SLED Opportunity · FLORIDA · FORT MYERS

    Moving Public Records to New Warehouse

    Issued by Fort Myers
    cityRFQFort MyersSol. 257555
    Closed
    STATUS
    Closed
    due May 14, 2026
    PUBLISHED
    Apr 23, 2026
    Posting date
    JURISDICTION
    Fort Myers
    city
    NAICS CODE
    484210
    AI-classified industry

    AI Summary

    The City of Fort Myers requests quotes from qualified contractors to provide moving services for public records from a storage facility to a new warehouse. The contract will be awarded to the lowest responsive quote. Submission deadline is May 14, 2026.

    Opportunity details

    Solicitation No.
    257555
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    April 23, 2026
    Due Date
    May 14, 2026
    NAICS Code
    484210AI guide
    Jurisdiction
    Fort Myers
    State
    Florida
    Agency
    Fort Myers

    Description

    The City of Fort Myers (City) requests submittals from interested and qualified Consultant/Contractors to provide moving services from Public Storage at 2235 Colonial Boulevard to new warehouse 2801 Michigan Avenue.

    Project Details

    • Reference ID: Quote 26-048
    • Department: City Clerk
    • Department Head: Mary Hagemann (City Clerk)

    Important Dates

    • Questions Due: 2026-05-08T18:00:00.000Z

    Evaluation Criteria

    • Award of Contract

      1. Award

      For the purposes of determining the winning quote, the City will select the responsive Contractor with the lowest quote

      2. Purchase Order

      The purchase order provided by the City, to the selected Contractor within the time for acceptance specified, results in a binding contract without further action by either party.  The contract shall consist of this quote and any addenda thereto, the Contractor's submittal, and established purchase order.  If a contract is established, this will also become an official part of the contract.  The contract shall be governed in all respects according to the laws of the State of Florida in Lee County, Florida.

      All Purchase Orders issued pursuant to the Contract will be deemed to incorporate all terms and conditions of this quote regardless of whether these Documents are expressly referenced therein.

      Before commencing work, the Contractor must receive a City PO/work order/or P-Card authorization. Shipments or work performed will be made as specified on the purchase order, conforming to the pricing form, specifications, and general conditions. No work may proceed unless authorized by the Contract Manager and the Contractor is in receipt of a Work Order and the associated PO.

      3. Competitive Bid Threshold

      In the event the lowest responsive and responsible quote exceeds the competitive bid threshold (currently $100,000) all quotes will be discarded and new documents will be published following competitive bid requirements.

    • Introduction

      The City Clerk Office (hereinafter, the “Division or Department”) has issued this informal competition Quote (hereinafter, “Q”) with the intent of obtaining quotes from interested suppliers in accordance with the terms, conditions and specifications stated or attached.  The supplier, at a minimum, must achieve the requirements of the Specifications or Scope of Work stated.

      Delivery of Quote

      Except as provided in the "Americans with Disabilities Act," for people needing special accommodations, to be responsive proposals for this solicitation must be submitted electronically. Paper responses will be deemed non-responsive.

      1.  Instructions for submitting a response

      Once you have logged into your OpenGov account, go to the solicitation in which you want to participate. Then click on “Draft Response,” complete the information requested, upload your submittal, along with all required attachments, and submit.

      Contractor(s) is solely responsible for ensuring that their submittals are complete, uploaded and submitted in the E-Procurement Portal by the due date and time. The City shall not be responsible for any submission delays or failures caused by any occurrence.

      2.  Late Submissions

      Late Submissions will not be accepted. Contractor(s) shall assume full responsibility for timely upload of the Proposals.

       

    • Indemnification

      To the extent provided by law, Contractor shall indemnify, defend, and hold harmless the City and the State of Florida, Department of Transportation, including the City’s and Department's officers, agents, and employees, against any actions, claims, or damages arising out of, relating to, or resulting from negligent or wrongful act(s) of Contractor, or any of its officers, agents, or employees, acting within the scope of their office or employment, in connection with the rights granted to or exercised by Contractor.  The foregoing indemnification shall not constitute a waiver of the Department's or City's sovereign immunity beyond the limits set forth in Florida Statutes, Section 768.28. Nor shall the same be construed to constitute agreement by Contractor to indemnify City for the negligent acts or omissions of City, its officers, agents, or employees, or third parties. Nor shall the same be construed to constitute agreement by Contractor to indemnify the Department for the negligent acts or omissions of the Department, its officers, agents, or employees, or third parties. This indemnification shall survive the termination of this Agreement.

    • Summary

      The City of Fort Myers (City) requests submittals from interested and qualified Consultant/Contractors to provide moving services from Public Storage at 2235 Colonial Boulevard to new warehouse 2801 Michigan Avenue.

       

       

       

    • Employee Eligibility Verification System (E-Verify)

      During the term of this Contract, the Contractor shall fully comply with Florida Statute Sec. 448.095, which includes but is not limited to, registering with and utilizing the U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all new employees and requiring an affidavit from any Subcontractor/Subconsultant(s) stating that the Subcontractor/Subconsultant(s) uses and shall continue to use the E-Verify System to verify the work authorization status of all newly hired employees stating that the Subcontractor/Subconsultant(s) uses and shall continue to use the E-Verify System to verify the work authorization status of all newly hired employees and does not employ, contract with or subcontract with an unauthorized alien.

    • Insurance Coverages Required

      Insurance will be provided by the Contractor. If required, the awarded Contractor (and its subcontractors to the same extent and on the same terms as set forth below for Contractor) shall maintain the following coverages and furnish the certificate(s) of insurance on the policies and renewals thereof which indicate that insurance coverage has been obtained meeting the requirements of the contract.

    • Eligible Users

      All departments of the City are eligible to use this contract.

    • Comprehensive General Liability

      This insurance shall be an “occurrence” type policy written in comprehensive form and shall protect the Contractor(s) and the additional insureds against all claims arising from bodily injury, sickness, disease, or death of any person or damage to property of the City or others arising out of any act or omission of the Contractor or its agents, employees, or subcontractors. This policy shall also include protection against claims insured by usual bodily injury liability coverage, a “contractual liability” endorsement to insure the contractual liability assumed by the Contractor under its contract with the City, and “Completed Operations and Products Liability” coverage (to remain in force for 2 years after final payment and subsequent to project completion). If the Contractor’s work, or work under its direction, requires blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of structures, or damage to underground property. The liability limits shall not be less than:
      1. Minimum limits of $1,000,000 per occurrence combined single limit; $1,000,000 aggregate.  This shall include premises and/or Operations, Independent Contractors, and Sub-Contractors and/or Completed Operations, Broad Form Property Damage, and a Contractual Liability Endorsement.
      2. Contractual coverage applicable to this specific Agreement including any hold harmless and/or such indemnification agreement excluding professional acts.
      3. Employer's Liability with a minimum limit per accident in accordance with statutory requirements, or a minimum limit of $1,000,000 for each accident which limit is greater.
      4. Notice of Cancellation and/or Restriction - The policy must be endorsed to provide the City with thirty (30) days prior written notice of cancellation and/or restriction.

    • Scope of Work

      The City is requesting submittals to provide:

      The scope of work includes the transportation of approximately 5,500 banker’s boxes and 700 large plan boxes currently stored at Public Storage, located at 2235 Colonial Boulevard, Fort Myers, FL. These materials will need to be moved to our new records warehouse at 2801 Michigan Avenue, Fort Myers, FL.

      The move is anticipated to take place around June, though exact dates can be coordinated.

      Please include in your quote all relevant costs, availability, estimated timeline, and any requirements or considerations for handling and transporting records of this nature.

    • Quote Timeline

      Below is the proposed quote schedule. Dates are subject to change.

      Release Date:April 23, 2026
      Question Submission Deadline:May 8, 2026, 2:00pm
      Submission Deadline:May 14, 2026, 2:00pm

       

      All quotes shall be submitted online via the City of Fort Myers Procurement Services Division Online Bidding System: City of Fort Myers Procurement Portal no later than the date and time specified above.  We will not accept any quotation responses later than the noted time and date. 

    • Minimum Qualifications
      1. The Contractor(s) shall hold a current license from the State of Florida as required for each discipline.
      2. Contractor shall have no record of judgments, bankruptcies, pending lawsuits against the City or criminal activities involving moral turpitude and not have any conflicts of interest that have not been waived by the City Council.
      3. To demonstrate qualifications to perform the Work, each Contractor must be prepared to submit within five (5) days of Owner’s request written evidence, such as financial data, previous experience, present commitments and other such data as may be called for below (or in the Supplementary Instructions)
      4. Contractor(s) are required to inform the City of any relevant legal or ethical issues. Specifically, they need to disclose:
        •    Judgments: Any current or pending court decisions against them.
        •    Pending Lawsuits: Any legal actions that are currently underway.
        •    Criminal Activities: Any criminal conduct, especially if it involves moral turpitude (actions that are morally reprehensible).
        Contractor(s) will be given a chance to explain or provide additional information regarding these issues if applicable. This allows them to clarify any concerns and provide context.

      The Contractor will be required to maintain the Minimum Qualification Requirements during the term of the Contract and any contract renewals.

       

    • Payment

      All invoices and payments shall be governed by Sect. 218.74(2) Florida State Statutes, the Florida Prompt Payment Act.

      The successful Contractor(s) shall be paid in accordance with Florida Statutes, upon submission of invoices.

      1. Discount

      Contractor(s) may offer a discount for prompt payment; however, such discounts shall not be considered in determining the lowest net price for evaluation purposes. Discounts will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the office specified, whichever is later.

      Contractor(s) is requested to offer price discount for prompt invoice payment. It is the policy of the City to make payments of invoices in time to earn any offered discounts. Discount time will be computed from the date of satisfactory delivery at place of acceptance or from receipt of correct invoice at the Accounts Payable Office, whichever is later.

      2. Invoicing

      All invoices, in order to be classified as a proper invoice, shall be delivered via e-mail to APInvoices@fortmyers.gov and addressed to Accounts Payable, Finance Department, City of Fort Myers, 2200 Second Street, Fort Myers, Florida, 33901.

      For purposes of billing submission and payment procedures, a "proper invoice" by a Contractor(s) or other invoicing party shall conform to the following process:

      1. A description (including quantity) of the goods and/or services provided to the City (or a party on behalf of the City) reasonably sufficient to identify it (or them);

      2. The amount due, applicable discount(s), and the terms thereof;

      3. The full name of the Contractor(s) or other party who is supplying the goods and/or services including a mailing address in case of a dispute and a mailing address for payment purposes (if they are different) and a telephone number;

      4. The Purchase Order or Contract number as supplied by the City;

      5. An identification by Division, Office or Department of the party(ies) to whom the goods were delivered or services provided; and

      6. In order to be considered as a proper invoice, it must be based on (1) a proper delivery, (2) installation, or (3) provision of the goods and/or services acceptance by the City; and the Contractor(s) or other party who is supplying the goods and/or services has otherwise complied with all of the Contract's terms and conditions and is not in default of any of them.

      3. Payment Dispute Resolution

      In the event a dispute occurs between a Contractor(s) ("invoicing party") and the City concerning payment of an invoice, the City Department, Office or Division which has the dispute along with a representative of the City's Procurement Services and the invoicing party shall meet to consider the disputed issues.

      The Contractor shall provide to the City such material and information as the City may reasonably require. Any such procedure shall be initiated by either party notifying the other in writing of a dispute and stating with specificity its nature. This procedure shall commence not later than forty-five (45) days and be resolved not later than sixty (60) days, after the date on which the proper invoice was received by the City. Any decision by the Director of Finance shall constitute the final decision of the City regarding these matters and shall be communicated in writing to the invoicing party within three business days after such decision.

      If no decision is rendered within the time period as set out above, then a decision against the invoicing party shall be deemed to have been issued.

      4. Payment If Agreement is Terminated

      In the event of termination of this Agreement, the City shall compensate the Contractor(s) for: (1) all services performed prior to the effective date of termination; (2) reimbursable expenses then due; and (3) reasonable expenses incurred by the Contractor prior to the termination of services by submitting required documentation to the City.

    • Comprehensive Auto Liability

      If Supplier will be driving a vehicle on City Property either to perform work or the delivery of items the following is required:

      This insurance shall be written in comprehensive form and shall protect the Contractor and the additional insureds against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicle and shall cover operation on or off the site of all motor vehicles licensed for highway use, whether they are owned, non-owned, or hired. The liability limits shall not be less than:

      1.    Minimum limits of $1,000,000 combined single limit liability.

      2.    Coverage shall include owned vehicles, hired, leased, non-owned vehicles, employee non-ownership.

      3. Employer's Liability with a minimum limit per accident in accordance with statutory requirements, or a minimum limit of $1,000,000 for each accident which limit is greater.

      4. Notice of Cancellation and/or Restriction - The policy must be endorsed to provide the City with thirty (30) days prior written notice of cancellation and/or restriction.

    • Workers Compensation and Employer’s Liability

      This insurance shall protect the Contractor(s) against all claims under applicable state workmen’s compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees that, for any reason, may not fall within the provisions of a workmen’s compensation law. This policy shall include an “all states” or “other states” endorsement. Exemption certificates shall be accepted if valid during the term of the contract, but only for those eligible corporate officers pursuant to Chapter 440 of the Florida Statutes. Proof of workers’ compensation coverage must still be provided for all employees, sub-contractors not eligible for exemption. The liability limits shall not be less than:

      1. Employer's Liability with a minimum limit per accident in accordance with statutory requirements, or a minimum limit of $1,000,000 for each accident which limit is greater.

      2. Notice of Cancellation and/or Restriction - The policy must be endorsed to provide the CITY with thirty (30) days prior written notice of cancellation and/or restriction

    • Pricing Proposal

      1. Must complete this section in its entirety.

      2. Additional charges. All additional charges such as installation, shipping, insurance, normal service consumables, shop supplies, environmental fees, administration fees, etc. must be included in your quote. City will not be responsible for any type of miscellaneous surcharges or fees. The Contractor(s) may not add any additional fees to the order including, but not limited to, special handling charges, hazardous materials fees, fuel surcharges, etc. after award without written City approval.

      3. Goods Orders.  N/A

      4. F.O.B. Destination. N/A

      5. Price Reductions. If, from the date of award, the Contractor either proposes the services at a lower price than offered to City or reduces the price of the proposed goods and services, the lowest of these reduced prices will be extended to City.

      6. Additions. New services may be added to a Contract resulting from this solicitation at any time during that Contract term to the extent that those related services are within the scope of this Solicitation. 

      7. Deletions. Services may be deleted from a contract if no longer available.

    • Insurance Certificates Required

      1. Certificates of Insurance. Prior to commencing work at the jobsite, and as a condition precedent to the Contractor(s) and their Subcontractor/Subconsultant(s) initiation of performance, the Contractor and its Subcontractor/Subconsultant(s) shall furnish the City with certificates of insurance as evidence that policies providing the required coverage and limits of insurance are in full force and effect. The certificates shall provide that any company issuing an insurance policy for the work under a contract shall provide not less than 30 days advance notice in writing to the City prior to cancellation, termination, or material change of any policy of insurance (except for notice of non-payment of premium for which not less than 10 days advance notice in writing shall be required). In addition, the Contractor shall immediately provide written notice to the City upon receipt of notice of cancellation of an insurance policy or a decision to terminate an insurance policy. All certificates of insurance shall clearly state that all applicable requirements have been satisfied, including certification that the policies are of the “occurrence” type. Certificates of insurance for a Contractor and Subcontractor/Subconsultant(s)-furnished insurance and notices of any cancellations, terminations, or alterations of such policies shall be mailed to the Procurement Services at the address set forth for delivery of the Solicitation.

      2. All such insurance certificates shall be in a form and underwritten by an insurance company(s) acceptable to the City and licensed in the State of Florida.

      3. Each Certificate of Insurance submitted to the City shall be an original and shall be executed by an authorized representative of the insurance company affording coverage.

      4. Each Certificate of Insurance shall specifically include all of the following:

      4.1. The name and type of policy and coverages provided; and

      4.2. The amount or limit applicable to each coverage provided and the deductible amount, if any, applicable to each type of insurance coverage being provided; and

      4.3. The date of expiration of coverage; and

      4.4. The designation of the City of Fort Myers, both as an additional insured to the GL & AL on a primary and non-contributory basis, and as a certificate holder.  (This requirement is exempted for Professional Liability Insurance and for Workers' Compensation Insurance); and

      4.5. A specific reference to this Agreement and the Project to which it pertains.  (This requirement may be exempted for Professional Liability Insurance); or In the event the Contractor has, or expects to enter into an agreement for Professional Services other than those provided for in this Agreement; the Contractor may elect to submit a Certificate of Insurance containing the following statement:

      "This policy covers the services or work provided or performed by the Named Insured for any and all projects undertaken for the City of Fort Myers pursuant to one or more written Professional Services AGREEMENTS, or written Supplemental Agreements or Change Orders thereto, and the limit(s) of liability shown shall not be intended or construed as applying to only one project."

      Upon receipt and approval of such a Certificate of Insurance, a separate Certificate of Insurance will not be required for each separate agreement.

      4.6. An identifying statement indicating the identification of any services or work that is included in, or required under, the Scope Of Professional Services set forth in Exhibit “A” that is specifically excluded or exempted from coverage under the provisions, terms, conditions or endorsements of the Contractor(s) insurance policy(s).  A statement which indicates any and all deductible amounts applicable to each type of insurance coverage required.  In the absence of any such statements of deductible amount(s), or coverage statement of exclusions or exemptions, the CITY will proceed with the understanding, stipulation, and condition that there are no deductible amount(s), or exclusions or exemptions to the insurance coverage(s) provided.

      4.7. Name of the Project and/or Project Number should be clearly indicated.

      4.8. Each Certificate of Insurance shall be issued by an insurance agent and/or agency duly authorized to do so by, and on behalf of, the insurance company affording the insurance coverage(s) indicated on each Certificate of Insurance.

      4.9. If the initial or any subsequently issued Certificate of Insurance expires prior to completion of the work or termination of this Agreement, it is the Contractor(s) responsibility to furnish the City a renewal or replacement Certificate(s) of Insurance, including all endorsements, not later than thirty (30) calendar days prior to the date of their expiration. Failure of the Contractor to provide the City with such renewal certificate(s) shall be considered justification for the City to terminate this Agreement.

      5. It is vitally important that all insurance coverage(s) required under this Agreement be in effect throughout the entire period of this Agreement.  If any of the insurance coverage(s) required by this Agreement should reach the date of expiration indicated on the Certificate(s) of Insurance on record with the City, without the City having received satisfactory evidence in the form of a Certified Binder or a Certificate of Insurance, that the required insurance coverage(s) has either been renewed or replaced, then the Contractor, unless notified in writing by the City to continue, shall therefore automatically and without further notice from the City, stop performing all previously authorized services and work until such date as the City shall receive and approve satisfactory documentation that the expired insurance coverage(s) has been renewed or replaced.  During any time period that the Contractor shall fail to comply with the insurance requirements set forth in the Agreement, the City shall not be required to make, nor shall it make payment on any invoices submitted by the Contractor.  Payment for any such invoices shall be made promptly by the City after the City receives and approves the renewal or replacement Certificates of Insurance.  During any time period that the Contractor(s) services or work is suspended, as provided above, for failure to comply with the insurance requirements set forth in the Agreement, the Contractor shall not be entitled, as a result of such suspension, to any additional compensation or time to provide and perform the required services or work.

    • Insurance Terms & Conditions

      1. The Contractor shall obtain and maintain such insurance as will protect the City from: (1) claims under workers' compensation laws, disability benefit laws, or other similar employee benefit laws; (2) claims for damages because of bodily injury, occupational sickness or disease or death of his or her employees including claims insured by usual personal injury liability coverage; (3) claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees including claims insured by usual personal injury liability coverage; and (4) from claims for injury to or destruction of tangible property including loss or use resulting there from; any or all of which claims may arise out of, or result from, the services, work and operations carried out pursuant to and under the requirements of this Agreement, whether such services, work and operations be by the Contractor, its employees, or by any Subcontractor/Subconsultant(s), or anyone employed by or under the supervision of any of them, or for whose acts any of them may be legally liable.

      2. Subcontractor/Subconsultant(s). Unless expressly specified otherwise in this solicitation, a Contractor and its Subcontractor/Subconsultant(s) of any tier will be required at their own expense to maintain in effect at all times during the performance of the work insurance coverages with limits not less than those set forth below with insurers and under forms of policies satisfactory to the City. It shall be the responsibility of the Contractor to maintain the required insurance coverages and to assure that Subcontractor/Subconsultant(s) maintain required insurance coverages at all times. Failure of a Contractor to maintain adequate coverage shall not relieve it of any contractual responsibility or obligation. The requirements specified herein as to types, limits, and City’s approval of insurance coverage to be maintained by a Contractor and its Subcontractor/Subconsultant(s) are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor and its Subcontractor/Subconsultant(s) under a contract. Any insurance carried by the City that may be applicable shall be deemed to be excess insurance and the Contractor's insurance primary for all purposes despite any conflicting provision in the Contractor(s) policies to the contrary.

      3. The Contractor shall obtain, have, and maintain during the entire period of this Agreement, all such insurance policies as are set forth and required herein.

      4. The insurance coverage to be obtained by the Contractor, as set forth in Agreement for: (1) Worker's Compensation; (2) Commercial General Liability; (3) Commercial Automobile Liability; and (4) Professional Liability is understood and agreed to cover any and all of the services or work set forth in Exhibit “A” of this Agreement, or in any and all subsequently executed Change Order(s), or Supplemental Agreement(s).  If the total amount of insurance coverage established in, and required by, a Change Order or Supplemental Agreement exceeds the amount of insurance coverage carried by the Contractor, then the Contractorshall be required and expected to acquire such additional insurance, and the compensation established for the Change Order, or Supplemental Agreement, shall include consideration of any additional premium cost incurred by the Contractor to obtain such additional insurance coverage.

      5. The purchasing of any insurance on the behalf of the CITY shall not waive any defense under Sovereign Immunity.

      6. Additional Insureds. All insurance coverages furnished under a contract except Workers’ Compensation, Employers’ Liability and any Professional Liability Policy shall include the City and its officers, elected officials, and employees as additional insureds with respect to the activities of the Contractor and its Subcontractor/Subconsultant(s). The City shall not by reason of their inclusion under these policies incur liability to the insurance carrier for payment of premium for these policies.  

      If this solicitation is funded in whole or in part by the Florida Department of Transportation, they will be included as an additional insured on all insurance certificates.  

      7. Waiver of Subrogation. The Contractor and its Subcontractor/Subconsultant(s) shall require their insurance carriers, with respect to all insurance policies, to waive all rights of subrogation against the City, its officers, elected officials, agents, and employees and against other Contractor and Subcontractor/Subconsultant(s).

    • Request for Information

      The City Clerk department is the official source to obtain information relating to this Quote. It is incumbent on the Contractor to obtain solicitation and current award information prior to and after the scheduled opening date. Information is updated as it becomes available. An award, or recommendation of award, may be made at any time after the scheduled due date.

       

    • Return of Products/Equipment

      N/A

    • Tax Exempt

      The City is a governmental agency and a political subdivision under Florida law. Purchases by the City under this Contract are exempt from Florida sales tax: The City’s tax-exempt number is 85-8012621569C-3. No purchase made by any entity is qualified to be exempt other than those made directly by the City.

      The City’s sales tax exemption does not apply to goods and services purchased separately by a Contractor in connection with its fulfillment of its Contract obligations. The Contractor shall be responsible for paying any taxes, fees or similar payments which are required to be paid in connection with the Contract work.

    • Term

      The purchase order term, if an award is made, is intended to be for a one-time project.

      Prices shall remain firm for the term of the resultant purchase order.

    • Right to Terminate

      If through any cause, the Contractor(s) selected shall fail to fulfill the obligations agreed to in a timely and efficient manner, the City of Fort Myers may, at its discretion, terminate the agreement for services at anytime by giving ten (10) days written notice with cause; or thirty (30) day written notice without cause.

      • In the event there is any work or services in progress, but not completed as of the date of termination, then said contract may be extended upon written approval by the City until said work or services are completed and accepted.  The firm would then be entitled to just and equitable compensation for the work satisfactorily completed.

    Submission Requirements

    • Designated Representative (required)

      Please provide the name, address, cell phone and email address of person who will serve as the designated representative of the Contractor if this solicitation is awarded to the Contractor

    • Purchase Order Terms and Conditions (required)

      The supplier has read/understands/shall comply with the PO Terms and Conditions in Attachment A of this quote.

    • Please submit your proof of your State of Florida Registration - Sunbiz (required)

      Please upload your Sunbiz report.

    • Please submit your Certificate of Insurance (required)

      The Contractor agrees to the insurance requirements stated in the solicitation and will attach Certificate of Insurance below. Failure to provide stated coverage will result in a non-responsive proposal.

      Contractor, upload any certificate of insurance, showing the minimum guidelines as stated in this solicitation.   The City of Fort Myers is to be specifically included as an additional insured on both comprehensive general liability and the business auto liability policies.

      1. Additional Insured Boxes need to be checked.
      2. “Additional Insured” Endorsement page(s) MUST accompany the Certificate of Insurance.
      3. Notice of Cancellation and/or Restriction - The policy must be endorsed to provide the CITY with thirty (30) days prior written notice of cancellation and/or restriction.
      4. Check to ensure the dollar amount for each category is correct.
      5. DESCRIPTION OF OPERATIONS BLOCK: The following verbiage must be included in this block on COI:
        City of Fort Myers named as Additional Insured on Comprehensive
        General Liability and Business Auto Liability policies.
        «Project_Number»
        «Project_Name»
      6. Certificate Holder verbiage (no names of persons/division/departments may appear in this section):

        City of Fort Myers
        2200 Second Street
        Fort Myers, FL  33901

    • Please submit you W-9 (required)

      Please upload current W-9 form.

    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Some examples of of when to say "yes":

      1. This is a quote for goods or commodities
      2. This is a public works bid, with a pricing table that can be uploaded into ProcureNow from an excel spreadsheet
      3. Seeking services for hourly rate schedules
    • Is the estimated cost of the quote under $50,000? (required)
    • Supplier title (required)

      The Supplier a/k/a...

    • Will this be a continuing contract? (Used more than once, define term) (required)

      select one

    • What is the length of the term? (required)

      select one:

    Key dates

    1. April 23, 2026Published
    2. May 14, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.