Active SLED Opportunity · FLORIDA · CITY OF LEESBURG

    Taxilane Rehabilitation

    Issued by City of Leesburg
    cityIFBCity of LeesburgSol. 258767
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 27, 2026
    PUBLISHED
    Apr 28, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Invitation for Bid for rehabilitation of taxilanes at Leesburg International Airport including milling, overlay, grading, drainage improvements, and pavement markings. Federally funded with Davis Bacon wage rates. Bids due May 27, 2026.

    Opportunity details

    Solicitation No.
    258767
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    April 28, 2026
    Due Date
    May 27, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Leesburg
    State
    Florida
    Agency
    City of Leesburg

    Description

    This project generally includes the rehabilitation of Taxilanes T-1, T-2, T-3, T-5 and T-6. The general scope of work includes the mill and overlay of the associated Taxilanes, re-construction of selected pavement areas, minor site grading and surface drainage improvements, site restoration, and airfield pavement markings for the associated Taxilanes.

    This is a federally funded project, Davis Bacon Wage rates are in effect, and certified payrolls shall be submitted by all Contractors and Sub-contractors.

    Background

    Leesburg International Airport (LEE) is a public-use airport located about three miles northeast of downtown Leesburg, Florida, in Lake County. Owned and operated by the City of Leesburg, the airport primarily serves general aviation, including private, corporate, and training aircraft. The existing taxilanes in the center of the airport have reached the end of their useful life and now require rehabilitation. Minor geometry corrections and grading improvements will be completed to bring this portion of the airfield into compliance with FAA requirements.

    Project Details

    • Reference ID: IFB 26-014-DN
    • Department: Outside Consultants
    • Department Head: OpenGov (Facilitator)

    Important Dates

    • Questions Due: 2026-05-13T21:00:00.000Z
    • Answers Posted By: 2026-05-15T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-06T18:00:00.000Z — Leesburg International Airport Administration Building, 8807 Airport Blvd, Leesburg, FL 34788

    Evaluation Criteria

    • SCOPE

      TBD

    • DEFINITIONS

      Whenever used in this Bid, the Contract, or any other documents pertaining to the item and/or service where these specifications govern, the following terms are used. The intent and meaning will be interpreted as follows: 

      Addendum 

      A modification of the Bid/Contract Documents issued by the Procurement Division and distributed to prospective Bidders prior to the bid due date and time. 

      Bidder 

      An individual, partnership, or corporation submitting a bid, on the attached Proposal Bid Form, for the item and/or service contemplated. 

      Bid 

      The written submittal of a Bidder, submitted on the Proposal Bid Form to provide goods and/or perform the work/services in accordance with the requirements of the Bid Documents and stating the consideration that the Bidder will require for so doing. 

      Bid Bond 

      The particular item(s) or service(s) outlined within the attached specifications require(s) that a certified check, cashier's check, or insurance company’s executed bond made payable to the City of Leesburg in the amount of five percent (5%) of the base bid accompany your proposal. To ensure its prompt return, please include the company's name and return address on the face of your good faith check or draft. Checks or drafts accepted as good faith deposits will be retained within the City's Finance Department until award and execution of contract is complete, or until a purchase order is issued to the successful proposer. Any proposer withdrawing his proposal after the proposal opening forfeits the right of return of his good faith deposit. 

      Change Order 

      A written order issued by the Procurement Division to the Successful Bidder/Contractor directing certain changes, additions, or reductions in work or services or in the materials or methods to be used. 

      City 

      The City of Leesburg, 501 West Meadows Street, Leesburg, Florida 34749. 

      Contract 

      The written agreement between the City and the Successful Bidder/Contractor for the provision of goods and/or performance of the work or services in accordance with the requirements of the Bid Documents and for the payment at the agreed bid price or adjusted as a result of an approved change order. 

      Contract Documents 

      The Bidding Documents, Purchase Order, Contract, and Performance and Payment Bond, together with all Addenda, Supplemental Agreements, and Change Orders. 

      Governing Law 

      The laws of the State of Florida shall be the laws applied in the resolution of any action, claim or other proceeding arising out of this contract. 

      Invitation for Bid

      The announcement requesting the submission of bids. 

      Project Manager 

      An authorized representative of the Procurement Division or Engineer, assigned to make any or all necessary inspections of the goods received and/or work performed by the Successful Bidder/Contractor. 

      Proposal Bid Form 

      The attached form on which it is required that bids be submitted. 

      Specifications 

      The general term comprising all the directions, provisions, and requirements contained herein, entitled "Specifications”, Supplemental Agreements, and Change Orders that may be issued for this Bid and resulting contract, all describing the manner of providing goods and/or performing the work or service, including detailed technical requirements and prescribing the relations between the City and the Successful Bidder/Contractor. 

      Subcontractor 

      Any individual, partnership, or corporation supplying labor, materials, or equipment for Work under a subcontract to the Contractor. 

      Subcontracting 

      The Contractor may subcontract those portions of the Work which are specialized in character and which, under contracting practices, are performed by specialty subcontractors. The Contractor will obtain written approval from the Owner for any and all subcontractors and that portion of the Work that they will subcontract. The Contractor will be fully responsible to the Owner for acts and omissions of his subcontractors and there will be no contractual relation between any subcontractor and the Owner. 

      Successful Bidder/Contractor 

      The individual, partnership, or corporation to whom the bid is awarded. 

      Supplemental Agreement 

      A written proposal and acceptance executed by the Owner and the Contractor, with the consent of the Contractor’s Surety, covering the performance and payment of the Work not included in the original Contract which is desired or necessary for the proper completion of the project; or covering changes, additions, or deletions in the Work or in the materials to be used of a magnitude greater than may be properly covered by a Change Order. 

      Surety 

      “Surety” is an organization which provides a bond, for a consideration, that promises to be liable for the debt, default, or failure of the Contractor. It is a three-party contract by which one party (the Surety) guarantees the performance or obligations of a second party (the Contractor) to a third party (the Owner). 

      Protest 

      Protests of the plans, specifications, and other requirements of bids and requests for proposals must be received in writing by the Purchasing Office at least ten (10) business days prior to the scheduled bid submittal deadline. A detailed explanation of the reason for the protest must be included. Protests of the intended award of bid or contract must be in writing and received in the Purchasing Office within five (3) business days of the notice of intent to award. A detailed explanation of the protest must be included. 

      Venue 

      Venue for any claim, action or proceeding arising out of this contract shall be Lake County, Florida. 

      Work 

      All of the elements and services, including furnishing of materials, tools, labor, equipment, management, etc. required to be performed by the Contractor under the terms of the Contract, Plans, and Specifications in order to deliver the completed project to the Owner.

    • INSURANCE REQUIREMENTS

      The following insurance requirements will be applicable to any Supplier awarded a Contract. The Contractor will be required to have in force the below insurance for the duration of the project with the City of Leesburg listed as the Additional Insured.

    • LICENSE:

      LINCENSE:

       

    • SCOPE

      This project generally includes the rehabilitation of Taxilanes T-1, T-2, T-3, T-5 and T-6. The general scope of work includes the mill and overlay of the associated Taxilanes, re-construction of selected pavement areas, minor site grading and surface drainage improvements, site restoration, and airfield pavement markings for the associated Taxilanes.

      This is a federally funded project, Davis Bacon Wage rates are in effect, and certified payrolls shall be submitted by all Contractors and Sub-contractors.

    • OFFICIAL SOLICITATION DOCUMENTS AND SOLICITATION POSTING SERVICE

      1. The “official” solicitation document, including specifications, and Proposal Bid Form, and solicitation posting is available from the City’s Procurement Division or through the City’s e-Procurement portal (OpenGov).

      2. Interested Bidders should inquire on the solicitation documents directly from the City’s e-Procurement portal.

      3. This will ensure that Bidders have a complete official solicitation package and record interested Bidders’ contact information for issuance of any addenda and receive solicitation status updates.

      4. The City is not liable for any errors, omissions, etc. of solicitation postings or any solicitation documents obtained from any sources other than those listed above. The City is not responsible for the accuracy, completeness, or timeliness of any documentation or postings the Bidder receives from any other source

    • Insurance and Indemnity Requirements:

      A. Scope of Insurance – The Contractor shall procure and maintain at its own expense, the following minimum insurance coverage, unless otherwise specified in the agreement, contract or lease.

        1. All required insurance shall be provided by insurers acceptable to the City with an A.M. rating of at least A: VII
        2. The Contractor shall require, and shall be responsible for assuring that any and all of its subcontractors secure and maintain such insurance that are required by law to be provided on behalf of their employees and other until the completion of that sub-contractor’s work.
        3. The required insurance shall be secured and maintained for not less than the limits required by the City, or as required by law, whichever is greater
        4. The required insurance shall not limit the liability of the Contractor. The City does not represent these coverages or amounts to be adequate or sufficient to protect the Contractor’s interests or liabilities, but are merely required minimums.
        5. The provisions of the required insurance are subject to the approval of the City’s Risk Manager, and upon request, the Contractor shall make available certified copies of the various policies for inspection.
        6. All liability insurance, except professional liability, shall be written on an occurrence basis.
        7. The Contractor waives its right of recovery against the City to the extent permitted by its insurance policies.
        8. Insurance required of the Contractor, or any other insurance of the Contractor shall be considered primary, and insurance of the City, if any, shall be considered excess as applicable to any claims which arise out of the agreement, contract or lease.

      B. Indemnification – The Contractor shall indemnify and hold harmless the City and its officers and employees, from liabilities, damages, attorneys’ losses, and costs, including, but not limited to, reasonable fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Contract and other persons employed or utilized by the Contractor in the performance of the contract.

      C. Certificate of Insurance – The Contractor shall provide evidence of required minimum insurance by providing the City an ACORD or other Certificate of Insurance in forms acceptable to City, before any work under the agreement, contract, or lease begins. Except for workers’ compensation and professional liability, the Contractor’s insurance policies shall be endorsed to name the City of Leesburg as additional insured to the extent of the agreement, contract or lease.

        1. The Certificate(s) of Insurance shall designate the City as certificate holders as follows: City of Leesburg, Attn: Procurement Manager, P.O. Box 490630, Leesburg, Florida 34749-0630.
        2. The Certificate(s) of Insurance shall include a reference to the project and/or purchase order number.
        3. The Certificate(s) of Insurance shall indicate that the City shall be notified at least thirty (30) days in advance of cancellation.
        4. The Certificate(s) of Insurance shall include all deductibles and/or self-insurance retentions for each line of insurance coverage.
        5. The Contractor, at the discretion of the Risk Manager for the City, shall provide information regarding the amount of claims payments or reserves chargeable to the aggregate amount of the Contractor’s liability coverage(s).

      D. Comprehensive General Liability – The Contractor shall purchase and maintain Commercial General Liability coverage on forms no more restrictive than the latest editions of the Commercial General Liability policies of the Insurance Services Office (ISO). The Commercial General Liability policy shall provide minimum limits of $1,000,000 per occurrence combined single limit that includes coverage for bodily and personal injury and property damage liability for premises, operations, products and completed operations*, independent contractors, contractual liability covering the agreement, contract or lease, broad form property damage coverage, and property damage resulting from explosion, collapse or underground exposures (x,c,u).

      For remodeling and construction projects, the Contractor shall purchase and maintain products and completed operations coverage for a minimum of three (3) years beyond the City’s acceptance of the project.

      E. Business Automobile Liability – The Contractor shall purchase and maintain Business Automobile Liability coverage on forms no more restrictive than the latest editions of the Business Automobile Liability policies of the Insurance Services Office (ISO). The Business Automobile Liability policy shall provide minimum limits of $1,000,000 per occurrence combined single limit that includes coverage for claims for bodily injury and property damage arising from the use of motor vehicles, including on-site and off-site operations, and owned, non-owned and hired vehicles, and employee non-ownership use.

      F. Workers’ Compensation – The Contractor shall purchase and maintain Worker’s Compensation insurance for all workers’ compensation obligations imposed by state law and with employers liability limits of at least $100,000 each accident and $100,000 each employee with $500,000 policy limit for disease. Contractors exempt from maintaining Workers’ Compensation insurance must provide a valid certificate of exemption issued by the State of Florida.

      G. Liability – The Contractor shall hold and save the City of Leesburg, its officers, agents, and employees harmless from liability of any kind in the performance of or fulfilling the requirements of a Contract resulting from this solicitation.

      All limits are per occurrence and must include Bodily Injury and Property Damage.  An insurance carrier must issue all policies with a financial stability that is acceptable to the City’s Risk Manager.

      All policies are to be considered primary to City coverage and shall not contain co-insurance provisions.

      Policies other than Worker’s Compensation shall be issued only by companies authorized by maintaining certificates of authority issued to the companies by the Department of Insurance of the State of Florida to conduct business in the State of Florida and which maintains a Rating of “A” or better according to the A.M. Best Company.  Policies for Worker’s Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57.

    • CERTIFICATIONS:

      CERTIFICATION:

    • TIMELINE
      Release Bid Date:April 28, 2026
      Pre-Proposal Meeting (Non-Mandatory):May 6, 2026, 2:00pm

      Leesburg International Airport Administration Building, 8807 Airport Blvd, Leesburg, FL 34788

      Question Submission Deadline:May 13, 2026, 5:00pm
      Deadline to Issue Addenda:May 15, 2026, 5:00pm
      Bid Submission Deadline:May 27, 2026, 11:00am

      https://teams.microsoft.com/meet/24788400551739?p=Gh8yLxy8TrU8d8Tnv4

      Bid Tabulation:Within two working days after the bid opening.
      Intent to Award Recommendation by:June 22, 2026
      Award of Bid by:October 1, 2026
    • EFFECTIVENESS AND DURATION

      The agreement(s) resulting from this solicitation will be a one-time purchase.

    • SUB-CONTRACTORS

      A. Sub-Contractors List:

      Bidders are required disclose a complete list of sub-contractors (Important: review Section 3 “Insurance Requirements Specifications” for sub-contractor insurance requirements). Bidders are required to use the form provided with this solicitation document and submit the list with their Proposal Bid Form. Sub-Contractors list is required and not a technicality that the City waives. Therefore, Bidders should make sure the list is submitted and complete by listing all trades required to complete this project that the Bidder will not perform. The City will reject any bid submittal that does not include a sub-contractors list or if the list is found incomplete. Bidders are not allowed to change or add sub-contractors without just cause approved by the City.

      B. Suppliers List:

      Bidders are required to disclose a complete list of suppliers.  Bidders are to use the form provided with this solicitation document and should submit the list with their Proposal Bid Form. The City will use the above list(s) during its evaluation of the bid(s).  Therefore, Bidders should make sure the lists are complete and the information is accurate

    • SOLICITATION UPDATES/STATUS

      City staff will not provide solicitation updates or status information over the phone, by fax, or by e-mail. This information is available electronically.  To obtain current information regarding this Solicitation visit our Solicitation Posting website. 

    • EXCEPTIONS

      Any exceptions to the insurance requirements and limits must be noted as instructed herein.

    • CITY AS ADDITIONAL INSURED

      The appropriate policies are to be endorsed to include the City of Leesburg as Additional Insured.

    • SUBMISSION OF BIDS

      1, The Procurement Division shall receive responses to this Solicitation via the City’s eProcurement platform, OpenGov, no later than the deadline due date and time established within the Solicitation.  Responses will not be accepted by any other means.

      a. ELECTRONIC SUBMISSIONS (Mandatory Method)

      Enter information and upload completed Forms/Documents using the City’s online solicitation management portal (see the above paragraph titled “Official Solicitation Documents and Solicitation Posting” Service”. Visit our Solicitation Posting website.

      Vendors will need to log in or create an account in advance of uploading submissions.

      When submitting an offer electronically through the Solicitation Posting portal, please allow sufficient time to complete the online forms and upload documents. The solicitation will end at the closing time listed in the solicitation.  If you are in the middle of uploading your documents at the closing time, the system will stop the process and your offer will be put at a “draft” status and will not be accepted. Only bids that have a status of “Submitted” within OpenGov will be accepted for review.

      It is recommended that the submission process be completed the day prior to the due date, with the knowledge that any changes/updates will be accepted up to the due date and time.

      If technical difficulties arise during the submission of the Solicitation response, it is the Submitting Vendor’s responsibility to contact OpenGov technical support.  For support, click on the “Help” link on the Solicitation Posting portal.

      Should any technical issues with the Platform (not user/Vendor issues) prevents any Vendor from submitting a response within the two (2) hours immediately before the due time, the solicitation due date and time may be extended thru the issuance of an   addendum by the City.  The technical issue must be by the Platform provider (OpenGov) and affect all participating Vendors.  The City shall verify the technical issue or unavailability of the Platform with OpenGov, the system provider. Technical issues localized to a single vendor will not be considered a red cause for an extension.  City shall not be responsible for delays caused by any other occurrence.

      2. The City and the Solicitation Posting portal site will accept a wide variety of document types, such as Word, Excel, and PDF, though not all formats are supported You MAY NOT submit documents that are embedded (zip files), movies, wmp and mp3 files or password protected files, and printing must be enabled. Such actions may cause your submittal to be deemed as "Non-responsive".

      3. Your submittal package may include but is not limited to, the Proposal Bid Form, any other required forms, and each accompanying sheet on which an entry has been made by the submitting Bidder.

      4. It is the Bidder’s responsibility to assure that the submittal is entered and posted online.

      5. The City will in no way be responsible for delays in the online system or delivery to the Procurement Division caused by delivery service (US Postal Service, FedEx, UPS, etc.), delivery to any other City office other than the above addresses, traffic, parking, location of facilities or office, or delays caused by any other occurrences.

      6. Under no circumstances will submittals received after the due date and time specified to be considered. Submittals received after the due date and time will be disqualified as late and will not be recorded as a responding Vendor. Submittals delivered to the City will be returned to the Vendor unopened.

      7. Do not return the entire solicitation package. Only the Proposal Bid Form, any other required forms, and each accompanying sheet on which an entry has been made by the Submitting Vendor should be included in their Submittal package. 

      8. For Products Only: The Bidder represents that the product(s) to be furnished under this Solicitation is/are new and unused unless specifically so stated and that the quality has not deteriorated so as to impair its usefulness.

    • INSURANCE

      Bidder is to submit proof of insurance in the form of a Certificate of Insurance or Insurance Declaration page. This should comply with all limits as addressed in Section 3. If the Bidder currently does not meet all the limits outlined in Section 3 the Bidder shall supply with their submittal a letter from their insurance company that they are able to purchase the required limits of this solicitation.

    • BID PRICE

      1. Unless otherwise stated, the prices will include all labor, equipment, tools, materials, and supplies and all other costs not specifically listed herein.  Price will be all-inclusive with no additional hidden costs.

      2. The Bidder will specify the price per unit of measure and the extended total, or the lump sum bid price if such is called for, for each item as well as the total price for the entire work under the contract.  The unit price for each unit bid will be shown and such price will include packing unless otherwise specified.  A total will be entered in the amount column for each item bid.  In case of a discrepancy between a unit price and an extended price, the unit prices will be presumed to be correct.

      3. The prices offered in this bid will remain firm during the initial period of the agreement.

    • YEARS IN BUSINESS & EXPERIENCE

      The Bidder should be in business for three (3) years.  The City will confirm years in business on the State of Florida Department of Corporations SunBiz website (http://dos.myflorida.com/sunbiz/search/).  If the search yields no results, the Bidder is to submit other similar evidence acceptable to the City, such as:

      • Federal/State/County/Local/Etc. Business Registration showing the business's established date or effective registration date.
      • Business Tax Receipt for past three (3) years issued by the governmental agency where the business is located.

      Note: If there was a name change within the past three (3) years, legal evidence of such name change filing may be required.

    • AVAILABILITY OF FUNDS

      The contractual obligations of the City under this agreement are contingent upon the availability of appropriate funds.

    • PREPARATION OF BIDS

      1. Only the Bidder is solely responsible for reading and completely understanding the bid documents and attachments (if any). Failure to do so will be at the Bidder's risk.

      2. All bids accepted by the City are subject to the City’s terms and conditions and any and all additional terms and conditions submitted by the Bidders are rejected and shall have no force and effect.

      3. Bids MUST be submitted on the attached Proposal Bid Form. The Proposal Bid Form is a mandatory form to ease bid tabulation and analysis; however, additional supportive forms can accompany it. Bids submitted in any other format will be disqualified.

      4. Each Bidder will furnish the information required on the Proposal Bid Form and each accompanying sheet thereof on which he makes an entry. All prices and blank spaces in the Proposal Bid Form and accompanying sheets must be filled in legibly and correctly in ink or typed written. No erasure permitted. Mistakes may be crossed out, corrections typed adjacent, and must be initialed and dated in ink by the person signing the bid.

      5. An officer or representative who has official authorization to sign bids MUST sign the Proposal Bid Form. All bids must be signed with the firm name and by a responsible officer or employee. Obligations assumed by such signatures must be fulfilled. If the bid is made by an individual, he must sign his name therein and state his business address and the name and address of every other person interested in the bid as principal. If the bid is made by a firm or partnership, its name and business address must be stated as well as the name and address of each member of the firm or partnership. If the bid is made by a corporation, the bid must be signed by some authorized officer or agent, subscribing the name of the corporation with his own name and affixing the corporation seal. 

      6. An unsigned bid is not a valid offer and therefore, must be signed to be considered by the City.

      7. ELECTRONIC SIGNATURES

      In accordance with Section 668.001 through 668.06, Florida Statutes, the City will accept electronically filed and signed documents in regards to the execution of contracts and contract related documents meeting the requirements as stated in the City’s Procurement Policy. 

    • CANCELLATION CLAUSE

      In the cancellation clause of the Certificate of Insurance the words "ENDEAVOR TO" and "BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVE" shall be excluded and the number "30" inserted in the blank space provided before the words "days prior notice...".

    • EXCEPTIONS TAKEN TO SPECIFICATIONS

      1. In the event you elect to bid, but must take exceptions to the bid specifications, the Bidder will be required to make a notation by the particular specification that does not conform to the minimum requirement.

      2. Notation will be in the form of marking through the particular specification taking exception to and indicating the true specification of the item either on the same page the specification is listed or on the Bidders’ company letterhead.

      3. Only those pages that the Bidder is taking exception to should be returned with the Bid Proposal Form.

    • PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES

      1. It is hereby made a part of this Invitation to Bid that the submission of any bid response to this request constitutes a bid made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the Bidder and the governmental agency.

      2. At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies, including the State of Florida, its agencies, political subdivisions, counties, and cities.

      3. Each governmental agency allowed by the vendor/contractor to use this contract shall do so independently of any other governmental entity.  Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received, and accepted.  No agency receives any liability by virtue of this bid and subsequent contract award.

    • EXPERIENCE/REFERENCES:

      The Bidder is to complete and submit references on the City provided List of References Form.

      Provide a minimum of three (3) references. References shall be of similar scope and supplied within the past three (3) years. References must be able to attest without reservation to the fact that the Bidder provided the contracted goods/services without a significant problem of any kind during the contract period.

    • CERTIFICATE OF INSURANCE

      1. The successful Bidder will be required to provide within ten (10) days after Notice of Award, to the Procurement Division Manager, a Certificate of Insurance demonstrating that the successful Bidder is carrying sufficient insurance at the established limits below.

      2. The City’s Risk Manager shall review the Certificate of Insurance, for determination of adequate coverage.  Services will not be ordered or officially commenced until the Certificate has been received and approved by the Risk Manager.

    • INTERPRETATION OF ESTIMATED QUANTITIES

      The estimated quantities of work to be done and materials to be furnished under this bid are to be considered as approximate only and are to be used solely for the comparison of bids received.  The City reserves the right to purchase any, all, or none of its requirements from the Bidder(s) awarded the bid.  The City does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith, nor will the Bidder plead misunderstanding or deception because of such estimates of quantities or of the character, location, or other conditions pertaining to the work.  Payment to the Successful Bidder/Contractor will be made only for the actual quantities of work performed and/or materials furnished in accordance with the bid documents, and it is understood that the quantities may be increased or diminished without in any way invalidating any of the unit or lump sum prices bid.  The City does not expressly or by implication represent that the actual quantities involved will correspond exactly therewith, nor will the Bidder plead misunderstanding or deception because of such estimate of quantities or of the character, location, or other conditions pertaining to the bid requirements.  Payment to the Successful Bidder/Contractor will be made only for the actual quantities of work performed and/or materials furnished in accordance with the bid documents, and it is understood that the quantities may be increased or diminished without in any way invalidating any of the unit or lump sum prices bid.

    • VENDOR STATUS

      Vendor should not be on the State of Florida's “Scrutinized List of Prohibited Companies” List.  The City will verify vendor is not on the list at Scrutinized List of Prohibited Companies.

    • REVIEW AND APPROVAL BY CITY’S RISK MANAGER

      1. The City’s Risk Manager shall review the certificate of Insurance for determination of adequate coverage.

      2. Item/Service will not be ordered until Certificate has been received and approved by the Risk Manager.

    • WITHDRAWAL OR CORRECTION OF BIDS

      1. Bids may be withdrawn or corrected prior to the due date and time by written request dispatched by the Bidder and received by the Procurement Division before the time for receiving bids has expired.  Written requests hand delivered to the Procurement Division may also require identification, such as a business card and/or driver’s license.

      2. After the bid due date and time, a Bidder cannot withdraw or correct a bid.  Negligence on the part of the Bidder in preparing a bid is not grounds for withdrawal or modification of a bid after the bid’s due date and time. The bid submitted must be in force for 120 calendar days after opening.  Bidders may not assign or otherwise transfer their bid.

    • INDEMNIFICATION

      The successful Bidder shall indemnify and save the City harmless from and against all liability claims for damages, and suits for injury to any person or persons, or damages to any property of any kind whatsoever arising out of or in any way connected with the services provided for in this agreement.  This agreement by the successful Bidder to indemnify and hold the City harmless shall include all charges, expenses, and costs, including attorney’s fees, incurred by the City on account of or by reason of such injuries, damages, liability, claims, suits or losses on damages growing out of same.

    • FEDERAL EXCLUDED PARTIES LIST:

      Vendor should not be on the Federal Excluded Parties List. City will verify vendor is not an excluded party on the SAM website.

    • COMPLIANCE TO LAWS, GUIDELINES, REGULATIONS, ETC

      The Successful Bidder must comply with all applicable federal, state, and local laws guidelines, regulations, etc.  This includes, but is not necessarily limited to, FDOT, FAA, SJRWMD, OSHA, EPA, and DEP.

    • CONTACT PERSON CONCERNING INQUIRIES OF THIS BID

      1. Every request for interpretations or corrections, whether technical or general in nature, must be submitted in writing via the City’s eProcurement portal, OpenGov.

      2. These inquiries must be received by the Procurement Division via OpenGov, the City’s eProcurement platform, no later than Wednesday, May 13, 2026, 5:00 pmin order to provide adequate response time to queries and issue an addendum, if necessary.

      3. Questions concerning the technical specifications will be forwarded by this office to the appropriate requesting department/division.  All Prospective Bidders are not to contact any member of the Leesburg staff or officials other than the above specified contact person unless explicitly authorized by this office.

    • ADDENDUM

      1. No interpretation of the meaning of the bid documents, attachments (if any), or any other related documents, nor correction of any apparent ambiguity, inconsistency, or error therein, will be made to any Bidder orally.

      2. Only the interpretation or correction given and issued thru a written addendum by the Procurement Division will be binding, and potential proposers are warned that no other source is authorized to give information concerning, explaining, or, interpreting the Solicitation documents.

      3. Changes to this Solicitation, when deemed necessary by the City, will be completed only by written Addendum(s) issued prior to the bid submittal deadline. Addenda to the Solicitation will be posted on the City's e-Procurement portal, OpenGov, as they are issued.   Bidders are required to register for an account via the City eProcurement Portal hosted by OpenGov. Once the bidder has completed registration, they will receive addenda notifications to their email by clicking “Follow” on this project. Ultimately, it is the sole responsibility of each bidder to periodically check the site for any addenda at https://procurement.opengov.com/portal/leesburgflorida.

      4. It is the Bidder’s sole responsibility to assure and acknowledge receipt of all Addendums.  Bidders should acknowledge the receipt of all addenda as part of their submission.  In case any Bidder fails to acknowledge receipts of any such addendum in the space provided on the Proposal Bid Form, the bid will nevertheless be construed as though the addenda have been received and acknowledged, and the submission of the bid will constitute acknowledgment of the receipt of addenda.

    • E-VERIFY (per F.S. 448.095):

      Vendor is E-Verify registered.  Bidder is required to provide a Memorandum of Understanding (MOU) issued by E-Verify with their submittal. E-Verify issues the Memorandum of Understanding once the full registration process is complete. The vendor must be registered before the submittal due date to comply with this section.

    • ABBREVIATIONS

      Whenever in these bid documents a reference is made to any of the codes, standards, or requirements by abbreviation or name, it will be understood that the codes, standards, and requirements in effect on the date of the advertisement for bid will govern.

    • PUBLIC OPENING

      1. The City will hold a public opening immediately following the posted submittal deadline.  This opening will be held via Zoom.  Click on the link to access the Bid Opening: 

      Microsoft Teams meeting

      Join: https://teams.microsoft.com/meet/24788400551739?p=Gh8yLxy8TrU8d8Tnv4

      Meeting ID: 247 884 005 517 39

      Passcode: BT2Pn7vr

      2. Whenever possible, the total base bid amounts tabulated by each Bidder will be read aloud at the public opening. However, bid amounts announced at the public opening are subject to change due to math errors made by Bidders.

    • SOLICITATION TABULATION

      The Solicitation Tabulation is typically posted to the City's eProcurement portal, OpenGov, within 48 hours after the submittal deadline.  To obtain this information, see the above paragraph titled “Solicitation Updates/Status”. City Staff will not provide submittal results over the phone.

    • USE OF TRADE NAMES

      1. Specifications used are intended to be open and nonrestrictive.  Any reference to a brand name will not be construed as restricting to that manufacturer, but used as a minimum standard of quality.  When the Bidder makes no reference or change on the Proposal Bid Form, it is understood that the Bidder will furnish the specific brand named in the bid.  If bidding on an item other than the make, model, brand, or number as shown and offered as an equal, complete technical information, specifications, manufacturers’ name, and catalog reference must be clearly stated on the Proposal Bid Form or attached letter.  Any deviation between the brand offered and the brand specified must also be clearly indicated.

      2. Certain items will be excluded from the above paragraph.  The City has found it effective to standardize on certain items.  A proper notation will be indicated in the bid for any such items.

    • INVOICING AND PAYMENT

      1. No payment will be made for materials ordered or services performed without proper purchase order authorization.

      2. Payment will be accomplished by submission of the invoice, in duplicate, with the Purchase Order number referenced thereon.  Invoices are to be submitted to the Engineer of Record, AVCON, Inc., for review, approval, and processing.

      3. Payment terms are Net 30 days upon delivery and acceptance.

      4. When applicable, the City is subject to Florida’s Prompt Payment Act (see Florida Statutes, Section 218.70-218.79).

    • DELIVERY

      Time of delivery is of the essence in the performance of the contract, and failure to perform in accordance with the delivery deadline(s) set forth in the bid document will constitute default.  Unless a written extension is obtained from the City prior to the delivery deadline(s), there will be no excuse for untimely performance.  The granting and duration of extensions will be subject to the exclusive discretion of the City. 

    • RESERVED RIGHTS OF THE CITY

      1. The City may award any item or group of items or any bid unless the Bidder qualifies his bid by specific limitations.

      2. The City reserves the right to accept and award or reject any or all bids, with or without cause, to waive technicalities, or to accept the bid which, in its judgment, best serves the interest of and is the best value to the City

    • PRE-BID CONFERENCE/SITE VISIT

      Pre-Bid Conference: Shall be held on May 6th at 2:00PM at the Leesburg International Airport Administration Building located at 8807 Airport Blvd, Leesburg, FL 34788

      Site Visitation: A site visit shall immediately follow the pre-bid meeting. 

    • TAXES

      The City is exempt from paying state and local sales tax when payment is made directly by the City (Florida Statute Ch. 212.08(6).  This exemption does not include sales of tangible personal property made to contractors employed either directly or as agents by the City when such tangible personal property goes into or becomes a part of City inventory owned by the City.  The City of Leesburg, Florida has the following tax-exempt certificates assigned:

      Certificate of Registry No. 59-6000362 for tax-free transactions under Chapter 32, Internal Revenue Codes.

      Florida Sales & Use Tax Exemption Certificate No. 85-8015934594C-5 (eff. thru 07/31/2027).

    • DEFAULT

      As a result of bids received under this Invitation, the award of the bid/contract may be based, in whole or in part, on delivery and specification factors.  Accordingly, should the Bidder not meet the delivery deadline(s) set forth in the specifications or should the Bidder fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Bidder in default, and terminate the whole or any part of the contract.  Upon declaring the Bidder in default and terminating the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions therefore, and the Bidder will be liable to the City for any excess costs, including but not limited to any reasonable attorney fees should any element of default be litigated in court or disputed in such a manner that requires the services of an attorney, resulting therefrom.  Where the Bidder fails to comply with any of the specifications, except for delivery deadlines, the City may, at its discretion, provide the Bidder with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specific period.  Such notification will not constitute a waiver of any of the City's rights and remedies hereunder.

    • ADDITIONAL TERMS AND CONDITIONS

      Unless expressly accepted by the City, only the terms and conditions in this document shall apply.  No additional terms and conditions included with the bid response shall be considered.  Any and all such additional terms and conditions shall have no force and effect and are inapplicable to this bid if submitted either purposely through intent or design or inadvertently appearing separately in transmittal letters, specifications, literature, price lists, or warranties.  It is understood and agreed that the general and/or any special conditions in this Bid Document are the only conditions applicable to this bid and the Bidder’s authorized signature on the Proposal Bid Form attests to this.  Exceptions to the terms and conditions will not be accepted.

    • CONTRACTOR PUBLIC RECORDS REQUIREMENTS - CONTRACT FOR SERVICES

      The City of Leesburg is a public agency subject to Florida Statute, Chapter 119 (Florida’s Public Records Law).  The Contractor that enters into a contract for services with a public agency shall comply with Florida’s Public Records Law.  Specifically, the Contractor shall:

      1. Keep and maintain public records required by the City in order to perform the service.
      2. Upon request from the City’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law.
      3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City.
      4. Upon completion of the contract, the Contractor will transfer, at no cost to the City, all public records in possession of the Contractor, or keep and maintain public records required by the City to perform the service.  If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.  If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records.  All records stored electronically must be provided to the City, upon request from the City’s custodian of public records in a format that is compatible with the information technology systems of the City.
      5. During the term of the contract, the Contractor shall maintain all books, reports, and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City’s Finance Department. The Contractor agrees to make available to the City’s Finance Department, during normal business hours and in Seminole County, all books of account, reports, and records relating to this contract.
      6. PUBLIC RECORDS CUSTODIAN

        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 Custodian of Public Records at:

        City Clerk

        West 501 Meadows Street

        Leesburg, Florida 34748

        (352) 636-5109

        Public.Records@leesburflorida.gov

      7. The Contractor acknowledges that the City of Leesburg cannot and will not provide legal advice or business advice to the Contractor with respect to its obligations pursuant to this section related to public records. The Contractor further acknowledges that it will not rely on the City of Leesburg or its City Attorney to provide such business or legal advice and that Contractor has been advised to seek professional advice with regard to public records matters addressed by this agreement. The Contractor acknowledges that failure to comply with Florida law and this agreement with respect to public records shall constitute a material breach of this agreement and shall be grounds for termination pursuant to the termination provisions outlined in the contract, solicitation, and/or City purchase order.
      8. A definition of “public records” can be found in Florida Statute, Chapter 119.
      9. The timeframes and classifications for records retention requirements must be in accordance with the General Records Schedule Number GS1-SL for State and Local Government Agencies.
    • PATENT INDEMNITY

      Except as otherwise provided, the Successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon letters patent of the United States arising out of the performance of this bid/contract or out of the use or disposal by or for the account of the City of supplies furnished or services or construction work performed hereunder.

    • E-VERIFY - EMPLOYMENT ELIGIBILITY

      1. By submitting a response to this Solicitation and if awarded this Solicitation, you are obligated to comply with the provisions of Section 448.095, Fla. Stat., "Employment Eligibility."

      2. Further, by your response to this Solicitation and if awarded this Solicitation you affirm and represent that you are registered with the E-Verify system and are using the same, and will continue to use the same as required by Section 448.095, F.S.

      3. Compliance with Section 448.095 includes, but is not limited to, utilization of the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien.

      4. Failure to comply will lead to disqualifying you for award of this Solicitation, entering into a contract, and/or, cancellation of an active contract, or if your subcontractor knowingly violates the statute, the subcontract must be terminated immediately.

      5. Any challenge to termination under this provision must be filed in the Circuit Court no later than 20 calendar days after the date of termination.  If terminated for a violation of the statute by the Vendor/Contractor, the Vendor/Contractor may not be allowed to do business with the City or be awarded a solicitation or contract for a period of 1 year after the date of termination.  All costs incurred to initiate and sustain the aforementioned programs shall be the responsibility of the Vendor/Contractor.

    • CERTIFICATE OF INDEPENDENT PRICE DETERMINATION

      By submission of this bid, the Bidder certifies, and in the case of a joint bid each party thereto certifies as its own organization, that in connection with this procurement:

      • The prices in this bid have been arrived at independently, without competition, as to any matter relating to such prices with any other Bidder or with any competitor.
      • Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor.
      • No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not submit a bid for the purpose of restricting competition.
      • Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division.
      • The Bidder agrees that supplies/services furnished under this quotation, if awarded, will be covered by the most favorable warranties, the Bidder gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and not limit any rights offered to the City by any other provision of the bid award.
    • QUALIFICATION OF BIDDERS

      Bidders responding to this ITB must demonstrate experience and qualifications in performing work similar in size and complexity to this project. Each Bidder must submit the following required information:

      • Previous experience and references: Firms must demonstrate a minimum of five (5) years of experience in performing work similar in size and scope as detailed herein. Provide a brief description of work, including location, dates of contract, names, addresses, email addresses and telephone numbers of owners by completing the Reference Form included herein.
      • Evidence of authority to conduct commercial business in the State of Florida: Provide Sunbiz report showing your company registered as “Active”
      • Professional Licenses: Provide all licenses that qualify the firm for the type of work as identified herein.
      • Bonds: Provide applicable bond documents, when required.
      • Financial Capacity: The Bidder may be required to provide financial performance information upon request by the City. The financial information must be received by the City within five Days (5) of Bidder receiving the written request. Submittals requested pursuant to this subsection may be in addition to those required elsewhere.

      Note: If you are not a single prime contractor, you will be required to list all subcontractors to be used for this project and their professional licenses.

      The City of Leesburg reserves the right to require the bidder to submit such evidence of his/her qualifications and experience as it may deem necessary and may consider any evidence available to it of the financial, technical and other qualifications and abilities of a bidder.

      The Firm shall complete and submit the Reference Form (found in the Required Documentation and City Forms attachment) as a part of their bid response. Provide a minimum of five (5) projects performed by the Firm and completed within the last five (5) years, which are similar in type of scope and complexity.  References from projects that are at substantial completion will be accepted. (A Reference from the City of Leesburg is not acceptable). The contact person provided shall be a person who has personal knowledge of the Bidder’s performance for the specific requirements listed and is aware the City may be contacting them.

    • DISQUALIFICATION OF BIDDERS

      Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of his bid:

      • Failure to sign the Proposal Bid Form.
      • Failure to submit valid Bid Guarantee (if called for in bid) with Proposal Bid Form.
      • Submission of more than one bid for the same work by an individual, firm, partnership, or corporation under the same or different names;
      • Evidence of collusion among Bidders;
      • Previous participation in collusive bidding on work for the City of Leesburg, Florida;
      • Submission of an unbalanced bid in which the prices bid for some items are out of proportion to the prices bid for other items;
      • Lack of competency of Bidder.  The contract will be awarded only to a Bidder rated as capable of performing the work.  The City may declare any Bidder ineligible at any time during the process of receiving bids or awarding the bid where developments arise which, in the opinion of the City, adversely affect the Bidder's responsibility; however, the Bidder will be given an opportunity by the City to present additional evidence before final action is taken;
      • Lack of responsibility as shown by past performance;
      • Unsatisfactory Performance/Uncompleted work for which the Bidder is committed by a contract which, in the judgment of the City, might hinder or prevent the prompt delivery and/or completion of the work under this bid if awarded to such Bidder;
      • Being in arrears on any of its existing contracts with the City, in litigation with the City, or having defaulted on a previous bid and/or contract with the City.
      • Failure to provide evidence of relevant project experience as described under "Qualification of Bidders". 
    • REJECTION OF IRREGULAR BIDS

      Bids will be considered irregular and may be rejected if they show omissions, alterations of form, additions not called for, conditions, limitations, unauthorized alternate bids, or other irregularities of any kind. The City reserves the right to waive any informalities or irregularities of bids, or to reject any or all bids. 

    • AWARD OF BID

      1. The correct summation of the correct products, obtained by multiplying the estimated quantities shown on the Proposal Bid Form and/or Itemized Bid Tabulation by the unit bid prices entered therein, together with the lump sum bid prices, if any, will be considered as the total bid price.  In the event of a discrepancy between a unit bid price and an extension, the unit bid price will govern.

      2. The bid, if awarded, will be awarded to that responsible Bidder whose bid is in the best interest of, best value to, and most advantageous to the City. Factors the City could include, but may not be limited to, price, compliance with specifications, Bidder’s ability to perform, prior performance (if any) with the City, warranty offered, delivery or time of completion, Bidder's financial capability, and other factors specified in the bid.

      3. The tentative award recommendation posting date is in the Timeline in the General Specifications Section.  However, this date is subject to change. 

    • SAMPLES

      Samples of items, when required, must be furnished free of expense to the City and if not called for within thirty (30) days from the date of notification to retrieve, the same will be disposed of in the best interest of the City.

    • PUBLIC ENTITY CRIME STATEMENT

      In accordance with paragraph (2)(a) of Section 287.133, Florida Statutes, "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity over the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list."

    • DRUG-FREE WORKPLACE PROGRAM PREFERENCE

      1. In Accordance with Section 287.087, Florida Statutes, “Whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process.”

      2. Established procedures for processing tie bids will be followed if none of the tied vendors has a drug-free workplace program.

      3. In order to have a drug-free workplace program, a business shall comply with the requirements as established in the statute.  If your business complies with these requirements and would like to be given preference, in case of a tie bid/proposal, then the vendors will be asked to complete a "Drug-Free Workplace Program Certification Form".  The Bidder is not required to complete the form at this time.

    • PUBLIC RECORDS – SOLICITATION SUBMITTAL INFORMATION AND DOCUMENTS

      Florida law (Florida Statute 119, the Public Records Law) requires that municipal records shall at all times be open for personal inspection by any person.  Information and materials received by City in connection with a solicitation response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 30 days after bid opening, whichever occurs first.  However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S.  If the Submitter believes any of the information contained in their response is exempt from the Public Records Law, then the Submitter, must in their response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption.  The City's determination of whether an exemption applies shall be final, and the Submitter agrees to defend, indemnify, and hold harmless the City and the City's officers, employees, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records.

    • PUBLIC MEETING AND NOTICES

      In accordance with Florida Statute 286.011, all meetings, except as otherwise provided in the Constitution, at which official acts are to be taken are declared to be public meetings open to the public at all times, and no resolution, rule, or formal action shall be considered binding except as taken or made at such meeting. Reasonable notice of a meeting provided under the “Tentative Schedule of Activities” paragraph located in the General Specifications section.

    • OBSERVE ABOVE INSTRUCTIONS

      Failure to observe any of the above instructions and conditions may constitute grounds for rejection of your bid.

    • PRIORITY AND SPECIFICATIONS

      In the event of conflicts or inconsistencies in the bid documents, priority will be given to the requirements in the Technical Specifications then to the General Specifications of the bid.  Technical Specifications override the General Specifications and the General Specifications will override the Bidding Instructions, Terms, and Conditions.

    • CONFLICT OF INTEREST

      All Bidders must disclose, with their bid submittal, the name of any officer, Director, or agent who is also an officer or employee of the City of Leesburg. Furthermore, all Bidders must disclose the name of any City of Leesburg officer or employee who owns, directly or indirectly, an interest of ten percent (10%) or more of the Bidder’s firm or any of its branches, subsidiaries, or partnerships. Failure to disclose in this manner will result in the disqualification of the Bidder or the cancellation of work. It is the sole responsibility of the Bidder to ensure compliance with this requirement. Please complete and submit the “CONFLICT OF INTEREST STATEMENT FORM” with your submittal.

    • NON‐COLLUSION/LOBBYING CERTIFICATION

      All Bidders shall file a statement executed by, or on behalf of the person, firm, association, or corporation submitting the bid certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action, in restraint of free competitive bidding in connection with the bid submittal. In addition, no City appropriated funds have been paid to any person for influencing or attempting to influence a member of the City Commission, City Manager or any City employee in connection with the awarded agreement as a result of this solicitation process. Please complete and submit “NON‐COLLUSION/LOBBYING CERTIFICATION FORM” with your submittal.

    • DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS CERTIFICATION

      The prospective contractor of the City of Leesburg, certifies, by submission of a bid and signing the “Proposal Bid Form”, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Please complete and submit “DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS CERTIFICATION FORM” with your submittal.

    Submission Requirements

    • List of References (required)

      Please download the below documents, complete, and upload.

    • List of Sub-Contractors (required)

      Please download the below documents, complete, and upload.

    • List of Suppliers (required)

      Please download the below documents, complete, and upload.

    • License (required)
    • Certification (required)
    • Conflict of Interest Form (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion/Lobbying Certification (required)

      Please download the below documents, complete, and upload.

    • Debarment, Suspension and Other Responsibility Matter Certification (DU) (required)

      Please download the below documents, complete, and upload.

    • E-Verify or Bidders Memorandum of Understanding (MOU) by the Department of Homeland Security (required)
    • Bid Acknowledgement (required)

      Please download the below documents, complete, and upload.

    • Additional Information.

      Upload "Required Documentation and City Forms" here. See attachments for "Required Documentation and City Forms"

    • Certification of Compliance with FAA Buy American Preference – Construction Projects (required)

      As a matter of bid responsiveness, the bidder or offeror must select one of the options below.  The bidder or offeror must indicate how it intends to comply with 49 U.S.C. § 50101, BABA and other related Made in America Laws, U.S. statutes, guidance, and FAA policies, by selecting one of the following certification statements.  These statements are mutually exclusive.  Bidder must select one or the other (i.e., not both).

      Type 2 Waiver (Nonavailability) - The iron, steel, manufactured goods or construction materials or manufactured goods are not available in sufficient quantity or quality in the United States. The required documentation for the Nonavailability waiver is

      1. Completed Content Percentage Worksheet and Final Assembly Questionnaire
      2. Record of thorough market research, consideration where appropriate of qualifying alternate items, products, or materials including;
      3. A description of the market research activities and methods used to identify domestically manufactured items capable of satisfying the requirement, including the timing of the research and conclusions reached on the availability of sources.

      Type 3 Waiver – The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all components and subcomponents of the “facility/project.” The required documentation for a Type 3 waiver is:

      1. Completed Content Percentage Worksheet and Final Assembly Questionnaire including;
      2. Listing of all manufactured products that are not comprised of 100 percent U.S. domestic content (excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety).
      3. Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location.
      4. Percentage of non-domestic component and subcomponent cost as compared to total “facility” component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. 

      Type 4 Waiver (Unreasonable Costs) - Applying this provision for iron, steel, manufactured goods or construction materials would increase the cost of the overall project by more than 25 percent. The required documentation for this waiver is:

      1. A completed Content Percentage Worksheet and Final Assembly Questionnaire from
      2. At minimum two comparable equal bids and/or offers;
      3. Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005, indicates that no domestic source exists for the project and/or component;
      4. Completed waiver applications for each comparable bid and/or offer.
    • Tax Delinquency and Felony Convictions (required)

      The applicant must indicate its current status as it relates to tax delinquency and felony conviction by selecting the appropriate response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts.

       

      If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to receive an award unless the Sponsor has received notification from the agency suspension and debarment official (SDO) that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government’s interests.  The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office, which will then notify the agency’s SDO to facilitate completion of the required considerations before award decisions are made.

       

      Term Definitions

       

      Felony conviction: Felony conviction means a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. Code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 USC § 3559.

       

      Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

    • Will this use an electronic pricing table? (required)
    • Select all that are needed (required)
    • What will be purchased? (required)

      Ex. various Micologix SCADA parts from qualified vendor to support its wastewater treatment operations

    • What is the delivery address? (required)
    • Is CDBG language required? (required)

    Key dates

    1. April 28, 2026Published
    2. May 27, 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.