggrieved in connection with the issuance of the Procurement Director’s recommendation and intent to make a competitive award of a contract may protest to the City Manager per Sec. 2-152. Protest Procedure, of the City’s Code.

    • Revocation of Award

      If the City discovers that the bidder has misrepresented anything in their bid or that the bidder – in the City’s opinion – is no longer reasonably capable of performing the work as bid, then the City may revoke the award at any time before issuing the formal Notice to Proceed. The Procurement Director will issue the revocation in writing.

    • Bid Interpretations

      The City has the right to define and interpret bid terms, specifications, and conditions.

    • Contract Execution & Bid Bond

      The selected bidder must sign and return the contract, any required bonds or letter of credit, insurance certificates, and all other required documents within 14 calendar days after the City sends the documents to the selected bidder. Once the City receives the signed contract and all other required documents back from the selected bidder, then the City’s authorized representative will sign the contract.

      Failure to sign and return the contract and all other required documents within 14 calendar days may result in the City calling the bid bond or cashing the cashier’s check submitted by the selected bidder with its proposal; barring the selected bidder from consideration on future projects; or both. The City may then select another bidder to perform the work or provide the goods/services specified in this bid.

    • Sworn Statement on Public Entity Crimes

      A person or affiliate as defined in Section 287.133, Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity above $25,000 for 36 months following the date of being placed on the convicted vendor list.

      Bidders must fill out and sign the form titled “SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES.” Failure to do so may disqualify the bid.

    • Other Forms & Documents

      Bidders are responsible for reviewing and understanding all specifications, forms or other documents associated with the products described in this bid. Submittal of a bid shall serve as the bidder’s acknowledgment that it has reviewed and understood all such documents.

    • Notice to Proceed

      Following contract signing by the City, a formal “Notice to Proceed” will be issued in writing to the contractor. The start date will be issued by the City’s Project Manager.


      If the contractor begins work before receiving the Notice to Proceed or start date, then the City may stop work on the project, may require the work to be redone at the contractor’s expense and without additional compensation from the City, or both. The City also may revoke the project award and select another bidder to perform the work.

    • Changes or Modifications

      The City may at any time make changes within the general scope of the contract in any of the following areas:

      1. Time of Performance (i.e., hours of the day, days of the week, etc.).
      2. Location of performance of the services.
      3. Quantities to be ordered.

      The contractor shall not commence the performance of additional work or other changes not covered by this contract without an executed notice to proceed or purchase order issued by the City. If the contractor performs additional work beyond the specific requirements of this contract without an executed change order, it shall be at the contractor’s own risk. The City assumes no responsibility for any additional costs for work not specifically authorized by an executed change order.

    • Conditions of Performance

      Bidders are required to inform themselves fully of the conditions relating to the performance of the work required, including but not restricted to labor and operating conditions under which the work will be or is now being performed; and the successful bidder must apply, so far as possible, such methods and means in carrying out the work that will not cause any interruption or interference with any other work, construction or operation the Owner has underway.

    • Payment and Performance Bond

      If Payment and Performance Bond is required, it shall be for the amount of the contract. The contractor shall be responsible for recording the payment and performance bond before commencing the work, the contractor shall provide to the City Clerk a certified copy of the recorded bond. As required by 255.05, Florida Statutes, the City may not make any payments to the contractor until the City Clerk receives the certified copy of the recorded bond.

    • Insurance and Bonds

      Insurance and bonds specified in this bid document and the contract shall conform to and shall be insured by companies meeting the criteria outlined below and within the contract document in Bid Submittals.

      1. Insurance and bonds shall be countersigned by an agent licensed to do business in the State of Florida.
      2. A surety must be permitted to do business in the State of Florida and shall have been in business and have a record of successful, continuous operation for at least five years.
      3. The surety shall have at least the following minimum rating as listed in Best's Financial Rating:  Financial Strength Rating of “A”.

    • UNAUTHORIZED ALIEN(S)

      The vendor agrees that unauthorized aliens shall not be employed nor utilized in the performance of the requirements of this solicitation. The City shall consider the employment or utilization of unauthorized aliens a violation of Section 274A(e) of the Immigration and Naturalization Act (8 U.S.C. 1324a). Such violation shall be cause for unilateral termination of this Agreement by the City. As part of the response to this solicitation, the successful firm will complete and submit the attached form “AFFIDAVIT CERTIFICATION IMMIGRATION LAWS.”

      Employers may avail themselves of a program by the U.S. Immigration and Customs Enforcement called E-Verify. E-Verify is an Internet-based system operated by U.S. Citizenship and Immigration Services (USCIS), part of the Department of Homeland Security (DHS), in partnership with the Social Security Administration (SSA). E-Verify is currently free to employers. E-Verify provides an automated link to federal databases to help employers determine the employment eligibility of new hires and the validity of their Social Security numbers.

      If your company wishes to avail itself of this program, you can register online for E-Verify at http://www.dhs.gov/how-do-i/verify-employment-eligibility-e-verify which provides instructions for completing the registration process. At the end of the registration process, you will be required to sign a Memorandum of Understanding (MOU) that provides the terms of the agreement between you as the employer, the SSA, and DHS. An employee who has signatory authority for the employer can sign the MOU. Employers can use their discretion in identifying the best method by which to sign up their locations for E-Verify. To find out more about E-Verify, please visit E-Verify | USCIS or contact USCIS at 1-888-464-4218.

    • Indemnification

      Section 1-16, Plant City Code, prohibits the City from indemnifying other parties to an agreement. Therefore, the City cannot indemnify bidders.

    • All-Inclusive Cost

      The bid shall include all expenses necessary to complete the delivery of products or provide the services described in this Invitation for Bids. If selected by the City, the bidder must pay applicable sales tax on any goods or services it purchases. The City is exempt from paying federal and state taxes, including sales tax. The City’s sales tax exemption is not assignable and cannot be applied toward items the vendor purchases, regardless of whether the vendor transfers those items to the City.

    • Legal Requirements

      Bidders are required to comply with all provisions of federal, state, county and local laws, ordinances, rules and regulations that apply to the services being solicited in this bid. A bidder’s lack of knowledge shall in no way be a cause for relief from responsibility, nor shall it constitute a cognizable defense against the legal effects thereof.

      Submittal of a bid shall constitute the bidder’s affirmation that they are familiar with and shall comply with all federal, state, and local laws, ordinances, rules and regulations which affect those engaged or employed in the provision of such services, or equipment used in the provision of such services, or which in any way affects the conduct of the provision of such services. No plea of misunderstanding shall be considered on account of the bidder’s ignorance thereof. If a bidder believes provisions in the bid documents are contrary to or inconsistent with any law, ordinance, or regulation, then the bidder shall promptly report those provisions in writing to the City.

    • Public Records

      Bidders understand that Florida has a broad public records law and that documents in the possession of the City can only be maintained confidential to the extent allowed under the Florida Public Records Act, Florida Statute 119.

    • Contract Documents

      The contract attached hereto is a draft of the contract required by the City to award the project described in this bid. It is the bidder’s responsibility to review and understand the contract. If the bidder requires any modifications or additional terms and conditions to the contract, the bidder shall detail the desired changes on a separate page titled “Additional Terms/Modifications”. That page then must be attached to the bid response and submitted as part of the bidder’s proposal. Contract modification requests after the bidder’s bid has been submitted shall not be considered.

    • Bid Preparation & Submittal Expenses

      The City shall not be responsible for any expense incurred by a bidder in reviewing, evaluating, preparing, or submitting a bid. Bidders are solely responsible for the entire expense of responding to this bid.

    • Cooperative Procurement Agreement

      Per Chapter 69-1119, Laws of Florida, Hillsborough County, all municipalities, local public agencies, boards and other authorities existing within Hillsborough County have the authority to purchase goods or services, at the same purchase price obtained by any other such public entity. The submission of a bid in response to this advertisement shall constitute a bid under the same conditions, during the effective period of the bid, to all the other public entities listed herein:

      Hillsborough County  Board of County Commissioners
      601 E. Kennedy Blvd. #2500
      Tampa, FL 33601
      Phone: (813) 272-5790
      FAX: (813) 272-6290
      www.hillsboroughcounty.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
      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
      University of South Florida
      Procurement Services
      3702 Spectrum Blvd. UTC135-P
      Tampa, FL  33612
      813-974-2481 – Telephone
      813-974-5362 – Fax
      Tampa-Hillsborough County
      Expressway Authority 
      1104 East Twiggs St. Suite #300
      Tampa, Florida  33602
      813-272-6740 – Telephone
      813-276-2492 – Fax
      Tax Collector
      601 E. Kennedy Blvd., 14th Floor
      Tampa, FL 33602
      Phone: (813) 307-6222
      FAX: (813) 307-6521
      www.hillstax.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 Area Regional Transit Authority
      4305 E. 21st Street
      Tampa, FL  33605
      813-623-5835 – Telephone
      813-664-1119 – 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 Sports Authority
      4201 N. Dale Mabry Highway
      Tampa, FL  33607
      813-673-4300 – Telephone
      813-673-4312 – Fax
      Hillsborough Community College
      39 Columbia Drive
      Tampa, FL  33606
      813-253-7060 – Telephone
      813-253-7561 – Fax
      Hillsborough Co. Sheriff’s Office
      P.O. Box 3371
      Tampa, FL  33601
      813-247-8033 – Telephone
      813-247-8246 – Fax
      City of Temple Terrace
      P.O. Box 16930
      Temple Terrace, FL  33687
      813-506-6420 – Telephone
      813-989-7185 – Fax
      Tampa Port Authority
      P.O. Box 2192
      Tampa, FL 33601
      813-905-5164 – Telephone
      813-905-5109 – Fax
      Housing Authority of Plant City
      1306 Larrick Ln.
      Plant City, FL 33563
      813-752-0569
      City of Tampa Housing Auth.
      1614 Union Street
      Tampa, FL  33607
      813-253-0551 – Telephone
      813-4522 – Fax
      Supervisor of Elections
      601 E. Kennedy Blvd., 16th Floor
      Tampa, FL 33602
      Phone: (813) 276-8274
      FAX: (813) 272-7043
      www.votehillsborough.org
      Property Appraiser
      601 E. Kennedy Blvd., 16th Floor
      Tampa, FL 33602
      Phone: (813) 272-6100
      FAX: (813) 272-5519
      www.hcpafl.org
      Hillsborough County School Board
      P. O. Box 3408
      Tampa, FL 33601-3408
      Phone: (813) 272-4329
      FAX: (813) 272-4007
      Community Redevelopment Agency of the City of Plant City
      302 W. Reynolds Street
      Plant City, Florida 33563
      City of Tampa
      Procurement Department
      Tampa Municipal Office Building, 2nd Floor
      306 E. Jackson St.
      Tampa, FL 33602
      State Attorney’s Office
      Tampa, FL  33602
      813-272-5400 – Telephone
      813-272-7014 – Fax
        
       

    Submission Requirements

    • Evidence that the bidder is qualified to transact business in the State of Florida. (required)

      Vendors shall include most recent Sunbiz document.

    • W-9 (required)

      Please upload your W-9.

    • Conflict of Interest Disclosure (required)

      For purposes of determining any possible conflict of interest, all bidders/proposers must disclose if any Plant City Commissioner(s), employee(s), is also an owner, corporate officer, agency, employee, etc., of their business.

      Indicate either “yes” (a City employee, an elected official is also associated with your business), or “no”. If yes, give person(s) name(s) and position(s) with your business.

    • Conflict of Interest "Yes" Response (required)

      Please enter the following information:
      Name(s):
      Position(s):
      Firm Name:
      Title:
      Address:
      Telephone No.:
      E-Mail Address: 

    • No Contact Clause (required)

      The City of Plant City has established a solicitation silence policy (No Contact Clause) that prohibits oral and written communication regarding all formal solicitations for goods and services (formal bids, Request for Proposals, Requests for Qualifications) issued by the City through the City Procurement Division.

      The period commences when the procurement document is received and terminates when the City Commissioners, City Manager, or their designee, approves an award.

      When the solicitation silence period is in effect, no oral or written communication is allowed regarding the solicitation between prospective bidders/proposers and members of the City Commissioners, the City Manager, City employees or members of the Approved Review Committee. All questions or requests for information regarding the solicitation must be directed to the designated Procurement Representative listed in the solicitation.

      Any information thought to affect the committee or staff recommendation submitted after bids are due, should be directed to the Procurement Manager or his appointed representative. It shall be the Procurement Manager’s decision whether to consider this information in the decision process.

      Any attempt by a vendor/proposer to influence a member or members of the aforementioned shall be grounds to disqualify the proposer from consideration during the selection process.

      All proposers must agree to comply with this policy by signing the following statement and including it with their submittal.

      Hereby agree to abide by the City’s “No Contact Clause” and understand the violation of this policy shall result in disqualification of my proposal/submittal.

    • Drug-Free Workplace (required)

      The undersigned vendor per Florida Statute 287.087 hereby certifies that the vendor does:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation programs, employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations.
      3. Give each employee engaged in providing the commodities or contractual services that are under quote a copy of the statement specified in subsection (1).
      4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under quote, the employee will abide by the terms of the statement and will notify the employer of any conviction of, a plea of guilty or nolo contendre to, any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.
      5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program, if such is available in the employee’s community, by any employee who is so convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section.

      As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.

    • Current "ACORD" Insurance Certificate (required)

      Please upload your "ACORD" Insurance Certification

    • The bidder's Proof of required Certification(s) and License(s). See Scope of Work for minimum requitement. (required)

      Please upload a copy of your document to show proof requirements are met. 

    • Bidder References (required)

      Please download the below documents, complete, and upload.

    • Person to execute contract (required)

      Please answer the following with information regarding the person to execute the contract.

      Name: 
      Title:
      E-Mail Address:

    • Vendor Information Form (VIF) (required)

      Please download the below documents, complete, and upload.

    • Payment (without service charge) will be accepted by Visa for any/all work associated with this bid? (required)
    • Statement of E-Verify Requirements Compliance (required)

      By confirming, I, the duly authorized representative/agent of the firm I am representing for this bid hereinafter referred to as Successful Respondent, by this Affidavit attest to the following:

      The Successful Respondent acknowledges that Section 274A of the Immigration and Nationalization Act and other relevant provisions of law prohibit the employment of unauthorized aliens; that the U.S. Department of Homeland Security has established an E-Verify System that allows employers to verify employee eligibility in an efficient manner; and that the Office of the Governor of the State of Florida has issued Executive Order 11-116, encouraging public agencies not under the control of the Governor to include as a provision of contracts for the provision of goods or services a requirement that contractors and subcontractors utilize the E-Verify System to verify employee eligibility. Successful Respondent hereby affirms and agrees that Successful Respondent is in compliance and shall at all times comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens. Successful Respondent shall verify the eligibility of its current and prospective employees utilizing the U.S. Department of Homeland Security’s E-Verify System during the term of this Agreement. Successful Respondent shall include in all contracts with subcontractors related to this Agreement a provision requiring the subcontractor to comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens and to verify the employment eligibility of all the subcontractor’s current and prospective employees using the U.S. Department of Homeland Security’s E-Verify System. The Successful Respondent shall maintain records showing its compliance with the requirements of this paragraph, and shall provide copies of all such records to the City upon request. Failure to comply with any requirement of this paragraph shall constitute a breach of this Agreement for which the City may immediately terminate the Contract without penalty. In the event of such breach or termination, the Successful Respondent shall be liable to the City for any costs incurred by the City as a result of the breach.

      IN ACCORDANCE WITH § 837.06, FLA. STAT., SUCCESSFUL RESPONDENT ACKNOWLEDGES THAT WHOEVER KNOWINGLY MAKES A FALSE STATEMENT IN WRITING WITH THE INTENT TO MISLEAD A PUBLIC SERVANT IN THE PERFORMANCE OF HIS OR HER OFFICIAL DUTY SHALL BE GUILTY OF A MISDEMEANOR OF THE SECOND DEGREE, PUNISHABLE AS PROVIDED IN § 775.082 OR § 775.083, FLA. STAT.

    • SWORN STATEMENT UNDER SECTION 287.133(3)(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES (required)

      Please download the below documents, complete, and upload.

    • NON-COLLUSION AFFIDAVIT OF PRIME BIDDER (required)

      Please download the below documents, complete, and upload.

    • AFFIDAVIT UNDER SECTION 274A(e) OF THE IMMIGRATION AND NATIONALITY ACT (INA), Immigration Laws (required)

      Please download the below documents, complete, and upload.

    • AFFIDAVIT UNDER SECTION 787.06(13), FLORIDA STATUTES, ON KIDNAPPING; CUSTODY OFFENSES; HUMAN TRAFFICKING; AND RELATED OFFENSES, Human trafficking (required)

      Please download the below documents, complete, and upload.

    • AFFIDAVIT UNDER SECTION 287.138, FLORIDA STATUTES, PROCUREMENT OF PERSONAL PROPERTY AND SERVICES, Contracting with entities of foreign countries of concern prohibited (required)

      Please download the below documents, complete, and upload.

    • Closeout Submittals

      Awarded vendor shall provide closeout submittals. Data will be used for Operations and Maintenance Manuals. Submittals to include full product and service detailed information. For example, including manufactures, names, colors, designs, warranties, guarantees, certifications, distributors, operations and maintenance instructions, care and upkeep, shop drawings, as-builts, and with samples.

    • Contract Documents

      The contract attached hereto is a draft of the contract required by the City to award the project described in this bid. It is the bidder’s responsibility to review and understand the contract. If the bidder requires any modifications or additional terms and conditions to the contract, the bidder shall detail the desired changes on a separate page titled “Additional Terms/Modifications”. That page then must be attached here as part of the bidder’s proposal. Contract modification requests after the bidder’s bid has been submitted shall not be considered.

    • IFB Requirements (required)

      Did you read through all sections and confirm that you met all of the IFB requirements

    • Will Pre-Bid meetings be Mandatory? (required)
    • Payment and Performance Bond (required)

      Is a payment and Performance Bond Required?

    • Liquidated Damages (required)

      Which liquidated section should be added?

    • Indefinite Quantity (required)

      Indefinite Quantity clause needed?

    • All-Inclusive Cost (required)

      Will the vendor be responsible for for covering the cost of application fees, or permit fees?

    • Closeout Submittals (required)

      Will Closeout Submittals be required?

    • Rate for Work (required)

      Enter the rate for work per hour in American dollars. Please include all signs and decimals that are required.

      Example: $35 or $35.00

    Questions & Answers

    Q (previous bid tab ): can i please see the previous bid tab for this job

    A: Previous service provider is Russel Landscape Florida. See Notice 1 for copy of contract. The contract is pursuant to the RFP 23-017 Company and City of Smyrna, Georgia dated April 17, 2023.


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

    A: Previous service provider is Russel Landscape Florida. See Notice 1 for copy of contract. The contract is pursuant to the RFP 23-017 Company and City of Smyrna, Georgia dated April 17, 2023.


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

    A: Previous service provider is Russel Landscape Florida. See Notice 1 for copy of contract. The contract is pursuant to the RFP 23-017 Company and City of Smyrna, Georgia dated April 17, 2023.


    Q (Prior award): What was the prior award amount? Or can you provide prior bid tabs?

    A: Previous service provider is Russel Landscape Florida. See Notice 1 for copy of contract. The contract is pursuant to the RFP 23-017 Company and City of Smyrna, Georgia dated April 17, 2023.


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

    A: $175,000.00


    Q (Lugar de trabajo ): Una empresa ubicada en Brandon Florida puede participar en la licitación?

    A: Yes, Si. (Question 6 English translation: Can a company located in Brandon Florida participate in the bidding process? Answer: Yes)


    Q (No subject):

    A: Is a bond required? No, a bond is not required.


    Q (No subject):

    A: Are the wetlands shown in the pictures (presented at the meeting) included? No. The vendor is not responsible for the wetlands.


    Q (No subject):

    A: Who maintains the trees shown in the pictures (presented at the meeting)? The CITY. The vendor is not responsible for the tree maintenance.


    Q (No subject):

    A: What is the anticipated award date? The award is subject to City Commission’s approval. We anticipate award will be as early as June.


    Key dates

    1. March 31, 2026Published
    2. April 30, 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.