SLED Opportunity · FLORIDA · CITY OF PLANT CITY
AI Summary
City of Plant City seeks bids for sidewalk improvements on N. Woodrow Wilson Street including paving, grading, drainage, concrete work, and watermain replacement. Project is federally funded under CDBG with strict compliance requirements. Bids due April 23, 2026, via e-Procurement.
This project proposes the addition of sidewalk on the east side of N. Woodrow Wilson Street from W. Lowry Avenue to the CSX railroad. Work includes flexible paving, grading, drainage, concrete sidewalks & driveways, stripping, signage, tree removal, sodding, and the replacement of an existing potable watermain and appurtenances. Coordinating relocation of underground private utilities will be accommodated within the project schedule.
On June 2020, representatives from Hillsborough County Public Schools, City of Plant City, Plant City Police Department, and the Transportation Planning Organization met to review hazard locations that students, who live within two (2) miles of their assigned school, and would otherwise be ineligible for state funded transportation services, would be subjected to walk to and from home and school. N. Woodrow Wilson Street between W. Lowry Avenue to the CSX railroad tracks does not contain any existing sidewalks or walking space for students to utilize. Specifically, less than four (4) feet of walk space off the edge of road pavement exist between W. Lowry Avenue and W. Moody Avenue. This project aims to provide a safe and accessible walk path between W. Lowry Avenue to the CSX railroad. Future phases of sidewalk improvements, south of the CSX railroad, are currently underway.
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.
This project proposes the addition of sidewalk on the east side of N. Woodrow Wilson Street from W. Lowry Avenue to the CSX railroad. Work includes flexible paving, grading, drainage, concrete sidewalks & driveways, stripping, signage, tree removal, sodding, and the replacement of an existing potable watermain and appurtenances. Coordinating relocation of underground private utilities will be accommodated within the project schedule.
This project will be federally funded, in part or whole through the Hillsborough County, Affordable Housing Services, with Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development (HUD). This project must meet all applicable federal, state and local laws, regulations and ordinances, including Davis Bacon and Related Acts as well as Section 3. All bidders must adhere to 2 CRF 200.317 – CRF 200.326.
Successful bidder must comply with Sections 3 of the Housing and Urban Development Act of 1968 as amended. Section 3 requires to the greatest extent feasible, provide training, employment, contracting and other economic opportunities to low and very low-income persons of the Section 3 covered project area, and to businesses that provide economic opportunities in the Section 3 project area.
You are required to register with SAM.gov to obtain a unique entity identifier used across the federal government if you do not already have one. DUNS numbers are no longer used, so if you have one you will have to update to the SAM.gov system.
Note that the successful bidder is required to pay workers on the project at least the minimum wages as determined in the Wage Determination Decision included in the IFB Attachments.
Bids shall be received for 26-024EN-IFB North Woodrow Wilson Street Sidewalk Improvements CDBG through the City's e-Procurement located at https://procurement.opengov.com/portal/plantcitygov.
Bids shall be valid for no less than 90 days from the submittal deadline.
Work is to commence 14 days after Notice to Proceed. The time for substantial completion on this project shall be 90 days from Notice to Proceed.
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 26-024EN-IFB North Woodrow Wilson Street Sidewalk Improvements CDBG 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 shall be $500.00 per day from date of substantial completion.
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.
Applicable liquidated damages are the amounts established in the following schedule:
Original Contract Amount Charge Per Calendar Day
$50,000 and under .........................................................$1,015
Over $50,000 but less than $250,000..........................$1,045
$250,000 but less than $500,000.................................$1,170
$500,000 but less than $2,500,000.............................$1,690
$2,500,000 but less than $5,000,000..........................$2,579
$5,000,000 but less than $10,000,000.........................$3,756
$10,000,000 but less than $15,000,000.......................$4,344
$15,000,000 but less than $20,000,000.......................$5,574
$20,000,000 and over ....................................................$10,203 plus 0.00005 of any amount over $20 million (Round to nearest whole dollar)
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.
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 $500,000.00 for each occurrence, $1,000,000.00 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 $500,000.00 or Bodily Injury (Per Person), Bodily Injury (Per Accident) and Property Damage for $500,000.00 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.
Professional Liability Insurance: Awardee shall procure and shall maintain during the life of this contract and for a period of three (3) years after the Project is completed, Professional Liability insurance in the amount of $1,000,000 for Consultant’s errors and omissions, exclusive of defense costs. If policy provides coverage on a claims-made basis, such coverage must respond to all claims reported within at least three (3) years following the period for which coverage is required, unless a longer period is indicated in the Contract.
Railroad Protection Liability Insurance: Awardee shall procure and shall maintain during the life of this contract Railroad Protection Liability Insurance. This coverage shall include Per Occurrence of $5,000,000.00 and Aggregate of $10,000,00.00.
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.
The City may reject bids that are incomplete, conditional, deficient in any way, or which contain unsolicited additions/alterations.
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.
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.
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.
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.
Wherever used in any of the contract documents, the meaning shall be given to the terms herein defined:
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.
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.
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.
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.
The City of Plant City, Florida owns this project. The City Manager or designee is the City’s authorized representative on this project.
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.
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:
Bidders deemed to be unqualified to perform the work may have their bid rejected.
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.
The City may waive informalities or irregularities that, in the City’s opinion, do not materially affect a bid.
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 his 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.
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.
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 8:00 a.m. to 5:00 p.m. Monday through Friday.
Recognized Holidays shall be as follows:
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.
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.
Upon Completion
All vendors, contractors, subcontractors, and agencies that wish to obtain Federally funded contracts must register in the System for Award Management (SAM). Instructions on registering in and using SAM can be found using the "Help" tab at www.sam.gov. Please notify and/or remind all current and prospective entities with which you may contract of the need to register in SAM.
Additionally, 2 CFR § 200.212 requires that Federal grantees and subgrantees must not make any award to "certain parties that are debarred, suspended, or otherwise excluded from or ineligible for participation in Federal assistance programs or activities." In order to comply with this requirement, before awarding a CDBG, HOME and any other federally funded contract to a business or other organization, your agency must search for the entity in SAM, print the page documenting that the entity is not excluded from receiving a Federally funded contract, and maintain this documentation in your procurement files.
The terms and conditions of Federal awards attach to the FFA and flow down to subrecipients at all tiers. This means that all subgrantees, contractors, developers, etc., who receive Covered CPD Program funds through a CPD grantee must comply with BABA requirements. Language notifying subrecipients that the procurement of materials for public infrastructure projects must comply with the BAP must be included in all subawards, contracts, purchase orders, requests for proposals, and all other relevant procurement and bid documents. Sample language that grantees may use for this purpose is included below.
Pursuant to the Build America, Buy America Act (BABA), enacted as part of the Infrastructure Investment and Jobs Act (IIJA). Pub. L. 117-58, 41 U.S.C. § 8301 note, the Federal Financial Assistance used to fund this infrastructure project is required to apply a domestic content procurement preference (the “Buy America Preference” or “BAP”) for all construction, alteration, maintenance, or repair of infrastructure, including buildings and real property, unless application of the BAP has been waived by HUD. Additional details on fulfilling the BABA requirements can be found at https://www.hud.gov/baba.
BABA requires that all iron, steel, manufactured products, and construction materials used for federally funded infrastructure projects are produced in the United States, unless otherwise exempt or subject to an approved waiver.
The Contractor shall include the requirement to comply with BABA and to provide the Self-Certification referenced below in all construction contracts with subcontractors for the project.
The Contractor and any subcontractors must retain records demonstrating compliance with the BABA requirements on a project and material level basis, regardless of whether infrastructure is the primary purpose of the project.
The Contractor and its subcontractors must certify compliance with BABA requirements by providing fully executed Self-Certifications as provided in the IFB Attachments. It is the Contractor’s responsibility to obtain fully executed Self-Certifications from all subcontractors.
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.
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.
The City has the right to define and interpret bid terms, specifications, and conditions.
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.
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.
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.
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.
The City may at any time make changes within the general scope of the contract in any of the following areas:
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.
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.
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 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.
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.
Section 1-16, Plant City Code, prohibits the City from indemnifying other parties to an agreement. Therefore, the City cannot indemnify bidders.
The bid shall include all expenses necessary to complete the delivery of products or provide the services described in this Invitation for Bids. The awarded vendor will not be responsible for covering the cost of application fees or permit fees, of applicable permits. The City will pay such authorized fees directly. 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.
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.
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.
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.
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.
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 |
Vendors shall include most recent Sunbiz document.
Please upload your W-9.
Provide applicable copies of current Underground Utility License; and/or FDOT Prequalification for Drainage, Flexible Paving, Grading, Grassing, Seeding and Sodding, Pavement Marking, Roadway Signing, Sidewalk; and/or FDOT Prequalification for Other Work Classes (Driveways, Milling, Tree Removal, Underground Utilities (Water & Sewer))
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.
Please enter the following information:
Name(s):
Position(s):
Firm Name:
Title:
Address:
Telephone No.:
E-Mail Address:
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.
The undersigned vendor per Florida Statute 287.087 hereby certifies that the vendor does:
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
Please upload your "ACORD" Insurance Certification
Please upload a copy of your document to show proof requirements are met.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please answer the following with information regarding the person to execute the contract.
Name:
Title:
E-Mail Address:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
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.
Did you read through all sections and confirm that you met all of the IFB requirements
Is a payment and Performance Bond Required?
Which liquidated section should be added?
Indefinite Quantity clause needed?
Will the vendor be responsible for for covering the cost of application fees, or permit fees?
Will Closeout Submittals be 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
Q (PROJECT BUDGET): What is the budget for this project? In the contract documents, the liquidated damages are listed at $1,170 for each day that exceeds 90 days past the notice to proceed for substantial completion. In the special provisions section of the project documents, the liquidated damage schedule is listed as $1,170 per day for projects between the original contract amount of $250,000 to $500,000.
A: The tentative project budget is between $250,000 to $500,000.
Q (fiber hand hole box): on the south end of the proposed project site prior to the RR right of way there is what appears to be a fiber hand hole box marked with a fiber pole that will ultimately be located in the new sidewalk, this box is not marked or noted on the plans, is this box and line active and if so are we to raise and incorporate this box within the new sidewalk?
A: The box and/or fiber optic cable belongs to either Frontier or MCI/Verizon. Both Utility Agency Owners have been made aware of the project and both prefer we contact them prior or during construction so they may adjust their infrastructure.
Q (existing storm pipe material is ADS): the existing storm pipe material below the concrete drive near station 13+50 is 18" ADS and not 24" per the plans, the lot the drive services is vacant, please provide direction to remove and replace the existing pipe and drive with new or keep the plan as is for the two manholes?
A: Noted. The existing storm pipe underneath the driveway near Sta. 13+50 will remain as is for the two manholes.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.