Active SLED Opportunity · FLORIDA · CITY OF ORLANDO

    Purchase and Installation of Vehicle and Bicycle Detection Systems

    Issued by City of Orlando
    cityIFBCity of OrlandoSol. 241980
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 28, 2026
    PUBLISHED
    Mar 26, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Orlando seeks bids for furnishing and installing vehicle and bicycle detection systems at various intersections. Requires experienced contractors with proper certifications. One-time purchase with potential renewals. Pre-proposal meeting on April 9, 2026; submissions due April 28, 2026.

    Opportunity details

    Solicitation No.
    241980
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    March 26, 2026
    Due Date
    April 28, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Orlando
    State
    Florida
    Agency
    City of Orlando

    Description

    The City of Orlando (City) is interested in qualified and experienced Bidders who can provide Vehicle and Bicycle Detection Systems and provide all supervision, labor, tools, parts, materials, and equipment to install Vehicle and Bicycle Detection Systems. The City, on an as needed basis, will assign individual projects to the Contractor(s) to furnish and install Vehicle and Bicycle Detection Systems, at various intersections in the City. All work shall be in accordance with the scope of work contained in this solicitation and the Florida Department of Transportation Standard Specifications covering traffic signal and Intelligent Transportation System.

    Project Details

    • Reference ID: IFB26-0318
    • Department: Transportation Engineering
    • Department Head: Maria Tejera (Transportation Engineering Division Manager)

    Important Dates

    • Pre-Proposal Meeting: 2026-04-09T15:00:00.000Z — JOIN THE VIRTUAL PRE-BID CONFERENCE. Online: https://teams.microsoft.com/dl/launcher/launcher.html?url=%2F_%23%2Fl%2Fmeetup-join%2F19%3Ameeting_MDRiNjFmZDAtMGQ0NC00NzAyLWFmNDQtNjExZDQ2NDQyOTFi%40thread.v2%2F0%3Fcontext%3D%257b%2522Tid%2522%253a%25227594da9b-294b-4acf-913b-d159ae921564%2522%252c%2522Oid%2522%253a%25229e96cdae-9c3e-4dec-b876-4d1b9529cbbf%2522%257d%26anon%3Dtrue&type=meetup-join&deeplinkId=5c09cd40-038c-468f-ad2a-b526dc83d187&directDl=true&msLaunch=true&enableMobilePage=true&suppressPrompt=true Call into the virtual meeting by dialing this phone number: +1 321-247-7568 Once dialed-in and prompted, enter the Conference ID: 165 052 430#

    Addenda

    • Addendum #1 (released 2026-04-20T02:09:26.392Z)

    Evaluation Criteria

    • SOLICITATION INFORMATION

      The City’s Procurement and Contracts Division is the official source to obtain information relating to City of Orlando procurements. It is incumbent on the Respondent to obtain current response/submittal and award information prior to and after the scheduled opening date of a solicitation. Information is updated as it becomes available. An award, or recommendation of award, may be made at any time after the scheduled opening date of a solicitation. You may obtain award and other solicitation information in a variety of ways, such as:

      • Solicitation documents are available for download from the City's e-Procurement Portal ("Portal"):

      You may access solicitation information by visiting the City’s Portal by clicking on the following link: https://procurement.opengov.com/portal/orlando

      • You may also contact the Procurement and Contracts Division at (407) 246-2291 or visit us during normal business hours, to obtain award information and other documents at:

      City of Orlando

      Procurement and Contracts Division

      400 South Orange Avenue, Fourth Floor

      Orlando, Florida 32801

      Please remember, email notification is provided as a courtesy to our Respondents, but it is the Respondent's responsibility to check with the City of Orlando’s Portal at: https://procurement.opengov.com/portal/orlando for current solicitations and other procurement information.

      We appreciate your interest in doing business with the City of Orlando.

    • QUALIFICATIONS OF BIDDER

      Consideration will be given only to the Bidders who can produce conclusive evidence that they can meet the following requirements:

      1. The Bidder must have at least five (5) years’ experience relating to vehicle and bicycle detection system installation.
      2. The Bidder must provide a minimum of four (4) references that demonstrates their experience for the products, equipment, services and requirements contained herein.
      3. The Bidder shall be licensed to do business in the State of Florida at the time of submitting their bid.
      4. The Bidder must meet the City’s insurance requirement for minimum amounts of insurance. Bidder selected for award must be able to provide a copy of Certificates of Insurance evidencing coverage as required. Policies other than Worker’s Compensation shall be issued only by companies authorized to conduct business in the State of Florida.
      5. The Contractor shall have all the required licenses and certifications necessary to perform this work. The approved License for this work is an International Municipal Signal Association (IMSA) Traffic Signal Field Technician Level II Certification when working inside the cabinet and a Florida Department of Transportation (FDOT) Intermediate MOT Certification when working in or over the roadway. No other license will be accepted. It is the Contractor’s responsibility to verify that their Subcontractors or other suppliers possess the proper licenses and certifications to perform the work prior to submitting their Bid.
    • COMMUNICATIONS; QUESTIONS REGARDING SPECIFICATIONS OR SUBMITTAL PROCESS
      1. All communication and contact regarding this solicitation shall be directed to the Purchasing Agent referenced on the cover page of this solicitation.

      2. To protect the integrity of the solicitation process and ensure fair consideration of all respondents, a prohibited communication period is hereby established commencing as of the time of the issuance of this solicitation and terminating upon execution of a contract (or, if the solicitation is cancelled, upon cancellation of the solicitation).
        1. Except for communication with the City’s designated point of contact set forth in this solicitation or as otherwise authorized by the City’s Chief Procurement Officer, during the prohibited communication period, the City prohibits communication regarding the solicitation by a Respondent or potential Respondent (or on a Respondent or potential Respondent's behalf) to or with any officer, elected official (including the Mayor and City Council), department, division, office, or employee of the City, or any other person or entity providing advice to the City related to this solicitation.
        2. During the prohibited communication period, all contacts and communications regarding the solicitation by a Respondent, or potential Respondent, including their agents, representatives and others on their behalf, shall be directed to the City’s Procurement and Contract Services Division in the manner provided below in this solicitation, unless otherwise authorized by the City’s Chief Procurement Officer.
        3. Prohibited contact or communications during the prohibited communication period may result in disqualification from the solicitation process, rejection of the solicitation, or termination of any resulting contract as determined by the Chief Procurement Officer. In addition, prohibited contact or communications may also be grounds for suspension and debarment of a Respondent or potential Respondent under the City’s Procurement Code.

      3. Any questions by a Respondent relative to the interpretation of specifications or the submittal process shall be addressed in writing as indicated below. In order to be answered prior to the submittal deadline, questions must be received by the Procurement and Contracts Division ten (10) days prior to the date set for the receipt of submittals. Any interpretation made to prospective Respondent with respect to questions submitted prior to the cut-off date for questions to be answered prior to the submittal deadline will be expressed in the form of an Addendum to the specifications which, if issued, will be conveyed to all prospective Respondents no later than five (5) days before the date set for receipt of submittals. Oral answers and written answers not answered in an Addendum issued by the Procurements and Contracts Division will not be binding.

      4. Openings shall be public, on the date and at the time specified on the Solicitation, with the total submittal amount being read aloud. It is the Respondents responsibility to assure that their submittal has been entered online no later than the due date and time of the opening. The Respondent's name and verification of bond submittal, if applicable, will be publicly announced aloud at the opening.
    • PRICING INSTRUCTIONS
      1. Once you have logged into your OpenGov account, go to the solicitation in which you want to bid/participate on. Then click on “Draft Response,” complete the information requested, upload your bid/quote/submittal, along with all required attachments, and submit.
      2. Unit prices for each item bid shall be shown. A total shall be entered in the amount column for each item bid. In case of discrepancy between a unit price and extended price, the unit prices will prevail.
      3. Although the City generally awards bids based on a "lump sum" basis to the responsive and responsible Bidder submitting the lowest total bid, the City may choose to award on a "per group" or "per item" basis. Therefore, Bidders must submit with their bids, all pricing pages on the forms provided clearly indicating which items are bid and which are not. Failure to submit these pages may render such bids non-responsive.
    • INTRODUCTION

      The City of Orlando (City) is interested in qualified and experienced Firms who can provide Vehicle and Bicycle Detection Systems and also provide all supervision, labor, tools, parts, materials, and equipment to install Vehicle and Bicycle Detection Systems. The City, on an as needed basis, will assign individual projects to the awarded Contractor(s) to furnish and install Vehicle and Bicycle Detection Systems, at various intersections in the City. All work shall be in accordance with the scope of work contained in this solicitation and the Florida Department of Transportation Standard Specifications covering traffic signal and Intelligent Transportation System.

    • CONTRACT TERM

      It is the intent of the City to award a Contract for a three (3) year term to begin upon approval and execution by the City. The Contract may, by mutual assent of the parties, be renewed for three (3) additional twelve (12) month periods or portions thereof, up to a cumulative total of seventy-two (72) months.

    • INDIVUAL PROJECTS
      1. Individual projects will originate from the City’s Transportation Engineering Division.
      2. Projects will be awarded on the basis of “unit prices” for specific tasks that are established by the Price Proposal of this solicitation which includes material, labor and equipment costs for those tasks based on established FDOT and City pay item numbers.
      3. The Contractor shall provide a total not-to-exceed amount for each individual project broken down into unit costs from the Contractor’s Price Proposal.
      4. The Contractor shall provide an estimated project timeline with approximate completion dates with their proposals for individual projects.
      5. The Contractor shall not begin work on a project until the City issues the notice to proceed (NTP).
    • RESPONDENT QUALIFICATION

      Submittals will be considered from Respondents who have adequate personnel and equipment and who are so situated as to perform prompt service or provide required goods. The City reserves the right to request information or conduct an inspection of the Respondent's facility and equipment prior to the award of the contract.

      Submittals will be considered only from Respondents which are regularly engaged in the business as described in this solicitation; with a record of performance for a reasonable period of time, which have sufficient financial support, equipment, and organization to ensure that they can satisfactorily execute the service if awarded a contract under the terms and conditions herein stated.

      The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established company in line with the best business practice in the industry and as determined by the City.

    • CONTRACT TERM

      It is the intent of the City to award a Contract for a one-time purchase.

    • ALTERATIONS/CHANGES TO PRICE FORM(S)

      Respondent shall not change or otherwise alter the quantity or unit designations on the Price Form(s). The unit price and total extensions must correspond to these designations. Each line item will be extended as indicated (quantity x unit price). The unit price shall prevail.

    • WORK ON SATURDAYS, SUNDAYS AND RECOGNIZED HOLIDAYS

      A. Most Work will be performed after Regular Work Business hours (7:30 AM to 4:30 PM) Monday through Friday.

      The City may require alternative Work hours due to specific individual Project conditions when necessary. Work will not be performed beyond hours specified herein or on Saturdays, Sundays or holidays unless authorized in advance by the City’s Project Manager to meet special requirements.

      B. The City’s Holidays are as follows:

      • New Year’s Day
      • Martin Luther King Day
      • Memorial Day
      • Juneteenth 
      • Fourth of July
      • Labor Day
      • Thanksgiving Day
      • Day after Thanksgiving
      • Christmas Eve and Christmas Day
    • PERMIT, INSPECTIONS, LICENSES. ETC
      1. The City will sign all documentation needed to obtain all relevant permits needed, but it shall remain the responsibility of the Cotractor to prepare, assemble, submit, coordinate, deliver, or otherwise cause to be complete all Work required to properly receive the Permit(s), Inspection(s), etc. as required.
      2. Coordination of all inspections shall be the responsibility of the Contractor.
      3. The Contractor shall hold a current License and is responsible for ensuring that all firms, persons, entities, Subcontractors, etc. shall hold necessary Trade Licenses to be compliant with this project.
      4. Any permits for the installation of construction of the work included under this Contract which are required by any of the legally constituted authorities having jurisdiction, shall be obtained and paid for by the Contractor, each at the proper time. The Contractor shall also arrange for and pay all costs in connection with any inspections and examinations required by these authorities.
      5. The only permits required for detection system installations would be for Maintenance of Traffic (MOT). Depending on which jurisdiction territory the work would be performed, respective agency should be contacted to obtain the permit. There are three separate jurisdictional agencies for roadway maintenance and each agency has its own procedure. The following agencies should be contacted for MOT permits:
        1. City of Orlando Traffic Control Group
        2. Orange County Public Works Department
        3. Florida Department of Transportation
      6. The following inspections are conducted during detection system installation process:
        1. Pre-inspection and drawing revision
        2. MOT installation inspection
        3. Onsite loop installation inspection
        4. Final inspection
    • AUTOMATED ORDER ENTRY SYSTEM

      Respondents should furnish with their submittal details of any automated order entry system available for use by the City.

    • SCHEDULE

      The Timeline Section of this solicitation contains the scheduled calendar of events with important dates and times for this Solicitation. Dates and times are subject to change by the City’s Chief Procurement Officer (CPO) or designee, at their sole discretion. If the Procurement and Contracts Division determines that it is necessary to change these dates or times prior to the Solicitation Due Date, the change will be announced via an addendum.

    • ADDENDA

      It is the Respondent's responsibility to contact the Procurement and Contracts Division prior to submitting a response to ascertain if any Addenda have been issued, to obtain all such Addenda, and return executed Addenda with the response, if applicable. All addenda information will be posted on the City's website (https://procurement.opengov.com/portal/orlando). The failure of a Respondent to submit acknowledgment of any Addenda that affects the price(s), is considered a major irregularity and will be cause for rejection of the response.

    • MOBILIZATION

      Mobilization to be paid as a Lump Sum in an amount equal to 5% of the total individual project amount.

    • UNBALANCED PRICING

      As determined by the City's Chief Procurement Officer in the CPO’s discretion, the City may consider a solicitation response irregular and reject it if any of the prices are excessively unbalanced (either above or below the amount of a reasonable response) to the potential detriment of the City. The City further reserves the right to require backup documentation from the respondent if, in the Chief Procurement Officer's opinion, the prices are, or appear to be, excessively unbalanced.

    • CONDITION AND PACKAGING

      It is understood and agreed that any item offered or shipped as a result of this solicitation shall be new (current production model at the time of this solicitation, unless otherwise specified). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.

    • PRE-SOLICITATION CONFERENCE

      The purpose of a Pre-Solicitation Conference is to review and discuss the solicitation (and any addenda) as published. A representative from the Procurement and Contracts Division and a technical representative from the using department will be present to discuss the solicitation.

    • SCOPE OF SERVICES
      1. The Contractor shall furnish and install all forms of traffic signal detection, pull boxes, conduit, and loop feeders for vehicle and bicycle detection systems in accordance with Contract Documents. Use only vehicle and bicycle detection systems in accordance with the most recent version of the MUTCD (Manual on Uniform Traffic Control Devices), Florida Department of Transportation (FDOT) Standards and Specifications for Road and Bridge Construction and FDOT Standard Plans for Road and Bridge Construction.
      2. The Contractor's price for each loop assembly shall include a new loop window.
      3. Pay Item 660-2-10B shall include all above and underground installations of shielded loop lead in cables.
      4. Quantities shown are estimated annual usage only.
      5. Loop detector wire shall meet all requirements of tube loop detector wire IMSA 51-7 (cut sheet available upon request).
      6. All work shall be performed in a professional manner and shall be in compliance with all State, County, City, Federal and Environment Protection Agency regulations.
    • AVAILABILITY OF PARTS/SERVICE FACILITIES

      The City of Orlando reserves the right to consider the availability of parts and service facilities for the equipment offered. The failure of the Respondent to maintain a sufficient line of parts to service the equipment may be cause for rejection of the submittal/response.

    • WITHDRAWAL

      After opening, no changes in prices or other provisions shall be permitted. Respondents may withdraw or correct a submittal prior to the stipulated date and time for the opening of the Solicitation.

    • SELECTION/REJECTION OF OPTIONS

      The City of Orlando reserves the right to select/reject options which are submitted, based on price and other considerations as deemed to be in the best interests of the City.

    • REPORTING

      The Respondent shall report sales and usage data to the City on an annual basis in MS Excel spreadsheet format. The following data at a minimum should be reported for each item included on the Price Form that is procured during the reporting period:

      • Contract name and number
      • Respondent's name
      • Reporting period
      • Department/Division/Location name
      • Order date
      • Item description
      • Manufacturer name
      • Manufacturer part number
      • Unit of measure
      • Quantity
      • Respondent's list price
      • Unit price
      • Extended price
      • Total purchase amount for the quarter

      Submission of requested Reports is the responsibility of the Respondent, without prompting or notification by the City. The Respondent will submit by email the completed reports to the Purchasing Agent identified in the Contract. The City shall work with the Respondent to develop the approved electronic format and content of the Contract Sales Reports to be used by the Respondent.

      Failure to provide reports may be grounds for default and /or cancellation of the Contract.

    • COORDINATION OF WORK
      1. Coordination of the work between the various trades and suppliers is the express responsibility of the Contractor.  It is not the City’s  responsibility to determine the sequence of work, the installation procedures of any part or piece of the work and/or determine the extent of responsibility for the way the various trades or portions of the work are to be separated or divided amongst the various subcontractor, or suppliers of the work.
      2. The Contractor is to give special attention for coordination of the work by various trades to provide uniform and symmetrical layout and spacing of exposed components which affect the finished design and appearance.  Where spacing and related locations are not specifically shown on the drawings, or where in doubt, the Contractor shall consult with the City Project Manager and/or his/her designee, prior to installation of that part of the work.
      3. Contractor shall provide coordination of construction crews, project time line management and accountability, ongoing construction oversight, post construction follow-up, post installation support, etc.
    • LABOR AND MATERIALS
      1. The Contractor shall provide all labor and materials necessary to perform services under this contract.
      2. The Contractor shall coordinate the job site delivery and placement of materials required for completion of the job with the City’s representative.
      3. All materials shall be new and of good quality in the repair or replacement of any inoperative or damaged components. Defective components shall be replaced with the Original Equipment Manufacturers (OEM) parts. Any substitutions to OEM parts will be authorized by City Representative in writing.
      4. The City reserves the right to furnish materials to the Contractor and set the standard of quality for materials for a given job. All materials used shall be manufactured by a company acceptable to the City.
      5. Materials shall remain the property and responsibility of the Contractor until they are incorporated into the work and the work is accepted by the City. No additional charges will be accepted by the City for the required delivery, handling and on-site storage of materials needed for the job. This will include fencing or other equipment needed to secure contract materials.
    • IRREVOCABLE OFFER

      The submission of a response shall constitute an irrevocable offer to the City by the Respondent for a period of ninety (90) days from the date of opening to provide the goods and services set forth in this solicitation upon the terms, conditions, and provisions of this solicitation, at the pricing set forth in the submittal.

    • LOCAL REPRESENTATIVES

      Your firm must be able to provide a local representative for service and technical assistance on an "as needed basis."

    • MEASUREMENT
      1. Vehicular/Bicycle Loop Detector Sensors will be measured as a unit for each size of loop furnished and installed.
      2. Irregular sized Loops will be measured by the Linear “Per Foot” of saw cuts furnished and installed.
      3. Loop Lead in Cuts to the Stub Out locations will be calculated at a “Per Foot" cost separate from the Loop.
      4. Conduit “Stub-Out” 90-degree elbow or road side conduit repair shall be measured per repair.
      5. Traffic Control cost shall be calculated on a “Per Hour” on site cost for jobs that are less than eight (8) Hours at 1-site and “Per Day” Cost for 8-hours at 1-site.
      6. Site is considered one (1) intersection regardless of how many approaches to that intersection work must be performed.
    • RECIPROCAL LOCAL PREFERENCE

      In the event the lowest responsive and responsible response to any Request for Quotation is by a Respondent whose principal place of business is in a city, county, or state which grants a preference for the procurement of such goods or services to a Respondent whose principal place of business is in such area, then the City may award a preference to the (next) most responsive and responsible Respondent having a principal place of business in the Metropolitan Statistical Area, (i.e., Orange, Seminole, Lake and Osceola Counties). Such preference shall be equal to the preference granted by the area in which the lowest responsive and responsible Respondent has its principal place of business.

    • QUANTITIES

      The quantities for the items listed in this solicitation are estimated annual quantities for evaluation purposes only and should not be construed as representing actual quantities to be purchased. Moreover, it is understood by all Respondents that the City is not obligated to purchase any minimum or maximum amount during the life of a contract resulting from this solicitation.

    • BACKGROUND SCREENING
      1. The selected Contractor must obtain a “Criminal Background Check Report” from the Florida Department of Law Enforcement (FDLE) for all its employees assigned to work at a City location. These reports must be completed and received by the City prior to the employee beginning work under this contract. Reports shall be updated annually thereafter unless otherwise agreed to in writing by the City. Copies of the initial FDLE report shall be provided to the City’s Procurement and Contracts Division prior to assignment of any employees to a City location and within ten (10) days of receipt thereafter.
      2. Prior to providing the FDLE report to the City, Contractor must obtain the written consent of any assigned employees to release all background check reports to the City and to allow the City to perform its own additional criminal background investigation of any assigned employee at any time should the City so desire in its sole discretion. The City in its discretion may provide a form for the Contractor to sign and have its employees sign for such purpose. Written consent must be provided to the City with the FDLE report for each employee.
      3. No employee of Contractor shall be permitted to work at a City location if at the City’s discretion, the City determines that the Contractor’s employee is not eligible to work at a City location based on the results of the Criminal Background Check Report. The City will notify the Contractor promptly of any such determination. No employees with felony convictions of any kind (including a plea of nolo contendere to felony charges) will be accepted to work on this contract.
    • RESPONDENT'S CERTIFICATION FORM

      Each Respondent shall complete the "Respondent's Certification Form” included with this Solicitation. The form should be acknowledged before a Notary Public with notary seal affixed on the document. The failure of a Respondent to include this document with their submittal will be cause for rejection of the submittal.

    • SAFETY
      1. The Contractor shall provide and ensure that all personnel providing services under this contract are in compliance with applicable laws, standards, and health and safety requirements of the industry to include but not limited to:
        1. Occupational Safety and Health Act (OSHA)
        2. National Institute for Occupational Safety & Health (NIOSH)
        3. Maintenance of Traffic (MOT)
      2. The Contractor shall immediately report to the City issues which may affect the safety of City personnel or the public.
      3. Prior to performing service or maintenance on any equipment where the unexpected energizing, startup, or release of stored energy could occur and cause injury, the equipment shall be isolated and rendered inoperative using a lockout device whenever the equipment is capable of being locked-out.
      4. All equipment used in the performance of these services shall be properly maintained and subject to inspection by the City upon demand. Any equipment deemed faulty, inoperable, unsafe or improper for its intended purpose shall be promptly moved from the City’s premises.
    • WORK SITE SPECIFICATIONS
      1. The Contractor acknowledges that work to be accomplished under this Contract is to be performed on City’s property. The Contractor's work shall be accomplished simultaneously with ongoing daily operations. 
      2. If the Contractor is delayed or suspended in the completion of the work by the City operations, the Contractor may be entitled to a time extension for every day that they can demonstrate that the delays affected the completion date of the Contract. This extension of time will be considered non-compensable and the Contractor will not be entitled to any additional compensation for damages incurred for all direct and indirect costs including, but not limited to, all delay and impact costs, and inefficiencies.
      3. The available working hours for the Contractor to perform the required work/installations shall be coordinated with the City and/or his/her designee. Work to be completed by the Contractor on any other day or period shall be at the approval of The City and/or his/her designee.
      4. The Contractor shall coordinate with the City and/or his/her designee, prior to beginning the work to determine the availability site and building.  Contractor shall keep the City and/or his/her designee, informed of the progression of the work in order to provide continuous access to site and building without downtime for either the Contractor or the City. 
      5. The City reserves the right to suspend on-going work of the Contractor in case of emergency. Such disruptions shall be indicated on construction schedules.
      6. All disruptions, power-downs, systems cut-offs, etc. shall be made in writing and approved (48) forty-eight hour in advance to the City Project Manager and/or his/her designee, in order to prepare for the outage. Due to the critical systems and operations of the City, failure to notify of service interruptions of any type, for any reason, will not be permitted.
      7. The Contractor shall conduct a pre-installation conference at the project site before each construction activity that requires coordination with other construction crews.
      8. Contractor, subcontractors, installers, and representatives of manufacturers and fabricators involved in or affected by the installation and it coordination or integration with other materials and installations that have proceeded or will follow, shall attend the meeting. The Contractor shall advise the City Project Manager and/or his/her designee, of the scheduled meeting dates.
      9. The Contractor shall record significant discussions and agreements/disagreements of each conference, and the approved schedule. Records of each meeting shall be distributed to everyone concerned, including One (1) original electronic copy in .jpg, .tiff, or pdf format and three (3) hard copies to the City Project Manager and/or his/her designee.
      10.  All OSHA standards and construction area precautions required by FDOT and the Manual on Uniform Traffic Control Devices shall be followed. 
      11. Work shall be performed at a time period and in a manner to prevent serious impact on traffic flow.  This may include off peak hours, nights and weekends as determined ad approved by the City.
      12. Before beginning excavation, The Contractor shall ascertain the location of all buried utilities.  The Contractor shall comply with all requirements of the any utility agency for both buried and overhead utilities.  The Contractor shall hand dig across known buried utilities.  The Contractor should ascertain whether the locate request is fully applicable to the work being performed. 
      13. All work shall be left in a neat and orderly condition.  Contractor shall avoid working and parking equipment outside of County/City/State right-of-way.  Impact on landscaped areas shall be kept to an absolute minimum. 
      14. The Contractor shall restore landscaped areas to original condition, replacing sod or reseeding with same type turf.  Excess dirt shall be removed by the Contractor.

      The Contractor shall not proceed with the installation if the conference cannot be successfully concluded.

    • PRICE ADJUSTMENT
      It is agreed that all Unit Prices include compensation for the Contractor to implement and actively conduct cost and price control activities. It is the intention of both parties that pricing shall remain firm during the initial three (3) years of the agreement and thereafter the parties intend to consider price increases no more frequently than once per year. For any renewal (i.e., years four through six of the Contract), the Contractor may petition the Chief Procurement Officer (CPO) in writing at least 90 days prior to renewal for consideration of a price adjustment that includes supporting documents justifying requested increases.  

      Contractor shall provide evidence, cite sources, specific conditions, and document how those conditions affect the cost of its performance, and specific efforts Contractor has taken to control and reduce those and other costs to avoid the need to increase prices. The CPO will review the proposed pricing and determine if it is allowable, fair, and reasonable, and in the best interest of the City to accept the price proposal.
       
      The City reserves the right to continue, accept, or reject the price proposal, or terminate and re-solicit the contract. Quantities referred to are estimated quantities. The City reserves the right to increase or decrease the quantities and amounts. No guarantee is made regarding actual orders issued for items or quantities during the term of the agreement. The City shall not be responsible for Contractor inventory or order commitment. Unit Prices offered shall include all incidentals and associated costs required to comply with and satisfy all requirements referred to or included in this solicitation.
    • SUBMITTALS

      Submittals shall be submitted utilizing the form(s) provided herein. All submittals shall be properly executed with all blank spaces filled in. The signatures of all persons signing shall be in longhand. Erasures, interlineations, or other corrections shall be authenticated by affixing in the margin immediately opposite the correction the initials of a person signing the submittal. If the unit price and the total amount provided by a Respondent for any item are not in agreement, the unit price alone shall be considered as representing the Respondent's intention, and the totals shall be corrected to conform thereto.

    • FDEP COMPLIANCE

      Contractor shall contact the Orange County Environmental Protection Division at 407.836.1400 for instructions relating to Petroleum Storage Tank Compliance (FDEP local program office) notification requirements prior to the start of installation or removal of any aboveground and/or underground petroleum storage tanks. A 30- day/48-hour notice is required for all tank installations and a 10-day/48-hour notice is required for tank removals.

    • INSPECTION, ACCEPTANCE, AND TITLE

      Inspection and acceptance will be at destination unless otherwise stipulated. Title and risk of loss or damage to all items shall be the responsibility of the Respondent.

    • QUALITY ASSURANCE
      1. Products shall be designed, tested, rated and certified in accordance with, and installed in compliance with applicable sections of the following Standards and Codes.
        1. ANSI/NFPA 70 National Electrical Code (N.E.C.)
        2. National Electrical Safety Code
        3. ISO 9001, Unit shall be manufactured in a facility registered to ISO (International Organization for Standardization) 9001 Manufacturing Quality Standard.
        4. Loop detector wire shall meet all requirements of tube loop detector wire IMSA 51-7 (cut sheet upon request).
        5. FDOT Standard Specifications 660 (Vehicle Detection Systems), the most current edition.
        6.  Maintenance of Traffic detail shall be provided for each loop installation. Details shall be drawn up by an Advanced Maintenance of Traffic certified technician and installed/maintained by an Intermediate Maintenance of Traffic certified technician. 
      2. Use only vehicle and bicycle detection systems in accordance with the most recent version of the MUTCD (Manual on Uniform Traffic Control Devices), Florida Department of Transportation (FDOT) Standards and Specifications for Road and Bridge Construction and FDOT Standard Plans for Road and Bridge Construction.
      3. No refurbished, used or restocked equipment and/or parts etc., will be used on this project. All materials, parts and equipment are to be purchased new from the factory manufacture, (OEM).
      4. The selected Contractor shall establish and maintain an effective quality assurance procedure.  The Quality Assurance Procedure shall guarantee quality control over all aspects of the project.  The procedure shall also control the quality of equipment and services supplied.  This section will be evaluated as a part of the responsibility criteria.
      5. Testing and inspecting services are the sole responsibility of the Contractor.
      6. When testing and inspecting services are required, those services shall be performed either by the jurisdiction or by independent testing agency.
      7. The Contractor is responsible for scheduling times for tests, inspections, and obtaining samples and notifying the testing agency. All results are to be submitted to the City Project Manager and/or his/her designee.
      8. The Contractor shall pay for any additional testing and inspecting required as a result of tests and inspections indicating noncompliance with requirements.
      9. The Contractor shall notify the City and/or his/her designee, of any irregularities or deficiencies found during the inspection or testing. Any materials provided and labor shall carry standard warranty coverage. The Contractor shall state terms and conditions of warranty for all products in its proposal. Products shall be free from defects in material and workmanship from the date of their original purchase, for normal commercial use and for applicable warranty period specified. Products will conform to specifications, drawings and other descriptions and to accepted samples, will be merchantable, and if ordered for a specific purpose, will be fit for such purpose. The Contractor shall repair or replace within 48 hours, without charge to the original purchase, any product or part thereof which fails as the result of such a defect during the warranty period.
    • EXCEPTIONS TO TERMS AND CONDITIONS

      When completing your submittal, do not attach any forms which may contain terms and conditions that conflict with those listed in the City’s solicitation document(s). Inclusion of additional terms and conditions, such as those which may be on your company’s standard forms, may result in your submittal being declared non-responsive.

    • PERIODIC AND FINAL CLEANING

      The Contractor shall:

      1. Schedule periodic cleaning to keep the worksite and adjacent properties free from accumulations of waste materials, rubbish, and windblown debris resulting from Contractor’s operations;
      2. Provide on-site container for the collection of waste materials, debris, and rubbish;
      3. Dispose of waste materials, debris, and rubbish from the property;
      4. Upon completion of work in each area, provide final cleaning and otherwise return space to a condition suitable for use by the City;
      5. Conduct cleaning and disposal operations to comply with City codes, ordinances, regulations, and environmental laws.
    • TESTING AND START-UP
      1. The Contractor shall engage a factory-authorized service representative to perform startup service.
      2. The Contractor shall perform testing requirements for all systems. The commissioning and testing plan shall be approved by the manufacturer, engineer, and the City Project Manager and/or his/her designee.
      3. The Contractor shall inspect field-assembled components, equipment installation, and piping and electrical connections for proper assemblies, installations, and connections.
      4. The Contractor shall prepare a written startup report that records results of tests and inspections. The report shall be provided to the City Project Manager and/or his/her designee. 
      5. It will be the Contractor’s ultimate responsibility is to provide a complete, fully installed, fully tested, fully functional equipment and systems.
      6. After the installation is complete, the Contractor shall demonstrate to the manufacture, engineer and the City that the complete system and components operate flawlessly in accordance with the intent of the drawings, and specifications as well as manufactures specifications and recommendations. 
        1. All components, parts, systems, building and controls, shall be tested to verify proper operation.
        2. It is expected that during this demonstration the Contractor shall have all appropriate individuals present to adjust, diagnosis problems/issues, and make fixes or repairs immediately.
      7. The City does not commit to furnishing full-time inspection or testing of the work in progress, or at material sources.  Lack of inspection and/or testing by the City will in no way relieve the Contractor of its responsibility to provide quality workmanship in accordance with the specifications.
    • SPECIFICATIONS
      1. The specifications shown in the Invitation for Bid are intended to represent items of a quality level known to meet City’s requirements. While the City endeavors to promulgate written specifications that are accurate and nonrestrictive for submittal purposes, they may also reference an item by manufacturer’s name and model number. Respondents are cautioned that in the event of a discrepancy therein, such difference must be timely questioned in writing. Any written question must be received by the Procurement and Contracts Division at the address on the cover of this solicitation no later than ten (10) days prior to the opening.
      2. If any proprietary, trade, brand, or manufacturers' name or part number is used herein in describing the required equipment or materials, it shall be understood to indicate the minimum standard of composition and quality desired, and shall not be construed to exclude equipment or goods that equals or exceeds the functional capability and quality of the named equipment. The City, in its sole discretion, shall determine whether equipment or goods are equivalent in capability and quality.
      3. In cases where an item is identified by a manufacturer's name, trade name, catalog number, or reference, it is understood that the Respondent proposes to furnish the item so identified and does not propose to furnish an "EQUAL" unless the proposed "EQUAL" is definitely indicated therein by the Respondent. The reference to a name brand is intended to be descriptive but not restrictive and only to indicate to the prospective Respondent articles that will be satisfactory. Submittals on other makes and catalogs will be considered provided each respondent clearly states in their submittal exactly what he proposes to furnish and forwards with their submittal a cut illustration or other descriptive matter which will clearly indicate the character of the article covered by their submittal. The City hereby reserves the right to approve as an equal, or to reject as not being equal, any article the Respondent proposes to furnish which contains major or minor variations from the specification requirements but may comply substantially therewith. If no particular brand, model, or make is specified and if no data is required to be submitted with the submittal, the successful contractor after award and before manufacture or shipment may be required to submit working drawings or detailed descriptive data sufficient to enable the City to judge if such requirement of the specification is being complied with.
      4. Respondents are strongly encouraged to submit equivalent equipment or materials for consideration during the question and answer period. If equivalent equipment or materials is proposed, indicate the manufacturer's name and model number for the equipment and include any literature or other explanation of the equipment's quality or performance with your submittal.
      5. The equipment herein shall be new and shall be of the current production model. If applicable, detailed equipment specifications for make and model offered shall be provided with submittal.
      6. Respondents may be required, at no expense or liability to the City, to make available for test/demonstration, equipment equal in all aspects to the equipment quoted, and/or equal equipment that may be seen under operating conditions in the Central Florida area.
    • BID SECURITY (IF APPLICABLE)

      Bid Security shall be made payable to City, in an amount equal to ten percent of the Respondent's Total Base Bid Amount in the form of a certified check, cashier’s check, or a Bid Bond issued by a Surety that is licensed to conduct business in the State of Florida and has at least an “A-“ rating in accordance with the most current A.M. Best Company financial strength rating.

      The Bid Security of the low Respondent shall be retained until such time as the City has executed and provided the awarded Respondent with the Contract and Acceptance Form, and the Respondent has furnished the required contract security, any insurance certificates and endorsements, whereupon it will be returned. If the low Respondent fails to comply with the solicitation requirements, or to furnish any required contract security or required insurance certificates and endorsements, within seven (7) days of the notification of intended award, the City may cancel the intended award and the Bid Security of that Respondent may be forfeited up to the difference between the total submitted bid/amount of the forfeited Respondent and the next lowest Respondent.

      The Bid Security of all other Respondents may be retained until the earlier of thirty (30) days after execution of the Contract and Acceptance Form or ninety (90) days after opening, whichever occurs first.

    • PERFORMANCE SECURITY / BOND (IF APPLICABLE)
      1. The Contractor must provide, prior to commencing work, a performance security (“Performance Security”) in the amount of 100% of the bid amount. The Performance Security shall remain in effect during the term of the contract and any extensions thereof.
      2. The Performance Security must be in the form of a cashier's check, money order, certified check, letter of credit or Performance Bond from an established bonding agency licensed to do business in the State of Florida.
      3. "Performance Bond" shall mean a bond of a Contractor in which a surety guarantees to the City that the work/services will be performed in accordance with the contract documents. A Performance Bond or letter of credit shall be upon terms acceptable to the City in its sole discretion.
      4. “Surety" means an organization which, for a consideration, promises in writing to make good the debt or default of another. The surety must hold a certificate of authority as an acceptable surety on federal bonds as published in the current Circular 570, U.S. Department of the Treasury, and the Federal Register effective July 1 annually, as amended.
    • PREVENTATIVE MAINTENANCE

      This section describes the tasks required as part of annual preventative maintenance for the Vehicle and Bicycle Detection System.

      1. The Contractor shall immediately notify the City staff of any observed problems with the operation of a traffic of any deficiencies requiring immediate attention.
      2. The Contractor will provide all other materials to perform and complete the tasks as described.  The pricing shall include the cost of all materials supplied by the Contractor and all labor or equipment necessary to perform the work.
    • SILENCE OF SPECIFICATIONS

      The apparent silence of these specifications or any supplemental specifications as to details or the omission from same of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship shall be first quality. All interpretations of specifications shall be made upon the basis of this statement.

    • PRICES AND TERMS

      All prices must be firm for the delivery schedule quoted herein. All prices shall be F.O.B. Destination delivered to any City of Orlando Department unless otherwise stipulated in the Solicitation.

    • WARRANTY

      Contractors shall supply a Statement of Warranty of one year for materials and workmanship. Along with manufacturer’s warranty on all new components/equipment.

      Warranty Certificate shall be issued to the City from the manufacturer and a copy of warranty shall be submitted for the City’s designee’s/representative’s approval.

      1. Warranties specified herein shall not deprive the City of other rights the City may have under other provisions and shall be in addition to, and run concurrent with other warranties made by the Contractor under requirements of the Contract.
      2. The Contractor shall provide to the City free technical support for the lifetime of the equipment provided through reasonable telephone contact and availability during normal business hours.
        1. Any limitation on technical support shall be specifically noted in the Bid.
        2. Manufacturer of equipment shall state and guarantee, in writing, the amount of years spare parts shall be available from date of delivery of the system.
      3. The Contractor shall provide to the City the following documentation concerning all warranty information:
        1. Project Directory and Subcontractor Listing:  Listing of all Subcontractors and major suppliers for the project stating portions of Work done, address and telephone number of firm, and contact at firm familiar with project and emergency contact information in case the City needs to get in contact with the subcontractor or supplier.
        2. Contractor’s written Guarantee letters supported by warranty/guarantee letters from all Subcontractors, suppliers, and vendors for all materials, equipment, workmanship, and the length of time associated for such warranty periods.
      4. The Contractor shall specify in the Installation Documents that there shall be a minimum of one (1) year warranty on all components. The minimum one (1) year warranty shall in no way limit, reduce or shorten any warranty guaranteed by law, issued by manufacturers, or accepted as a general contracting or construction practice.
      5. The Contractor shall obtain and assign to the City all expressed warranties given to the Contractor or any Subcontractors by any material suppliers, equipment or fixtures to be incorporated into the Project. The Contractor warrants to the City that any materials and equipment furnished under the Contract Documents shall be new and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents.
      6. The Contractor further warrants to the City that all materials and equipment furnished under the Contract shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract. Unless otherwise specified, if within twelve (12) months after the date on the Certificate of Completion and final acceptance, any Work is found to be defective or not in conformance with the Contract, the Contactor shall correct it promptly after receipt of written notice from the Engineer/Project Manager.
      7. The Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair.  These warranties are in addition to those implied warranties to which the City is entitled as a matter of law.
    • PERFORMANCE BOND AND PAYMENT BOND (IF APPLICABLE)

      In accordance with Florida Section 255.05(1)(a), Florida Statutes, a Performance and Payment Bond is required of anyone entering into a formal contract with the City for the construction or repair of a building or public works project. The City reserves the right to waive the requirement at any time for any contract of $200,000.00 or less.

      Accordingly, if the amount bid by the awarded Bidder exceeds $200,000.00, a Payment and Performance Bond will be required in the amount of the awarded Bidder’s bid or in such other amount as may be directed by the City in writing within fifteen (15) days of the award of any contract resulting from this solicitation. No work shall be done prior to the delivery of a Payment and Performance Bond meeting the requirements of this Section to the City.

      In the event that the awarded bid amount is less than $200,000.00, a Payment and Performance Bond will be required thereafter in such amount as determined by the City if at any time, for any reason, including but not be limited to increased quantities or usage or extension or renewal, the value of the contract exceeds (or may reasonably be expected to exceed) $200,000.00 as determined by the City. Such bond shall be acquired and delivered to the City within fifteen (15) days of notice from the City that a bond is required. Upon notice from the City that a bond is required no further work under the contract shall be undertaken until such time as a bond in conformance with this Section has been delivered to the City.

      The Contractor shall include the cost of any bonds required hereunder in their bid. If bonds are required hereunder and the term of the contract between the City and the Contractor is extended or renewed, Contractor shall provide a new or amended bond to reflect the new or extended period and increased value of the contract within fifteen (15) days of extension or renewal. The failure by Contractor to submit any conforming bond when required by this Section shall constitute grounds for termination of the contract by the City.

      All Payment and Performance Bonds shall be recorded by the City with the Clerk of the Circuit Court of the county where the work is located. These bonds shall remain in effect at least until one (1) year after the date of substantial completion of the entire work assigned to Contractor under the contract, except as otherwise provided by applicable laws or regulations.

      All bonds shall be in accordance with statutory bond provisions in Florida Statutes and all other applicable laws. All bonds shall be executed by such sureties as are licensed to conduct business in the state of Florida and, except as otherwise provided by applicable laws and regulations, are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of its authority to act.

      If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its license to do business in the state of Florida is terminated or it ceases to meet the requirements of this Section, Contractor shall within five (5) days thereafter substitute another bond and surety, both of which shall be in accordance with these requirements and acceptable to City.

      In addition to the other bonding requirements, the surety (ies) named on the Performance Bond and Payment Bond submitted by Contractor shall be subject to the approval of City. If City has a reasonable objection to the proposed Surety, City may require Contractor to submit an acceptable substitute.

    • TAXES

      The City of Orlando does not pay Federal excise and State sales taxes. Our tax exemption number is 85-8015427957C-9 and is also stipulated on all our Purchase Orders.

    • INSURANCE REQUIREMENTS

      For this Bid, the following types of insurance that are checked are required. For details, please refer to Section 6.44 of the Standard Terms & Conditions.

      • Workers Compensation and Employer’s Liability
      • Comprehensive Automobile Liability
      • Commercial General Liability
    • POLITICAL SUBDIVISIONS

      Under Florida Law, prices contained in State Contracts shall be available to the City of Orlando, who might wish to purchase under a State Purchase Contract. The City of Orlando therefore reserves the right to purchase any commodities from a State Purchase Contract if in the best interest of the City.

    • MISTAKES

      Respondents are expected to examine the specifications, delivery schedules, prices, and all instructions pertaining to supplies and services. Failure to do so will be at the Respondent's risk.

    • SAFETY STANDARDS

      Unless otherwise stipulated in the Solicitation, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder.

    • MARKING

      Each individual container shall be marked with the brand name of the product, quantity and the name and address of the manufacturer. Each shipping container shall include the name of the Respondent and must also clearly indicate the City of Orlando Purchase Order Number and/or City Contract Number.

    • INVOICING AND PAYMENT

      The Contractor shall be paid in accordance with Florida Statutes, upon submission of invoices to: AP_Invoices@orlando.gov or PO Box 4990, Orlando, FL 32802-4990. Invoices are to be billed at the prices stipulated on the purchase order and/or as outlined in this solicitation. All invoices must show the Purchase Order Number and/or City Contract Number.

    • DISCOUNTS

      Respondents 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.

      Respondent is requested to offer price discount for prompt invoice payment. It is the policy of the City of Orlando 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.

    • PROMPT PAYMENT ACT

      Payment by the City shall be made in accordance with Sections 218.70. et sq. Florida Statutes, Local Government Prompt Payment Act.

      1. Proper Invoice
        1. For purposes of billing submission and payment procedures, a "proper invoice" by a Contractor or other invoicing party shall consist of at least all of the following:
          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 unit pricing, quantity and total amount due in accordance with the contract terms and conditions and applicable discount(s);
          3. the full name of the Contractor 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; and
          5. an identification by Division, Office or Department of the party(ies) to whom the goods were delivered or services provided.
          6. Finally, in addition to all of the above, in order to be considered a proper invoice, it must be based on a proper delivery, installation, or provision of the goods and/or services to and acceptance by the City (or party on behalf of the City); the Contractor 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; and if the contract requires any subcontractors or other parties to be bound by similar other "flow-down" requirements that those requirements have been complied with.
      2. Dispute Resolution

      In the event a dispute occurs between a Contractor or other invoicing party ("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 and Contracts Division and the invoicing party shall meet to consider the disputed issues. The invoicing party 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 City’s Chief Procurement Officer 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.

    • INSPECTION OF PUBLIC RECORDS

      Respondent may request copies of the solicitation records in person or by written request to the City Records and Archive Management Services located at 400 South Orange Avenue, 2nd Floor, Orlando, Florida, 32801 or by calling (407) 246-2148. You may also email your request to records@orlando.gov. Pursuant to Florida State Statute Chapter 119.07, sealed submittals or replies are exempt from public inspection until such time as the City provides Notice of Intended Action or until thirty (30) days after opening, whichever is earlier.

    • IRREGULAR SUBMITTALS

      Submissions made on documents other than the ones furnished by the Procurement and Contracts Division may not be considered. Changes in phraseology, additions, or limiting provisions made on the Invitation for Bids may render the submittal irregular and may cause rejection. The City’s Chief Procurement Officer, however, has the authority to waive minor irregularities.

    • CONTINGENT FEES

      The Respondent warrants that no City official or employee was paid a fee, commission, gift, or other consideration contingent upon receipt of an award for the services and/or supplies specified herein.

    • EVALUATION OF AWARD

      The City reserves the right to award the Invitation for Bid to the responsive and responsible Respondent who submits the lowest submittal meeting specifications. For purposes of this solicitation, the determination of the responsive and responsible Respondent submitting the lowest submittal shall be made after the application of all applicable programs and preferences established by the City, including but not limited to the City’s VBE preference. In determining whether a Respondent is responsible, the City reserves the right to consider matters such as, but not be limited to, quality offered, delivery terms, and service reputation of the Respondent.

    • AWARD OR REJECTION OF SUBMITTALS

      The City’s Chief Procurement Officer reserves the right to accept any, all or part of any submittal, to waive minor irregularities, or to reject any, all or part of any submittal, and to advertise for new opportunities, as the interest of the City may require. The City’s Chief Procurement Officer also reserves the right to reject the submittal of a Respondent who has previously failed to perform properly or complete on time contracts of a similar nature, or a submittal of a Respondent who investigation shows is not in a position to perform the contract. In determining responsibility, the following other qualifications, in addition to price, may be considered by the City’s Chief Procurement Officer:

      1. The ability, capacity, and skill of the Respondent to perform the service required.
      2. Whether the Respondent can perform the contract or provide the service promptly, or within the time specified, without delay or interference.
      3. The character, integrity, reputation, judgment, experience, and efficiency of the Respondent.
      4. The quality of performance of previous contracts or services.
      5. The previous and existing compliance by the Respondent with laws and ordinances relating to the contract or service.
      6. The sufficiency of the financial resources and ability of the Respondent to perform the contract or provide the service.
      7. The quality, availability, and adaptability of the supplies, or services, to the particular use required.
      8. The ability of the Respondent to provide future maintenance and service for the use of the subject of the contract.
      9. Whether the Respondent is in arrears to the City on a debt or contract or is a defaulter on surety to the City, or whether the Respondent's taxes or assessments are delinquent.
      10. Such other information as may be relevant or secured.
    • AWARDS

      As the best interest of the City of Orlando may require, the right is reserved to make award(s) by individual items, group of items, all or none, or a combination thereof, with one or more suppliers; to reject any or all submittals or waive any informality or technicality in submittals received.

    • MULTIPLE AWARDS

      The City reserves the right in its sole discretion after evaluation of all responsive submittals, to award the work described herein to more than one responsive and responsible Respondent. In such cases where an award is made to more than one responsive and responsible Respondent, the City shall apportion the work among the various primary, secondary and alternate providers in such manner and at such time as it deems appropriate under the circumstances in its sole discretion and no minimum amount or proportion of work is guaranteed to any single provider or class of providers irrespective of such provider’s designation as primary, secondary or alternate.

    • PRICING AND ORDERING

      The awarded Respondent shall honor all orders in accordance with the terms and conditions of the solicitation and their pricing and discounts terms as listed in their submittal. Unless otherwise specified, the awarded Respondent shall stock sufficient quantities of supplies to meet the requirements of the City on an "as-needed" basis within seventy-two (72) hours after being notified of such requirements by the City.

    • RETURN OF PRODUCTS/EQUIPMENT

      All items delivered must meet the Specifications herein. Items delivered not as specified will be returned at no expense by the City of Orlando. The City may return, for full credit, any unused items received which fail to meet the City’s performance standards. Replacement items meeting Specifications must be submitted within a reasonable time after rejection of the non-conforming items. Unless a different time period is specified, the Contractor is to accept for full credit, any merchandise returned by the City within ninety (90) days from the delivery or pick up date. All merchandise to be acceptable for full credit is to be returned in a condition to allow for resale by the contractor and include reference to an applicable Contractor Invoice or Packing List. Full credit is to include all costs paid by the City related to the subject merchandise as determined by the appropriate Contractor Invoice or Packing List.

    • FAMILIARITY WITH SITE WORK AND CONDITIONS

      The responsibility for the determination of accurate measurements, the extent of work to be performed, and the conditions surrounding the performance thereof shall be the Respondent's. Submission of a submittal shall constitute acknowledgment by the Respondent that it is familiar with all such conditions. The failure or neglect of a Respondent to familiarize itself with the site of the proposed work, shall in no way relieve it from any obligations with respect to its submittal.

    • RIGHT TO AUDIT RECORDS

      The City shall be entitled to audit the books and records of a Contractor or any subcontractor to the extent that such books and records relate to the performance of the contract or any subcontract. The Contractor and its subcontractors shall retain and maintain financial records and other records relating to the contract for a period of five (5) years from the date of final payment under the contract and by the subcontractor for a period of five (5) years from the date of final payment under the subcontract unless a shorter period is otherwise authorized in writing by the City. If any litigation, claim, negotiation, audit or other action involving the records has been started before the expiration of the 5-year period, the records must be retained until completion of the action and resolution of all issues which arise from it, or until the end of the regular 5-yearperiod, whichever is later.

    • ASSIGNMENT

      The Contractor shall not sell, assign, or transfer any of its rights, duties, or obligations under the contract or under any purchase order issued pursuant to the contract, without the prior written consent of the City. The Contractor shall give full attention to the contract, to the faithful execution of the contract, and shall keep the same under its control.

    • FISCAL YEAR FUNDING APPROPRIATION
      1. Specified Period
        1. Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City provided funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor.
      2. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods
        1. When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be cancelled and the Contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not amortized in the price of the supplies or services delivered under the contract or otherwise recoverable.
    • APPLICABLE LAW AND APPEALS

      This solicitation is issued in accordance with and shall be governed by the provisions and procedures of Chapter 7 of the City of Orlando’s Code which can be accessed online at: https://www.municode.com/library/fl/orlando/codes/code_of_ordinances?nodeId=TITIICI CO_CH7PRCO or by contacting the Procurement and Contracts Division. Any appeal of matters relating to this solicitation must be filed in accordance with the requirements of Chapter 7 of the City Code.

    • WARRANTY

      Respondent warrants that all equipment, materials and workmanship, whether furnished by Respondent or its subcontractor(s), will comply with the City's specifications, drawings and other requirements. The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Request for Quotation, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the Work provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for reperformance of the work provided by other Contractors.

    • CONTRACT AND ACCEPTANCE FORM

      In order to expedite the contracting process after opening and preclude delays occasioned by subsequent contract execution, Respondents are requested to sign the Contract and Acceptance Form included with this solicitation and return the form with their submittal. In the event that a successful Respondent fails to properly execute the Contract and Acceptance Form or return said form (or, if necessary, a letter of authorization) with their submittal, the City shall notify the Respondent of the City’s intent to make an award and the Respondent shall submit such form properly executed (together with a letter of authorization, if necessary, as set forth below) within fifteen (15) calendar days of receipt of notice from the City. Unless such time is extended by the City, the failure of a Respondent to submit a properly executed form (and, where necessary, a letter of authorization) within said time period shall because for cancellation of the intended award by the City in its sole discretion. In the event that an intended award is cancelled, the award may then be made to the next lowest responsive and responsible Respondent or the City’s Chief Procurement Officer may decline to make an award.

      Successful Respondent who default in properly executing the Contract and Acceptance Form after notification of the City’s intent to make an award shall forfeit any bid security, if applicable, to the City and are subject to suspension and/or debarment by the City. Unless otherwise agreed by the City in its sole discretion, the Contract and Acceptance form shall be executed and notarized as follows:

      1. If the Contractor is a corporation, the Contract and Acceptance Form shall be signed by an authorized corporate officer (i.e., President, Vice President, C.E.O, or C.O.O.).
      2. If Contractor is a Partnership, the Contract and Acceptance Form shall be signed by a general or managing partner.
      3. If the Contractor is a limited liability company, the Contract and Acceptance Form shall be signed by a Manager or Managing Member having authority to bind the company.
      4. If Contractor is a sole proprietorship, the owner shall sign the Contract and Acceptance Form.

      If an aforementioned signatory is not available and a different authorized signatory executes the form, a letter of authorization reflecting the signatory’s authority shall be submitted on the Contractor’s stationery stating that the person who signed the form is duly authorized to enter into such contract on behalf of the Contractor. Such letter of authorization shall be signed by one of the designated signatories above or such other representative as may be acceptable to the City. If you have any questions regarding the execution of the Contract and Acceptance Form, please contact the Procurement and Contracts Division at (407) 246- 2291 for further clarification.

      If a submittal is accepted by the City of Orlando, the Contract and Acceptance Form will be executed by the City with respect to the items awarded and returned to the Contractor evidencing the City’s acceptance of the submittal. No award shall be final, and no Contractor shall have any entitlement to a contract or award, until such time as the City has executed the Contract and Acceptance Form. Upon execution by both parties, the Contract and Acceptance Form will constitute the formal written contract between the City of Orlando and the Contractor. Any such resulting contract shall be non-exclusive, and the City may procure the goods and services listed in said contract from other sources. Within one (1) week of receipt of the fully executed Contract and Acceptance Form, an awarded Contractor shall provide to the City with any required bonds, indemnities, and insurance certificate(s).

    • ACCEPTANCE OF MATERIALS/SERVICES

      The City will be deemed to have accepted the Work after the City’s Chief Procurement Officer is notified by the using Department of its satisfaction that the Work is completed, in accordance with solicitation specifications. The Work under this Agreement shall remain the property of the Contractor until the City accepts such work. In the event the Work furnished under this Agreement is found to be defective or does not conform to the specifications, the City reserves the right to cancel the Agreement upon written notice to the Contractor.

    • CONTRACT ALTERATIONS

      No waiver, alterations, consent or modification of any of the provisions of the contract shall be binding unless in writing and signed by the City’s Chief Procurement Officer (CPO) or the CPO’s designee.

    • INDEMNIFICATION

      The awarded Respondent agrees to indemnify and hold harmless the City, its elected officials, officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and cost of actions, including attorneys’ fees for trial and on appeal, and for the preparation of same arising out of the Contractor’s, its officers’, agents’, and employees’ acts, or omissions associated with the contract.

    • INSURANCE
      1. General Insurance Requirements. Within seven (7) days of receipt of a notification of intended award from the City, the Contractor shall provide the City with the required Certificate(s) of Insurance in a form(s) acceptable to the City. The Certificate(s) of Insurance shall demonstrate that the awarded Respondent has coverage in accordance with the requirements set forth herein. Insurance coverage must be in force throughout the contract term. Should a Contractor fail to maintain insurance as required or to provide acceptable evidence of insurance within seven (7) days prior to the expiration date of an insurance policy, the City shall have the absolute right to terminate the contract without any further obligation to the Contractor. In such event the Contractor shall be liable for the entire additional cost of procuring performance plus the cost of performing the incomplete portion of the contract at the time of termination.
      2. Subcontractors. Unless expressly specified otherwise in this solicitation, a Contractor and its subcontractors 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 subcontractors 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 subcontractors are not intended to and shall not in any manner limit or qualify the liabilities and obligations assumed by the Contractor and its subcontractors 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. Certificates of Insurance. Prior to commencing work at the jobsite, and as a condition precedent to the Contractor’s and their subcontractors’ initiation of performance, the Contractor and its subcontractors 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-furnished insurance and notices of any cancellations, terminations, or alterations of such policies shall be mailed to the Procurement and Contracts Division at the address set forth for delivery of the Solicitation.
      4. 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 subcontractors. 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.
      5. Waiver of Subrogation. The Contractor and its subcontractors 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 Contractors and subcontractors.
      6. Types of Coverage to be Provided. Insurance will be provided by the Contractor as may be required by the Special Conditions. 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.
        1. Workers Compensation and Employer’s Liability. This insurance shall protect the Contractor 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:
          • Workers’ compensation: Statutory
          • Employer’s Liability: $100,000 each occurrence
        2. Comprehensive Automobile Liability. 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:
          • Bodily injury and: $1,000,000 combined single
          • Property damage: limit each occurrence
        3. Commercial General Liability. This insurance shall be an “occurrence” type policy written in comprehensive form and shall protect the Contractor 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:
          • Bodily injury and: $1,000,000 combined single
          • Property damage: limit each occurrence
        4. Commercial Crime. Prior to performance as a result of award of this solicitation, the Contractor shall secure and maintain Commercial Crime Insurance or the equivalent covering all of Contractor’s employees engaged in work as specified herein or having access to City buildings.
          • The Commercial Crime Policy, with endorsement CR04010300 covering client’s property shall provide a minimum coverage of $300,000 per employee/owner per occurrence and shall remain in effect for the entire contract period and any subsequent renewals. Evidence of required Commercial Crime Insurance shall be submitted to the Procurement and Contracts Division prior to commencing work.
          • It is highly recommended that Respondents confer with their respective insurance carriers or brokers to determine, in advance of their submission, the availability and cost of this required insurance and related endorsement.
        5. Installation Floater. Contractor shall purchase and maintain property insurance for the work at the site, including the value of any City supplied materials and equipment in the amount of the full replacement cost thereof up to the value of the contract. This coverage shall be written on an all risk basis and shall provide coverage for physical loss or damage to the equipment on site, in transit and while temporarily in storage at the site or off site. Coverage shall also be provided for performance testing, and shall be maintained in effect until final payment is made unless otherwise agreed to in writing by the City. This policy shall include the interest of the City who is deemed to have an insurable interest and shall be listed as a named insured.
        6. Professional Liability. The Contractor shall also purchase, maintain, and keep in full force, effect, and good standing, a professional liability/errors and omissions insurance policy having minimum limits of $1,000,000, with a maximum deductible of $100,000 per claim and in the annual aggregate, or the Contractor shall provide the City with policy coverage wherein the insurer agrees to pay claims (up to the limits of coverage), and will thereafter recover the deductible from the insured Contractor. The errors and omissions policy shall be in effect and shall insure the Contractor’s performance on City projects.
        7. Cyber Liability Coverage. To the extent that the Contractor/Supplier provides software, hardware, software or system development, consulting services, Internet/Application Service Provided services (e.g., outsourced functions such as web-hosting), or any other technology service, Technology Errors & Omissions (or technology professional liability coverage) insurance, including coverage for loss or disclosure of electronic data, media and content rights infringement and liability, network security failure and software copyright infringement liability due to the failure of the Contractor’s/Supplier’s products or services with limits of not less than $10,000,000 per occurrence.
          • If the Contractor/Supplier has access to Confidential Information, Privacy and Network Security (sometimes otherwise known as Cyber Liability) coverage which includes providing protection against liability do (a) system attacks, (b) denial or loss of service attacks, (c) spread of malicious software code, (d) unauthorized access and use of computer systems, (e) crisis management and customer notification expenses, (f) privacy regulatory defense and penalties and (g) liability arising from the loss or disclosure of confidential data with coverage limits of not less than $10,000,000.00 per occurrence.
        8. Garage Keepers Liability. Garage Liability Insurance in the amount not less than $1,000,000.00 combined single limit per occurrence for bodily injury and property damage endorsed to include: a. Automobile Service Operations; and b. Garage keepers legal liability.
        9. Contractors Pollution Liability Insurance: Contractor shall obtain and maintain in effect during the term of the contract, Contractors Pollution Liability Insurance, written on an occurrence basis, covering the contractors and any subcontractors thereof liability for bodily injury, property damage, and environmental clean up costs resulting from “sudden accidental” or “gradual” pollution events, all arising out of the work or services including the transportation risk to be performed under this contract. Combined single limit per occurrence shall not be less than $1,000,000. Annual aggregate limit shall not be less than $2,000.000.
    • EQUIPMENT

      The Contractor is responsible for all damage or loss by fire, theft or otherwise, to materials, tools, equipment, and consumables, left on City property by the Contractor.

    • LICENSES

      Unless otherwise extended by the City, the awarded Respondent will be required within fifteen (15) calendar days of award date, to provide any and all local, state, and federal licenses, approvals, permits, authorizations and/or certifications which would be applicable for all services to be rendered during the term of the contract.

    • PUBLIC ENTITY CRIMES

      A person or affiliate, as defined in §287.133 of the Florida Statutes, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a submittal/response to provide any goods or services to a public entity, may not submit a submittal/response with a public entity for the construction or repair of a public building or a public work, may not submit a submittal/response on leases of real property to a public entity, may not be awarded or perform work as a Contractor, supplier, subcontractor, or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in §287.017 of the Florida Statutes for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list.

    • PAYMENT OF SUBCONTRACTORS (FOR CONSTRUCTION PROJECTS ONLY)

      Final and complete payment will be made on the basis of completion and acceptance by the City of the work performed under the contract and receipt of satisfactory evidence that all payrolls, bills for materials, have been paid in full. Payments of subcontractors shall be made in compliance with §218.735 (6) et sq. Florida Statutes. The existence of any unpaid bills or charges for labor, materials or other supplies used directly by the Contractor or any subcontractor under the contract, shall constitute cause for the City to withhold final payment until said bills or charges are paid.

    • AFFILIATED AGENCIES

      This solicitation is issued by the City of Orlando on behalf of itself and its affiliated agencies, including but not limited to the Community Redevelopment Agency of the City of Orlando ("CRA"), the Downtown Development Board ("DDB"), and the Downtown South Neighborhood Improvement District ("DSNID") (each an "Affiliated Agency"). Upon the written agreement of the Contractor and an Affiliated Agency (or upon the issuance of a Purchase Order by an Affiliated Entity in circumstances where the City places orders by Purchase Order), Contractor shall provide such goods and/or services as set forth in this solicitation to an Affiliated Agency upon the same pricing, terms, and conditions set forth in the Contract between the City and Contractor, unless otherwise agreed in writing by the Contractor and the Affiliated Agency. Except as may otherwise be expressly provided in the agreement or Purchase Order authorizing the acquisition of the goods or services, (i) the procuring Affiliated Agency shall be solely responsible for all obligations and duties, and shall have all rights of the City, with respect to the goods or services procured by the Affiliated Agency; and (ii) Contractor shall look solely to the procuring Affiliated Agency for payment and the performance of any and all other obligations for goods or services contracted for by a procuring Affiliated Agency. With respect to work performed for an Affiliated Agency, actions may be taken on behalf an Affiliated Agency by the Chief Procurement Officer of the City of Orlando, or their designee(s).

    • PURCHASING AGREEMENTS WITH OTHER GOVERNMENT AGENCIES

      At the option of the awarded vendor, the submission of any quote/bid in response to this Invitation for Bid constitutes a quote/bid made under the same terms and conditions, for the same contract price, to other governmental agencies including the State of Florida and its agencies, political subdivisions, counties and cities. Each governmental agency desiring to accept these quotes/bids, and make an award thereof, shall do so independently of any other governmental agency.  Each agency shall be responsible for its own purchases and each shall be liable only for materials ordered and received by it and no agency assumes any liability by virtue of this quote/bid. 

    • TERMINATION FOR CONVENIENCE

      The City’s Chief Procurement Officer may terminate any contract resulting from this solicitation for convenience with advance written notice to the Contractor. In the event of such a termination by the City, the City shall be liable for the payment of all work properly performed or materials provided prior to the effective date of termination and for all portions of materials, supplies, services, and facility orders which cannot be cancelled and were placed prior to the effective date of termination.

    • TERMINATION FOR DEFAULT

      The performance of Work under the contract may be terminated by the City’s Chief Procurement Officer, in whole or in part, in writing, whenever the Chief Procurement Officer shall determine that the Contractor has failed to meet the performance requirements of the contract. The Chief Procurement Officer has a right to terminate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within the time specified in the contract, or if the Contractor fails to perform any other provisions of the contract. Notwithstanding the preceding, nothing herein shall be deemed to preclude the Chief Procurement Officer in the CPO’s sole discretion on a case by case basis from providing the Contractor with written notice and a reasonable opportunity to cure the default prior to termination.

      Failure of a Contractor to deliver or perform the required Work within the time specified, or within a reasonable time as determined by the Chief Procurement Officer or failure to make replacements of rejected articles or Work when so requested, immediately or as directed by the Chief Procurement Officer, shall constitute authority for the Chief Procurement Officer to purchase in the open market articles or Work of comparable grade to replace the articles or Work rejected, not delivered, or not completed. On all such purchases, the Contractor or their surety, shall reimburse the City, within a reasonable time specified by the Chief Procurement Officer, for any expense incurred in excess of the contract prices.

      Such purchases shall be deducted from contract quantities or work. Should public necessity demand it, the City reserves the right to utilize services or use and/or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Chief Procurement Officer. The Contractor shall not be liable for any excess costs if acceptable evidence has been submitted to the Chief Procurement Officer that failure to perform the Work was due to causes beyond the control and without the fault or negligence of the Contractor. Nothing herein shall be deemed to preclude the City’s exercise of any other rights or the City's pursuit of any other remedies that it may have herein or under law or in equity, including but not limited to any right of the City to terminate the contract for convenience.

    • AMERICANS WITH DISABILITIES ACT

      Notwithstanding any provision of this solicitation to the contrary, persons with disabilities needing a special accommodation to submit a submittal/response or participate in this solicitation should contact the Procurement and Contracts Division, City Hall at One City Commons, 400 South Orange Avenue, Orlando, Florida 32801, telephone number (407) 246-2291, not later than seven (7) days prior to the submittal date for accommodations related to the submittal, or seven (7) days prior to the date on which any other accommodation is needed.

    • PURCHASING CARD PROGRAM

      The City of Orlando uses a Visa purchasing card program to streamline our procurement process. In order to expedite payments to suppliers the J.P. Morgan Purchasing Card program and Virtual Card solution has been implemented to more effectively control our procurement activities and to achieve a significant cost savings over the traditional paper, purchasing, and payment system.

      As one of the City of Orlando’s valued suppliers, your business can also achieve cost savings results by accepting the Virtual Card solution.

      Identified supplier benefits of this program are:

      • Get paid faster – Virtual card payments will be made after invoice approval, ACH will be net 30, and check net 45
      • Improve Days Sales Outstanding (DSO)
      • Electronic payment that eliminates the cost of processing checks
      • Payment within 48 hours
      • Improve cash flow
      • Increased working capital
      • Reduced collection efforts and administrative expenses
      • Enhanced corporate relationships
      • Enhanced reporting
      • Increased sales as a “Preferred Supplier”
      • Streamlined reconciliation with remittance details included with electronic payment in email notification
      • Lower carrying costs
      • Less paper/manual work
      • Dedicated supplier portal to view status of receivables
    • EMERGENCY SUPPORT

      It is hereby made a part of this Invitation for Bids that before, during and after a public emergency, disaster, hurricane, flood, or other acts of God, that the City of Orlando shall be provided goods and services on a first priority basis. It is vital and imperative that the citizens of the City are protected from any emergency situation which threatens public health and safety, as determined by the City. Contractor agrees to provide, rent, sell, or lease all goods and services required by the City on a first priority basis. The City expects to pay a fair and reasonable price for all goods and services acquired before, during and after a disaster, emergency or hurricane. Contractor shall furnish a twenty-four (24) hour phone number in the event of such an emergency. If this solicitation is for goods or services related to emergency response for a natural emergency, then pursuant to Florida Statutes Section 252.505, Respondent shall be required to pay City a $5,000 penalty plus [City’s actual damages/liquidated damages in the amount of $____] in the event that Respondent breaches its agreement with City during the one-year period following the issuance of a declaration of a state of emergency for a natural emergency by the Governor of Florida.

    • SUBCONTRACTORS

      The Contractor shall perform all of its obligations and functions under the contract by means of its own employees, or by a duly qualified subcontractor, which is approved in advance by the City. In the event a subcontractor is employed, the Contractor shall continuously monitor the subcontractor’s performance, shall remain fully responsible to ensure that the subcontractor performs as required and itself perform or remedy any obligations or functions, which the subcontractor fails to perform properly.

    • PRICING

      Unless otherwise specified, Prices must include all costs (labor, overhead, materials) and profit to perform the work specified in this Invitation for Bids. Prices shall remain firm for the entire contract period unless otherwise specified or changed by an Amendment. At each renewal period, price increases or decreases may be considered, provided they are reasonable and acceptable to the City. Any Amendment must be in writing and signed by both parties.

    • GOVERNING LAW / VENUE

      Any contract entered into as a result of this solicitation shall be deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. Any litigation arising out of this contract shall be commenced in the State and Federal Courts of Orange County, Florida. Contractor shall comply with all applicable federal, state, and local laws in the performance of work under the contract.

    • FLORIDA PUBLIC RECORDS LAW

      To the extent applicable, Contractor shall comply with Florida public records laws, including Sections 119.0701(2) (b) 1 through 4 of the Florida Statutes. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CITY CLERK OR RECORDS AND ARCHIVES MANAGER AT, RECORDS@ORLANDO.GOV, TELEPHONE NUMBER (407) 246-2148, 400 S. ORANGE AVE., ORLANDO, FL 32801.

    • RECYCLED CONTENT

      In support of the Florida’s waste management laws, Respondents are encouraged to supply with their submittal, any information available regarding recycled material content in the products being offered. The City is particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.); the percentage of recycled material contained in the product and the cost and product performance impact of increasing the percentage of recycled content. The City is requesting that Respondents provide detailed information regarding any known or potential recycled material content in the product that may be extracted and recycled after the product has served its intended purpose, on the Respondents Questionnaire as provided in this solicitation.

      If the specifications contained herein require the use of recovered materials, by submitting a submittal or response to this solicitation, a respondent agrees and certifies that it will meet such requirement. Upon the conclusion of any contract resulting from this solicitation requiring the use of recovered materials, the Contractor shall submit to the City’s project manager for the work a statement regarding the actual percentage of recovered materials utilized in the completion of the contract.

    • LIVING WAGE POLICY

      As set forth in City Policy and Procedure 161.3 (for a copy, contact Procurement at 407.246.2291). Covered Service Contractors, as well as their subcontractors (first tier only for non-construction, all tiers for construction), shall pay to all of their employees providing Covered Services pursuant to a contract with the City, a living wage for the time spent providing services to the City. (This provision does not include general administrative personnel unless they are assigned to a City project.) “Living wage” means compensation for employment of not less than $15.00 per hour for straight time, exclusive of FICA, unemployment taxes, and workers compensation insurance and employee benefits. Unless amended by the parties, the applicable Living Wage rate in effect when the solicitation is issued shall be applicable for the entire term of the resulting contract, including any renewals. Necessary payroll documentation shall be provided to confirm compliance with this provision or the Respondent shall allow the City to audit (at Respondent’s place of business) its payroll records to determine if compliance has been achieved. Failure to comply with the provision may result in termination of the contract and/or preclusion from future City contracts at the sole option of the City. This provision shall apply to all awards for services which involve City expenditures that exceed $100,000.00 per year.

      More particularly, this provision shall apply to single and multiple award Contracts for services regardless of the initial value of the award whenever City expenditures exceed $100,000.00 in any one Contract year. As for multiple award Contracts (Contract award which will be divided among several Contractors), at the point when the City has expended $100,000.00 on that Contract in any one-Contract year, regardless of whether such expenditure was to one Contractor or several, then the living wage provision shall apply to all Contractors who are a party to that award. For those Contracts whose initial value was less than $100,000.00 but exceeded $100,000.00 prior to the end of the Contract term, this provision will be applicable to that Contract in the next quarter. To further clarify, the Living Wage policy does not apply to part time employees, or the part time employees of all subcontractors. Furthermore, the workers of temporary employment agencies are not covered by the City’s Living Wage Policy.

    • ORDER OF PRECEDENCE

      This solicitation shall be included and incorporated in the purchase order or contract resulting from this solicitation. The purchase order or contract, including any exhibits attached thereto, contains all the terms and conditions agreed upon by the parties. No other contract, oral or otherwise, regarding the subject matter of the contract, shall be deemed to exist or to bind either party hereto. Unless otherwise expressly provided in the purchase order or contract, in the event of any conflict between the terms of the contract or purchase order, the City's solicitation, and the Respondent's submittal, the order of precedence shall be the contract or purchase order, followed by the solicitation, and then the response to the solicitation.

    • PATENTS AND COPYRIGHTS

      The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under the contract, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City.

    • TIME OF COMPLETION

      The parties understand and agree that time is of the essence in the performance of the contract. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, embargoes, or other transportation delays, damage to or destruction in whole or in part, of equipment or manufacturing plant, lack of or ability to obtain raw materials, labor, fuel or supplies for any reason including default of suppliers, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's performance respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the City’s Chief Procurement Officer may at the CPO’s discretion, cancel the contract for the convenience of the City. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified.

    • CORRECTION OF WORK

      The Contractor shall promptly correct all Work rejected by the City as faulty, defective, or failing to conform to the contract whether observed before or after substantial completion of the Work, and whether or not fabricated, installed or completed. The Contractor shall bear all costs of correcting such rejected Work.

    • INFORMATION

      All information, data, designs, plans, drawings, and specifications furnished to or developed for the City by the Contractor or its employees, pursuant to the contract, shall be the sole property of the City and all rights therein are reserved by the City, except that the Contractor may disclose any such information to its corporate affiliates and their agents as necessary to perform the Work.

    • SAFETY MEASURES

      The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary vehicular and facility safeguards for the protection of the workmen and public. If necessary, the Contractor shall post signs warning against hazards in and around the work site.

    • EXTRA WORK

      The City, without invalidating the contract, may order changes in the Work within the general scope of the contract consisting of additions, deletions, or other revisions, the Agreement price and time being adjusted accordingly. All such changes in the Work shall be authorized by a written amendment to the contract, and shall be executed under the applicable conditions of the contract. If the Contractor plans to make a claim for an increase in the contract price or an extension in the contract schedule term, it shall first give the City written notice within ten (10) calendar days after the occurrence of the event giving rise to such a claim. This written notice shall be given by the Contractor to the City, and a written approval secured from the using Department and the City’s Chief Procurement Officer, before proceeding to execute the Work, except in an emergency endangering life or property, in which case the Contractor shall immediately proceed. No claim for extra work will be considered valid by the City unless first submitted in writing.

    • TITLE AND RISK OF LOSS

      The title and risk of loss to the Work shall pass from the Contractor to the City upon the City's final acceptance of the Work.

    • FEDERAL, STATE, AND LOCAL RULES / APPROVALS

      The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement. Lack of knowledge by the Respondent will in no way be cause for relief from responsibility.

    • MISCELLANEOUS PROVISIONS

      By submitting a submittal/response, the Respondent shall be deemed to have certified that the contract is made without prior understanding, agreement or connection with any corporation, firm or person who submitted submittals/responses for the work covered by the contract and is in all respects fair and without collusion or fraud. Respondent further warrants and certifies that they are authorized to enter into the contract and to execute same on behalf of the Contractor as the act of the said Contractor.

      The contract, including any Exhibits thereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of the contract shall be deemed to exist or to bind either party thereto. If any section, sentence, clause, phrase, provision, or other portion of the contract is, for any reason, held invalid or unconstitutional by a court or other body of competent jurisdiction, such portion shall be deemed a separate, distinct, and independent provision and such holding shall not affect the validity of the remaining portions of the contract. The contract is solely for the benefit of the parties to the contract and no causes of action shall accrue upon or by reason thereof to or for the benefit of any third parties.

      The City’s Chief Procurement Officer or written designee shall have authority to act on behalf of the City in matters related to the contract, including but not limited to the sending and receiving of any notices required hereunder.

    • PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES

      In accordance with Section 287.135(2) of the Florida Statutes, “[a] company is ineligible to, and may not, bid/participate on, or enter into or renew a contract with an agency or local governmental entity for goods or services of:

      1. $100,000.00 or more if, at the time of bidding/participating on, or entering into, or renewing a contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or
      2. One million dollars or more if, at the time of bidding/participating on, or entering into or renewing such contract, the company:
        1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to s. 215.473, or
        2. Is engaged in business operations in Cuba or Syria.”

      Section 215.473 of the Florida Statutes defines a company to include “all wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit.”

      By submitting a response to this solicitation, a respondent certifies that it and those related entities of respondent as defined above by Florida law above are not on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged in a boycott of Israel. In addition, if this solicitation is for a contract for goods or services of one million dollars or more, by submitting a response to this solicitation, a respondent certifies that it and those related entities of respondent as defined above by Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to Section 215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria. Any respondent awarded a Contract as a result of this solicitation shall be required to recertify the aforementioned certifications at each renewal of the Contract. The City may terminate any contract resulting from this solicitation if respondent or any of those related entities of respondent as defined above by Florida law are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or it is found to have been engaged in business operations in Cuba or Syria.

      Notwithstanding the preceding, the City reserves the right and may, in its sole discretion, on a case by case basis, permit a company on such lists or engaged in business operations in Cuba or Syria to be eligible for, bid/participate on, or enter into or renew a contract for goods or services of one million dollars or more, or may permit a company on the Scrutinized Companies that Boycott Israel List to be eligible for, bid/participate on, or enter into or renew a contract for goods or services of any amount, should the City determine that the conditions set forth in Section 287.135(4) of the Florida Statutes are met.

      Accordingly, firms responding to this solicitation shall execute and return with their response an executed copy of the attached, Certification Regarding Prohibition Against Contracting With Scrutinized Companies. A contract shall not be awarded to a Respondent who does not submit the certification form at the time of submittal or within seven (7) days of the date the City requests the certification form be submitted, if a Respondent fails to return the form with its response.

    • FAVORED CUSTOMER CLAUSE

      Should the awarded Respondent (also referred to hereinafter as “Contractor”), of a contract resulting from this solicitation sell the same or substantially the same products or services as listed in this solicitation to another Governmental Agency, within the State of Florida, at a lower price than the price listed in this solicitation, the awarded Contractor agrees to extend that same discounted price to the City of Orlando.

    • DRUG FREE WORKPLACE

      By submitting a submittal/response in response to this Request for Quotation, you are certifying that your company is a drug-free workplace in accordance with Florida Statute §287.087.

    • NON-DISCRIMINATION

      Contractor shall:

      1. Implement an employment nondiscrimination policy prohibiting discrimination in the performance of the contract in the hiring, discharging, promoting or demoting, matters of compensation, or any other employment-related decision or benefit on account of actual or perceived race, ethnicity, color, religion, national origin, gender, disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status.
      2. Not discriminate in the performance of the contract on account of actual or perceived race, ethnicity, color, religion, national origin, gender, disability, age, military status, sexual orientation, gender identity, gender expression, or marital or familial status.
      3. Incorporate the foregoing requirements in all subcontracts related to its contract with the City.
    • EMPLOYMENT ELIGIBILITY

      Employment Eligibility; E-Verify System. Pursuant to Section 448.095 of the Florida Statutes, prior to Contract execution and at all times during the term of the Contract, Contractor shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees. If Contractor enters into a contract with a subcontractor, the subcontractor must provide the Contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The Contractor shall maintain a copy of such affidavit for the duration of the Contract and, if longer, for any additional audit period provided to the City in the Contract. Pursuant to Section 448.095(2)(c) of the Florida Statutes, the City, Contractor, or a subcontractor who has a good faith belief that a person or entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity. If the City has a good faith belief that a subcontractor knowingly violated this subsection, but the Contractor otherwise complied with this subsection, the City shall promptly notify the Contractor and order the Contractor to immediately terminate the contract with the subcontractor. Pursuant to Florida Statute, a contract terminated pursuant to subparagraph 1. or subparagraph 2. Of Section 448.095(2)(c) of the Florida Statutes is not a breach of contract and may not be considered as such, and the City shall have no liability to Contractor, a subcontractor, or any entity or person arising from or related to such a termination. If the Contract with Contractor is terminated by the City pursuant to Section 488.095(2)(c), the Contractor may not be awarded a public contract for at least one (1) year after the date on which the Contract was terminated and Contractor shall be liable to the City for any additional costs incurred as a result of the termination of the Contract.

    • PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL, OR IDEOLOGICAL INTEREST IN GOVERNMENT CONTRACTING

      Pursuant to Section 287.05701 of the Florida Statutes, vendors are notified that the City as a local government in Florida, is prohibited from requesting documentation of or considering a vendor's social, political, or ideological interests when determining whether a vendor is a responsible vendor, and from giving a preference based upon such interests. 

      NOTE: ANY AND ALL SPECIAL CONDITIONS ATTACHED HERETO WHICH VARY FROM THESE STANDARD CONDITIONS SHALL HAVE PRECEDENCE.

    Submission Requirements

    • DUNS Number (Dun & Bradstreet) (required)
    • Experience: (required)

      Years in Business:

    • Experience: (required)

      Years in business under this name:

    • Experience: (required)

      Years performing this type of work:

    • Local Service Facility, If Applicable (required)

      Name of local service center.

    • Local Service Facility, If Applicable (required)

      Address of local service center. (Please include City, County, and Zip code)

    • Local Service Facility, If Applicable (required)

      Contact Name and telephone number:

    • Discount Payment Terms (if any)? (required)

      Provide percentage (%) of discount payment terms, if applicable.

    • Discount Payment Terms if paid within ______ days after receipt of invoice, if applicable. (required)

      Enter number of days, if discount is applicable.

    • The City of Orlando offers the option to receive payments utilizing the J.P Morgan Visa Virtual Card solution. Which payment option would your company prefer for payment of all invoices? (check one) (required)
    • Is your company willing to serve as a secondary supplier in the event your company is not selected for primary award? (required)
    • Recycled Content:

      Please indicate the percentage _____% of recycled material contained in the supplied items, if applicable.

    • Recycled Content: (required)

      Is your product packaged/shipped in material containing recycled content?

    • Recycled Content: (required)

      Is your product recyclable after it has reached its intended end use?

    • Authorized Signatories

      The Respondent represents that the following persons are authorized to sign responses/submittals, and/or sign contracts and related documents to which the Respondent will be duly bound.

      The City will verify all named signatories on Sunbiz.org. If the authorized person is not registered on Sunbiz.org, the Respondent should provide with their response/submittal proof of authorization. Proof of authorization should take the form of either a certification from an officer or authorized member included on Respondent’s Sunbiz registration, a resolution from Respondent’s board of directors, or other evidence of a similarly reliable character. 

    • Type in company's name (required)

      The City will verify all named signatories on Sunbiz.com. If the authorized person is not registered on Sunbiz.org, the Respondent should provide with their response/submittal proof of authorization.

    • Authorized Signatories (required)

      Please Indicate Name or Names of Authorized Signatories.

    • Authorized Signatories (required)

      Please Indicate Title or Titles of Authorized Signatories.

    • Authorized Signatories (required)

      Please Indicate Principal or Authorized Authority.

    • Required Forms
    • ADDENDUM RECEIPT VERIFICATION (required)

      Bidders must acknowledge all issued addenda by confirming below. Failure to acknowledge may result in a non-responsive bid.

      The failure of a Bidder to submit/confirm acknowledgment of any Addenda that affects the bid price(s), is considered a major irregularity and will be cause for rejection of the Bid.

      The undersigned acknowledges receipt of all issued addenda:

    • CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH SCRUTINIZED COMPANIES (required)

      I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.

      In addition, if this solicitation is for a contract for goods or services of one million dollars or more, I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.

      I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the undersigned entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Terrorism Sectors List, or it is found to have been engaged in business operations in Cuba or Syria.

    • References Form (required)

      Please download the document below, complete, and upload.

    • Respondent's Certification Form (required)

      Please download the below document, complete, sign, notarize, and upload.

    • Contract and Acceptance Form (required)

      Please download the document below, complete, sign, notarize, and upload.

    • Conflict of Interest Disclosure Form (required)

      Please download the below document, complete, sign, and upload.

    • Confidential and/or Proprietary Information Exemption Form (required)

      Please download the document below, complete, and upload.

    • Human Trafficking Affidavit (required)

      The Vendor hereby represents, warrants, and certifies that Vendor does not use coercion for labor or services as defined in Section 787.06, Florida Statutes.

      A completed Human Trafficking Affidavit should be included with your Submittal. A contract shall not be awarded to a Respondent who does not submit the form at the time of submittal or within seven (7) days of the date the City requests the form be submitted, if a Respondent fails to return the form with its response. 

      Please download the Human Trafficking Affidavit below, complete, sign, notarize, and upload. 

    • Veteran Business Enterprise Participation Form (required)

      Please download the document below, complete, and upload.

    • W-9 Form (required)

      Upload signed copy of Respondent's most current W-9 .

    • Proof of Insurance (required)

      Upload copy of Respondent's Certificate of Insurance.

    • Upload license and certifications requested. (required)
    • International Municipal Signal Association (IMSA) Traffic Signal Field Technician Level II Certificate (required)

      Upload your International Municipal Signal Association (IMSA) Traffic Signal Field Technician Level II Certificate below.

    • Qualifications of the Bidder's Staff (required)

      The Bidder shall provide a list of the professional personnel the Bidder is proposing to assign to this contract, their academic background, and their experience on other similar projects. Please include the jurisdiction and license number of any relevant licenses and certifications such personnel may hold. Include the number of staff members that are employed by the Bidders facility that will be utilized for the City Contract.

       

    • Minimum Five (5) Years Experience Relating to Vehicle and Bicycle Detection System Installation. (required)

      The Bidder confirms that their response contains sufficient documentation to demonstrate the Bidder has at least five (5) years’ experience relating to vehicle and bicycle detection system installation.

    • Florida Business License (required)

      The Bidder shall state in their response if the Bidder’s business is licensed, permitted and/or certified to do business in the State of Florida and attach copies of all such licenses issued to the business entity.

    • Bidder's Inventory List of Equipment Utilized in the Provision of the Scope Of Work (required)

      The Bidder shall supply a inventory list of the necessary equipment to carry out the provision of work specified herein. The inventory list shall contain the description, make, model number, year made, and indicate if the equipment is owned or leased.

    • Florida Department of Transportation (FDOT) Intermediate MOT Certification (required)

      The Bidder shall provide a copy of their  Florida Department of Transportation (FDOT) Intermediate MOT Certification.

    • Include Pre-Solicitation Conference Section? (required)
    • Meeting Type (required)
    • Meeting Place (required)
    • Do you need to include an OpenGov Pricing Sheet? (required)

      Is electronic pricing needed?

    • Do you want to include a Mandatory Minimum Requirements Section? (required)
    • Is this project grant funded? (required)
    • Is Background Screening Applicable? (required)
    • Is Price Adjustment Applicable? (required)

      (For any renewal (i.e., years four through six of the Contract), the Contractor may petition the Chief Procurement Officer (CPO) in writing prior to renewal for consideration of a price adjustment if the Consumer Price Index referenced below has increased for the contract term immediately preceding the start of the renewal period)

    • Is FDEP Compliance Applicable (required)
    • Is Periodic and Final Cleaning Applicable? (required)
    • Is Bid Security Applicable? (required)

      MUST BE APPROVED BY CPO. Any change to the percentage amount must be approved by the CPO prior to solicitation release.

    • Is This a Construction Project? (required)
    • Is this a One-Time Purchase? (required)

      If not, you will be prompted to enter contract terms.

    • CONTRACT TERM

      It is the intent of the City to award a Contract for a one-time purchase.

    • Initial Term (required)

      It is the intent of the City to award a Contract for a ________ (__) year term

    • Renewals (required)

      The Contract may, by mutual assent of the parties, be renewed for _______ (__) additional _______ (__) month periods

    • Total Term (required)

      up to a cumulative total of ____________months.

    Key dates

    1. March 26, 2026Published
    2. April 28, 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.