SLED Opportunity · FLORIDA · CITY OF LAKELAND

    Taxiway A Holding Bay

    Issued by City of Lakeland
    cityInvitation For BidCity of LakelandSol. 248347
    Closed
    STATUS
    Closed
    due Apr 24, 2026
    PUBLISHED
    Mar 24, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Lakeland seeks qualified contractors for construction of a holding bay along Taxiway A at Lakeland Linder International Airport. The project includes pavement, drainage, lighting, and safety improvements to enhance aircraft operations and airfield safety. Bids due April 24, 2026.

    Opportunity details

    Solicitation No.
    248347
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    city
    Published Date
    March 24, 2026
    Due Date
    April 24, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    City of Lakeland
    State
    Florida
    Agency
    City of Lakeland

    Description

    The City of Lakeland (“City”) is requesting bids from qualified contractors for the construction of a holding bay along Taxiway A at Lakeland Linder International Airport. The project will create a designated paved area adjacent to Taxiway A where aircraft can temporarily position to perform required pre-departure safety checks without obstructing aircraft movement along the taxiway. The improvements are intended to enhance operational efficiency, improve airfield safety, and ensure a continuous flow of aircraft departing Runway 10/28.

    The holding bay area is designed in accordance with FAA Advisory Circular 150/5300-13B, Chapter 4, Figure 4-25, Holding Bay Configuration. The proposed apron will consist of two holding bays designed to accommodate up to two simultaneous aircraft operations while allowing other aircraft to bypass the area along Taxiway A. The layout provides taxilane separation sufficient to accommodate 180-degree aircraft turns and stopping at designated hold bars, resulting in an approximate taxilane-to-taxilane centerline separation of 190 feet to maintain proper object free area separation between aircraft operating areas.

    Background

    The 2020 Airport Master Plan Update identified Taxiway A shoulders as being deficient at Lakeland Linder International Airport (the “Airport”). The future critical aircraft for Runway 10/28 (formerly 09/27) was identified as the Boeing 767-300F with a Runway Design Code (RDC) of C-IV. Based on calendar year 2023 operations identified in the FAA Operations and Performance Database, Traffic Flow Management System Counts (TFMSC), 3,595 operations of C-IV aircraft were recorded, making this aircraft the current critical aircraft for Runway 10/28 and parallel Taxiway A. Of these, 3,545 operations were Taxiway Design Group (TDG) 5 aircraft. The Boeing 767-300F is a TDG 5 aircraft, which according to Table 4-2 of FAA AC 150/5300-13B, requires 30-foot taxiway shoulders.

    The north side development at the Airport comprises a significant number of general aviation facilities, including those supporting small single-engine and multi-engine propeller-driven aircraft. Future expansion of these general aviation facilities is anticipated and identified on the currently approved Airport Layout Plan (ALP). As activity continues to grow in this area of the airfield, a designated location for aircraft to hold while conducting pre-departure engine checks and preparing for departure is necessary to maintain safe and efficient aircraft operations.

    In accordance with FAA AC 150/5300-13B, Chapter 5, Section 5.17.1, holding bay areas are recommended to limit the exposure of propeller wash and jet exhaust that can cause property damage or personal injury. A holding bay is a designated paved area adjacent to a taxiway where aircraft can temporarily position while conducting engine checks or awaiting access to the runway without obstructing taxiway traffic. These areas are intended to allow pilots to safely perform required pre-departure procedures while minimizing impacts to nearby aircraft parking areas, buildings, vehicles, and personnel.

    Holding bay areas are recommended to be located away from aircraft parking positions, gate areas, and buildings to reduce the potential for damage from jet blast or propeller wash. Due to space limitations at both the Runway 10 and Runway 28 ends, the proposed holding bay for Runway 10/28 is located near the midpoint of the runway. This location provides a centralized and convenient area for aircraft operators accessing the runway while also limiting the potential for property damage or injury.

    Per FAA AC 150/5300-13B, holding bays are recommended to limit damage to persons and property as a result of jet exhaust and/or propeller wash. Additionally, per FAA Order 5100.38D, Appendix H, Section H-2, item c, holding bays are eligible for funding if the runway is eligible and the holding bay is justified and meets the requirements outlined in FAA AC 150/5300-13B.

    Project Details

    • Reference ID: 2026-ITB-028
    • Department: Lakeland Linder International Airport
    • Department Head: Kris Hallstrand (Airport Director)

    Important Dates

    • Questions Due: 2026-04-14T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-07T19:30:00.000Z — Lakeland Linder International Airport - Conference Room A 3900 Don Emerson Drive, Suite 210 Lakeland, FL **Please RSVP in OpenGov if you plan to attend

    Addenda

    • Addendum #1 (released 2026-04-17T21:36:44.397Z) —

      ADDENDUM  1

    Evaluation Criteria

    • Scope of Work

      Add scope of work language here.

    • CLARIFICATION AND/OR EXCEPTIONS OF DOCUMENTATION

      Bidders requiring clarification or having a dispute with these documents must advise the City Purchasing Division of the nature of the required clarification or basis of the dispute, in writing, no later than 5:00 pm on Tuesday, April 14, 2026 via the Portal's Question and Answer tab. If no written contact has been made by this specified date, the Bidder waives the right to any future consideration and accepts the documents as published and/or revised by the City. Additionally, submitting a signed bid shall be construed as a total compliance statement.

    • STATEMENT OF PURPOSE

      The City of Lakeland (the “City”) from time to time enters into agreements, leases and other contracts with Other Parties (as hereinafter defined).

      Such Agreements shall contain at a minimum risk management/insurance term to protect the City’s interests and to minimize its potential liabilities. Accordingly, the following minimum requirements shall apply:

    • General
      1. All contractors are responsible for providing their employees with a safe and healthful working environment as required the Occupational Health and Safety (OSH) Act of 1970 and the Occupational Safety and Health Administration (OSHA) standards. Therefore, the contractor and their employees are responsible for following OSHA standards, applicable state regulations, and the City of Lakeland Safety Practices and Policies.
      2. The City of Lakeland's Safety Team and City management reserve the right to STOP work for any condition found to be Immediately Dangerous to Life and Health (IDLH). The contractor is solely and exclusively responsible for compliance with all safety requirements and the safety of all their employees and property on the project site. Note: Nothing in this requirement is to be construed to as removing or shifting responsibility from the contractor.
      3. The parties hereto expressly agree that the obligation to comply with applicable safety provisions is a material provision of this Contract and a duty of the Contractor. The City reserves the right to require demonstration of compliance with the safety provisions of this Contract. The parties agree that such failure is deemed to be a material breach of this Agreement. The Contractor agrees upon such breach, all work under the Contract shall terminate until compliance with the provision of this Agreement is demonstrated. In no event shall action or failure to act on the part of the City be construed as a duty to enforce the safety provisions of this Agreement, nor shall it be construed to create liability for the City for any act or failure to act in respect to the safety provisions of this Agreement.
    • BIDDING DOCUMENTS and DRAWINGS

      Bidding Documents are in electronic PDF format and may be accessed by logging onto the City Purchasing e-Procurement Portal in the #ATTACHMENTS sections.

    • Taxiway A Holding Bay

      Construction of a new holding bay area in accordance with Taxiway Design Group V criteria. The holding bay will feature one entrance taxiway and two exit taxiways, designed to facilitate efficient aircraft movement and holding capacity.

      A new drainage network will be installed to support the proposed holding bay and adjacent areas. This includes the installation of new inlets and drainage structures in the grass infield areas, with full integration into the existing airfield drainage system.

      The project includes the application of FAA-compliant pavement markings on all new and rehabilitated surfaces, ensuring clear taxiway and operational guidance.

      Grading will be performed in the infield areas impacted by construction, followed by the installation of sod to stabilize the soil, control erosion, and maintain airfield aesthetics and safety standards.

      Isolated pavement rehabilitation will be conducted at the intersection of Taxiway A and Runway 5-23 to address existing rutting and improve pavement integrity.

      New LED edge lighting and airfield signage will be installed along the new taxiway shoulders and holding bay. In areas impacted by the shoulder construction, existing lighting will be converted to elevated fixtures as required by FAA standards.

      The project will also include the installation of underground duct banks and conduit to support the new airfield lighting and signage systems.

    • Personal Protective Equipment (PPE) (OSHA 29CFR§1910 Subpart I)

      It is the contractor’s sole responsibility to provide adequate PPE for their employees. Additionally, the contractor is responsible for training their employees in the proper selection, maintenance, use of PPE. Minimal PPE requirements on City of Lakeland worksites:

      1. Foot protection must meet ANSI Z41.1-1999 standards and worn on all City properties.
      2. Head protection must meet ANSI Z89.1-1986 standards and worn in all areas except office buildings and office trailers.
      3. Eye and face protection must meet ANSI Z87.1-1989 standards and worn in all areas except office buildings and office trailers.
      4. Hand and Arm Protection must meet OSHA 29CFR§1910.138 requirements for proper selection, inspection, and care.
      5. Hearing Protection must meet ANSI S3.19-74, OSHA 29CFR§1910.95(j) and 29CFR§1910.95 Appendix: B requirements. Hearing protection must be worn in areas where the noise level is over 85 dB
    • CITY DEFINED

      The term City (wherever it may appear) is defined to mean the City of Lakeland itself, its Commission, employees, volunteers, representatives and agents.

    • FLORIDA PUBLIC RECORDS LAW

      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:  KELLY S. KOOS – CITY CLERK AT: PHONE: 863-834-6210, E-MAIL: cityclerk@lakelandgov.net, MAIL: ATTN: CITY CLERK 228 S. MASSACHUSETTS AVE., LAKELAND, FLORIDA 33801.

      In accordance with Florida Statute §119.0701, the Contractor shall keep and maintain public records required by the City in performance of services pursuant to the contract.  Upon request from the City’s custodian of public records, Contractor shall provide the City 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 pursuant to Florida Statute Chapter 119 or as otherwise provided by law.  Contractor shall 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.  Contractor shall, upon completion of the contract, 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 services pursuant to the contract.  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.

       

    • Housekeeping

      It is the contractor’s sole responsibility to keep the project work site clean during and after working hours. Contractor shall supply waste receptacles for each site location. They shall be emptied not less frequently than once each working day, unless unused, and shall be maintained in a clean and sanitary condition. At the completion of the contract the contractor will ensure that all excess materials are removed from the work site and that the worksite is left clean and safe. If the contractor leaves a project work site unkept and in a hazardous condition; the City will have the area cleaned and forward the bill to the contractor.

    • OTHER PARTY DEFINED

      The term Other Party (wherever it may appear) is defined to mean the other person or entity which is the counter-party to the Agreement with the City and any of such Other Party’s subsidiaries, affiliates, officers, employees, volunteers, representatives, agents, contractors and subcontractors.

    • LOSS CONTROL/SAFETY

      Precaution shall be exercised at all times by the Other Party for the protection of all persons, including employees, and property. The Other Party shall comply with all laws, rules, regulations or ordinances related to safety and health, and shall make special effort to anticipate and detect hazardous conditions and shall take such precautionary and prompt action where loss control/safety measures should reasonably be expected.

      The City may order work to be stopped at any time, without liability, if conditions exist that present immediate danger to persons or property. The Other Party acknowledges that such stoppage, or failure to stop, will not shift responsibility for any damages from the Other Party to the City.

    • BONDING

      A certified check or bid bond shall accompany each bid. The certified check or bid bond shall be for an amount not less than five percent (5%) of the bid price and shall be made payable to the Owner as a guarantee that the Bidder will not withdraw for a period of sixty (60) days after bid closing time.

      In the event the contract is awarded to the Bidder, he/she will, within ten (10) days thereafter, enter into a written contract with the City of Lakeland, or accept a City of Lakeland purchase order. The successful Bidder shall also furnish within ten (10) days; a PUBLIC CONSTRUCTION BOND IN COMPLETE ACCORDANCE WITH SECTION 255.05 OF THE FLORIDA STATUTES in an amount equal to the contract price as a guarantee of good faith that the Bidder will execute the work in accordance with the terms of the contract and that the Bidder shall make payments for all labor, material and supplies used directly or indirectly for the work. Failure to do so will constitute forfeiture of the bid security as liquidated damages.

      The Public Construction Bond shall be secured from and countersigned by an agency of a surety company recognized in good standing, licensed and authorized to do business in the State of Florida and found to be acceptable to the City of Lakeland.

    • Smoking

      Smoking is permitted only in designated areas. Receptacle’s must be used or waste removed in contractors’ waste disposal container.

    • EXPARTE COMMUNICATION

      Please note that to insure the proper and fair evaluation of a bid, the City of Lakeland prohibits exparte communication (i.e., unsolicited) initiated by the Bidder to the City Official or Employee evaluating or considering the bids prior to the time a bid decision has been made. Communication between Bidder and the City will be initiated by the appropriate City Official or Employee in order to obtain information or clarification needed to develop a proper and accurate evaluation of the bids. Exparte communication may be grounds for disqualifying the offending Bidder from consideration or award of the bid then in evaluation or any future bid.

    • Safety Kick-offs and Safety Stand-Downs

      A safety kick-off to disseminate safety expectations will be conducted before the project commences. Safety sand-downs will be conducted when major safety concerns, accidents, or near misses occur.

    • INSURANCE - BASIC COVERAGES REQUIRED

      The Other Party shall procure and maintain the following described insurance, except for coverage specifically waived by the City of Lakeland, on policies and with insurers acceptable to the City, and insurers with AM Best ratings of no less than A.

      These insurance requirements shall in no way limit the liability of the Other Party. The City does not represent these minimum insurance requirements to be sufficient or adequate to protect the Other Party’s interests or liabilities, but are merely minimums.

      "Except for workers’ compensation and professional liability, the Other Party's insurance policies shall be endorsed to name the City of Lakeland as additional insured. It is agreed that the Other Party's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by The City of Lakeland for liability arising out of the operations of this agreement."

      Except for worker’s compensation, the Other Party waives its right of recovery against the City, to the extent permitted by its insurance policies.

      The Other Party’s deductibles/self-insured retentions shall be disclosed to the City and may be disapproved by the City. They shall be reduced or eliminated at the option of the City. The Other Party is responsible for the amount of any deductible or self-insured retention.

      Insurance required of the Other Party or any other insurance of the Other Party shall be considered primary, and insurance of the City shall be considered excess, as may be applicable to claims which arise out of the Hold Harmless, Payment on Behalf of the City of Lakeland, Insurance, Certificates of Insurance and any Additional Insurance provisions of this agreement, contract, or lease.

    • Commercial General Liability

      This insurance shall be an “occurrence” type policy written in comprehensive form and shall protect the Other Party and the additional insured against all claims arising from bodily injury, sickness, disease, or death of any person other than the Other Party’s employees or damage to property of the City or others arising out of any act or omission of the Other Party or its agents, employees, or Subcontractors and to be inclusive of property damage resulting from explosion, collapse or underground (xcu) exposures. This policy shall also include protection against claims insured by usual personal injury liability coverage, and to insure the contractual liability assumed by the Other Party under the article entitled INDEMNIFICATION, and “Products and Completed Operations” coverage.

      The Other Party is required to continue to purchase products and completed operations coverage for a minimum of three years beyond the City’s acceptance of renovation or construction properties.

      Bodily Injury and Property Damage - 

      Single limit each occurrence shall not be less than:$2,000,000.00

       

    • Training Documentation

      OSHA requires documentation of all safety training provided to employees by their employers. Documentation of all required safety training required for work proposed for this contract must be submitted within thirty days of contract award or before commencement of contracted work. Please reference the Occupational Safety and Health Administration Requirements for details.

    • INSURANCE AND SAFETY REQUIREMENTS

      All insurance shall be secured from or countersigned by an agent or surety company recognized in good standing and authorized to do business in the State of Florida.

      The Contractor shall, within ten (10) days of notification of award and prior to commencement of work, take out and maintain in full force and effect minimum insurance coverage as specified in the attached requirements. This insurance shall remain in force and effect throughout the duration of the contract.

      A certificate of existing insurance coverage should be submitted with the bid as proof of insurability. If the current coverage does not meet the bid requirements, then the Bidder should request an affidavit of insurability from the Bidder’s insurance agent that certifies that the requirements can and will be met. Failure to provide adequate insurance coverage may be cause for disqualification as non-responsive to the bid requirements. The Contractor agrees to accept and abide by the City of Lakeland safety regulations in complete accordance with the attached requirements.

    • Written Safety Programs or Plans

      Contactors awarded contracts with the City of Lakeland must, thirty days of contract award or before commencement of contracted work, provide the Risk Management Office written safety programs or plans. Please reference the requirements set forth in the Occupational Safety and Health Administration Requirements. The Risk Management Office will approve the submitted safety programs or plans as adequate to reduce risk of the work being performed.

    • Business Automobile Liability

      Business Auto Liability coverage is to include bodily injury and property damage arising out of ownership, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use.

      Bodily Injury and Property Damage - 

      Single limit each occurrence shall not be less than:$2,000,000.00

       

    • INDEMNIFICATION AGREEMENT

      The Contractor agrees to indemnify and hold harmless the City of Lakeland in complete accordance with the attached requirements. This agreement shall be signed, notarized and returned with the bid submittal. Failure to provide the Hold Harmless Indemnification Agreement may be cause for disqualification as non-responsive to the bid requirements.

    • Workers’ Compensation

      Workers’ Compensation coverage to apply for all employees for statutory limits and shall include employer’s liability with a limit of $100,000 each accident, $500,000 disease policy limits, $100,000 disease limit each employee. (“All States” endorsement is required where applicable). If exempt from Worker’s Compensation coverage, as defined in Florida Statue 440, the Other Party will provide a copy of State Workers’ Compensation exemption.

      All subcontractors shall be required to maintain Worker’s Compensation.

      The Other Party shall also purchase any other coverage required by law for the benefit of employees.

    • Supplemental #1: Construction Safety

      All contracted construction work will be performed per OSAH 29CFR§1926 standards, the contractor is responsible for ensuring that their employees are trained to and follow these OSHA standards. The City of Lakeland’s Safety Team reserves the right to inspect all worksites and advise the contractor or their representatives on adjusting the work site, if needed.

      A. PPE

      The following PPE will be worn the entire time employees are on the worksite, including breaks and lunch:

      1. Hardhats

      2. Safety boots

      3. Safety glasses

      B. Scaffolding Safety

      All Scaffolding will be erected per OSHA 1926 Subpart L, requirements and inspected daily. Scaffolds will not be used without the proper inspection tags, having the scaffolding inspected daily, and the inspection tags properly and legibly signed off daily. Scaffolds that are no longer needed will be removed as soon as safely possible.

      C. Barricade Tape

      All barricade tape will have tags placed on all sides with the company, employee, contact information, date tape applied, and date tape will be removed. The City of Lakeland’s Safety Team reserves the right to inspect, adjust, or remove tape that is abandoned or not placed per this requirement.

       

    • HUMAN TRAFFICKING -- F.S. 787.06(14)

      In compliance with Section 787.06(14), Florida Statutes, the attached Affidavit must be completed by an officer or representative of a nongovernmental entity that is executing, renewing, or extending a contract with the City of Lakeland, Florida (the “Governmental Entity”).  This attests under penalty of perjury that the nongovernmental entity does not use coercion for labor or services when a contract is executed, renewed or extended between a governmental entity.

    • PUBLIC ENTITY CRIMES

      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 in excess of 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.

    • Supplemental #2: Sanitation

      Sanitation must meet 29CFR§1910.141 for availability, housekeeping, and waste disposal. In areas where restroom facilities are not available, restrooms are in secured areas, and where there are more than ten contract and subcontract employees working on a project site the contractor is responsible for providing restroom facilities (one portable toilet for every 15 employees). Contractors must provide a separate lockable portable toilet for every 15 female employees on the work site. Contractors must provide hand washing facilities with the portable toilets, it is suggested to have one for every three portable toilets. It is the contractor’s responsibility to have any portable toilets cleaned at least weekly and removed within 3 days of contract completion.

    • Excess Liability

      This insurance shall protect the Other Party and the additional insured against all claims in excess of the limits provided under the employer’s liability, commercial automobile liability, and commercial general liability policies. The policy shall be an “occurrence” type policy, and shall follow the form of the General and Automobile Liability.

      The liability limits shall not be less than:$10,000,000.00

    • DRUG-FREE WORKPLACE CERTIFICATION

      By submitting a bid in response to this Invitation to Bid, you are certifying that your company is a drug-free workplace in accordance with Florida Statute 287.087.

       

    • Supplemental #3: Road Work Safety

      Work Zone Safety

      Work zones are any areas where work is being performed by a contractor. Work zones can present hazards to citizens, City employees, and contractors; it is the contractors responsibility to take the proper precautions to reduce these risks. Work zone protection is the adequate safe-guarding or protecting of pedestrians, motorists, employees, and equipment using PPE, suitable barriers, warning signs, lights, flags, traffic cones, high-level standards, barricade rope, flaggers, etc., as the job requires on approaches to work areas, excavations, open manholes, parked equipment, etc. Proper work area protection shall be planned to ensure the safety and protection of the employee, the public and the equipment.

      A. PPE

      All employees working on or within 15 feet of a road way for longer than 15 minutes all employees must wear FDOT approved Class 3 reflective clothing or vests. Flaggers shall wear a red/orange or green-warning vest that is at least ANSI/SEA Class 2 Apparel compliant. Warning garment worn during periods of limited visibility shall be of a reflective material meeting those specifications -outlined in the ANSI/SEA Class 3 Apparel.

      B. Maintenance of Traffic (MOT) or Temporary Traffic Control (TTC)

      The contractor will perform contractual duties in a manner that reduces interference with public traffic as much as possible. Such times as the contractor must perform work that impedes public traffic; for example, when crossing, obstructing, or closing roads, driveways, and walkways (private or public). The contractor is solely responsible for establishing and maintaining safe detours and lane closures per FDOT MOT/TTC requirements. The contractor is responsible for informing property owners when private drives will be closed or redirected. The City of Lakeland’s Safety Team reserves the right to inspect all worksites and advise the contractor or their representatives on adjusting the work zone, if needed.

      MOT/TTC can be performed by a FDOT MOT/TTC intermediate certified employee or supervised by a FDOT MOT advanced certified employee.

      a. Signs-Work zone warning signs must be placed in accordance with FDOT requirements in a manner that establishes the best protection for citizens, employees, and contractors. Signs must be removed or covered when work is not underway and the hazard is not present.

      b. Barricades- Only FDOT approved barricades and cones must be utilized for MOT/TTC. The contractor is responsible for ensuring that any barricades have warning illumination, such as beacon lights, from sunset to sunrise.

      c. Flaggers- Flaggers or other appropriate traffic control shall be used wherever there is a doubt that signs, signals, and barricades can achieve effective protection.

      d. Vehicles, Equipment, and Materials- The contractor is responsible for placing vehicles, equipment, and materials so that these items pose the least impedance and hazards to traffic (vehicle or pedestrian). Vehicles or equipment working on or within ten feet of the roadway must be equipped with a minimum of one amber 360-degree Class I warning device. The warning device must be in operation all the time the vehicle or equipment is on or within ten feet of the roadway.

       

    • Aircraft Insurance

      Tenant agrees to carry aircraft liability insurance coverage during the term hereof, with terms and company satisfactory to City for limits of not less than TBD per occurrence.

    • Builder's Risk Coverage

      Builder’s Risk insurance is to be purchased to cover subject property for all risks of loss (including theft and sinkhole), subject to a waiver of coinsurance and covering off-site storage, transit and installation risks as indicated in the Installation Floater (below) and Transportation insurance described hereafter, if such coverages are not separately provided.

      The Builders Risk insurance is to be endorsed to cover the interests of all parties, including the City and all contractors and subcontractors. The insurance is to be endorsed to cover testing and to grant permission to occupy. 

      The liability limits shall not be less than: Replacement Cost.

      OR

      Installation Floater Coverage

      Installation Floater Coverage is to be purchased when Builder’s Risk insurance is inappropriate, or when Builder’s Risk insurance will not respond, to cover damage or destruction to renovations, repairs or equipment being installed or otherwise being handled or stored by the Other Party, including off-site storage, transit and installation. The amount of coverage should be adequate to provide full replacement value of the property, repairs, additions or equipment being installed, otherwise being handled or stored on or off premises. All risks coverage is preferred.

      The liability limits shall not be less than: Replacement Cost

       

       

    • Supplemental #4: Fall Protection

      Fall Protection must meet 29CFR§1910.140 and 29CFR§1910.66 Appendix C for general industry contracts and 29CFR§1926.501 for construction contracts. The contractor is responsible for training their employees on the proper selection, donning, maintenance, and inspection of personal fall protection and fall arrest systems. The contractor is responsible for providing, maintaining, and inspecting fall protection devices for their employees. The contractor is responsible for ensuring that all tie-off points can hold at least 5,000 pounds. The City of Lakeland’s Safety Team reserves the right to inspect all fall protection devices, including tie-off points.

       

    • SUSPENSION AND DEBARMENT CERTIFICATION

      By submitting a bid in response to this Invitation to Bid, you are certifying that your company, pursuant to 49 CFR Part 29: (1) is not presently suspended or debarred as, and/or listed on the U.S. General Services Administration’s System for Award Management (SAM) as such; and (2) will at all times remain eligible to bid for and perform the services subject to the requirements set forth herein and other applicable laws. Bidder agrees that any contract awarded to Bidder will be subject to termination by the City if Contractor or its subcontractors fail to comply or maintain such compliance.

    • Supplemental #5: Hazardous Chemicals and Hazardous Communications

      The Contractor is responsible for compliance with all Federal, State or Local Right-To-Know-Law (Hazardous Communications) for its employees and the employees of all Subcontractors the Contractor brings on or causes to be on the project site, inclusive of pesticides and/or herbicides.

      The Contractor shall, between receiving the Contract and coming on the project site to begin work, provide the City’s project representative with affidavits and/or training documents stating that ALL personnel the Contractor brings on, or causes to be on the project site, have been given training or possess the appropriate licenses (if required) on any toxic substances said personnel will be working with or may be exposed to while working at the job site.

      The Contractor shall provide to the City’s project representative a copy of the manufacturer’s SDS for all hazardous chemicals used or brought on the project site by the Contractor or Subcontractor prior to the substance being brought onto the City’s property.

      Upon written request, the Contractor and/or Subcontractor must be provided SDS’s which are in the possession of the City. The City may establish reasonable procedures for acting upon such requests to avoid interruption of normal work operations.

      Before any work shall begin, the Contractor shall arrange a meeting to advise City’s project representative about safety and any dangers City employees will be subjected to, due to the presence of chemicals brought on the project site.

       

    • CONFLICT OF INTEREST / STATEMENT OF NON-COLLUSION

      The award hereunder is subject to Chapter 112, Florida Statutes. All respondents must disclose with their bid the name of any officer, director, or agent who is also an employee of the City of Lakeland. Further, all respondents must disclose the name of any City of Lakeland employee who owns, directly or indirectly, an interest of five percent (5%) or more of the respondent’s firm or any of its branches.

      The respondent shall certify that he/she 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 and that the respondent is not financially interested in, or otherwise affiliated in a business way with any other respondent on the same land or improvements.

       

    • Comprehensive Crime

      Comprehensive Crime insurance, which includes employee dishonesty and computer fraud as well as third party coverage (also known as client property coverage or property of others coverage) for dishonest acts, committed by Bidder’s employees with limits not less than $1,000,000 for each loss, $2,000,000 aggregate.

    • Contractors Pollution Liability

      which is a contractor base policy, which should be provided on an occurrence basis, Contractor Pollution Liability provides third-party coverage for bodily injury, property damage, defense, and cleanup as a result of pollution conditions (sudden/accidental and gradual) arising from contracting operations performed by or on behalf of the contractor.

      OR

      Environmental Impairment Liability

      The Other Party shall be responsible for purchasing and maintaining environmental impairment liability insurance. This insurance should cover the following types of environmental impairment: Sudden and Accidental, and Gradual. NOTE: If choosing Environmental Impairment Liability, the liability limits will be the same as Contractors Pollution Liability as listed below.

      The liability limits shall not be less than:$1,000,000 or Environmental Impairment Liability 

       

       

    • E-VERIFY CERTIFICATION

      Vendor/Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of:

      All persons employed by the Vendor/Contractor during the term of the Contract to perform employment duties within Florida; and

      All persons, including subcontractors, assigned by the Vendor/Contractor to perform work pursuant to the Contract with the City.

    • Supplemental #6: Confined Space Entry

      Confined space entry must be made per 29CFR§ 1910.146, for all confined spaces in the City of Lakeland. Contractors are responsible for training employees to the OSHA standard and provide appropriate PPE for employees. The contractor is responsible for performing atmospheric testing and providing the testing equipment; all atmospheric testing equipment must have been tested within thirty days of the confined space entry testing. The contractor is responsible for providing entry attendants for each confined space, who is responsible for maintaining the confines space permit. The City of Lakeland’s Safety Team reserves the right to inspect all confined spaces, confined space permits, and atmospheric testing equipment.

    • Crane or Riggers Liability

      This insurance covers legal liability protection for the individual or business entity when acting as a rigger for the property of others in their care, custody and control.

      The liability limits shall not be less than:TBD

       

    • Supplemental #7: Respiratory Protection

      Respiratory Protection must meet OSHA 29CFR§1910.134 requirements and all employees must pass pulmonary function testing (PFT) and fit testing. Respiratory protection must be worn and maintained per OSHA standards. Contractors are responsible for ensuring their employees have meet all testing and training criteria. Contractors are solely responsible for providing their employees and subcontractors with the proper respiratory protection in accordance with OSHA standards or a hazardous chemicals SDS sheet. NOTE: All contractors and subcontractors performing duties with concrete that include cutting, grinding, or other duties that would cause silica dust to become airborne must wear at a minimum a N95 dust mask.

    • VENDOR/CONTRACTOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES

      Section 287.135, Florida Statutes, as may be amended, prohibits agencies or local government entities from contracting with companies for goods or services of $1,000,000.00 or more, that are on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the Scrutinized Companies that Boycott Israel List or is engaged in a boycott of Israel and that it does not have business operations with Cuba or Syria.

      As the person authorized to submit responses/bids on behalf of respondent/bidder, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, the Scrutinized Companies that Boycott Israel List. I further certify that the company is not engaged in a boycott of Israel or has business operations in Cuba or Syria. I understand that pursuant to section 287.135 , Florida Statutes, as may be amended, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs. 

       

    • SCRUTINIZED COMPANIES OR OTHER ENTITIES

      Pursuant to Florida Statute §287.135(3)(b)2., as may be amended, the City may terminate its contract with Contractor if Contractor is found to have been placed on the Scrutinized Companies or Other Entities that Boycott Israel or is engaged in a boycott of Israel.

    • Supplemental #8: Hot Work

      Hot work is defined by OSHA as any operation that will cause a spark or flame; such as, welding, grinding, brazing, soldering, or burning). All hot work operations will be performed in accordance with OSHA and NFPA standards. The contractor is responsible for obtaining hot work permits and providing a fire watch according to NFPA 51B requirements, reference the fire watch matrix below. The City of Lakeland’s Safety Team reserves the right to inspect all worksites and advise the contractor or their representatives on adjusting the hot work area, if needed.

      Permissible Area Hot Work Permit Fire Watch

      Classification Duration Required Duration

      Level 1 N/A No N/A

      Level 2 ≤ 7 days Yes 1 hr. after

      Level 3 ≤ 12 hrs. Yes 1 hr. after

      Level 4 ≤ 12 hrs. Yes During and

      1 hr. after

      Level 5 ≤ 12 hrs. Yes During and

      1 hr. after

      Level 6 ≤ 12 hrs. Yes During and

      1 hr. after

       

    • Cyber & Privacy Protection Liability

      This insurance shall be a “claims made” type policy written in comprehensive form and shall protect the Other Party and the additional insured against claims arising from anyone’s acts errors or omissions including but not limited to outsourcers or vendors and any electronic or non-electronic security events whatsoever for:

      1. your actual or alleged breach of any confidence, or violation or infringement of any rights to privacy or other legal protections for personal information, including but not limited to breach of a person’s right of publicity, false light, intrusion upon a person’s seclusion, public disclosure of a person’s private information, or misappropriation of a person’s picture or name for commercial gain;
      2. your breach of duty to:
        1. protect the security and confidentiality of customer records and information;
        2. protect against any anticipated threats or hazards to the security or integrity of such records;
        3. protect against unauthorized access to or use of such records or information which could result in substantial harm or inconvenience to any customer;
        4. protect any personally identifiable information, or other private or confidential information;
      3. under any statute including but not limited to HIPAA and GLB acts, or under any contract, including but not limited to your privacy statement;

      The retroactive date of this “claims made” policy must be earlier than or equal to the start date of this contract. The Other Party is required to continue to purchase this coverage for a minimum of three years beyond the completion of this project.

      The liability limits shall not be less than:TBD

    • PROHIBITION AGAINST CONSIDERING SOCIAL, POLITICAL OR IDEOLOGICAL INTERESTS IN GOVERNMENT CONTRACTING -- F.S. 287.05701

      Bidders are hereby notified of the provisions of section 287.05701, Florida Statutes, as amended, that the City will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder.  Bidders are further notified that the City's governing body may not give preference to a Bidder based on the Bidder's social, political, or ideological interests.

    • Supplemental #9: Excavation and Trenching

      Contractors must follow OSHA 29CFR §1926.650 and all other applicable standards for excavation and trenching. Note: As a rule, the City of Lakeland has adopted the policy of classifying all soils as Class C. Therefore, all trench or excavation work shall comply with those standards required for Class C soils. Contractors are responsible for obtaining buried utility mapping from 811 before you dig; contractors are liable for all damages resulting from digging operations. The City of Lakeland’s Safety Team reserves the right to inspect, request changes, and close worksites for safety concerns.

    • Supplemental #10: Lock-Out-Tag-Out (LOTO)

      Contractors must follow OSHA 29CFR§1910.147 for The Control of Hazardous Energy covering the LOTO of all equipment and systems posing an energy hazard. Energy can be both electrical and mechanical. All sources of hazardous energy must be locked and tagged to reduce the potential for injury or death of workers. It is the contractor’s responsibility to have a proven LOTO program and the equipment to perform LOTO on equipment or systems prior to work being performed.

    • Fidelity/Dishonesty/Liability Coverage

      Fidelity/Dishonesty/Liability insurance is to be purchased or extended to cover dishonest acts of the Other Party’s employees resulting in loss to the City.

      The liability limits shall not be less than:TBD

    • ADDENDA

      It is the Bidder’s responsibility to contact the Purchasing Division prior to submitting a bid to ascertain if any addenda have been issued, to obtain all such addenda and return executed addenda with the bid.

      The failure of a Bidder to submit acknowledgment of any addenda that affects the bid price(s) may be considered an irregularity and may be cause for rejection of the bid.

    • Fire Legal Liability

      Tenant’s liability for damages by fire to the rented premises the tenant occupies.

      The liability limits shall not be less than:TBD

    • LOCAL VENDOR PREFERENCE

      A copy of City’s Local Preference Policy, Ordinance No. 5912 dated January 3, 2022 is attached.

      A Local Business shall be defined as a vendor, supplier or contractor that: (i) conducts business within the jurisdictional limits of Lakeland Electric’s service territory by providing goods, services or construction; (ii) maintains a physical business location within the jurisdictional limits of Lakeland Electric’s service territory in an area legally zoned for conducting such business; (iii) conducts business on a daily basis from the local business location; (iv) has conducted business from such location for at least twelve (12) consecutive months prior to the due date for the applicable bid or proposal; and (v) provides a copy of its local business tax receipt, if located within the City of Lakeland, or a copy of its Polk County local business tax receipt, if located outside of the City limits but within Lakeland Electric’s service territory.

       

    • Supplemental #11: Energized Power Systems

      Strict adherence to the table of distances to energized systems is mandatory. Unless otherwise specified by Lakeland Electric Systems Control, the contractor may not be any closer than 20-feet to energized systems. The contractor must notify System control at (863) 834-6560 for line clearance.

      ALL UNQUALIFIED PERSONNEL SHALL NOT GET CLOSER THAN 20 FEET (ENCROACHMENT) ENERGIZED EQUIPMENT OR AREAS

      A. The contractor shall make coordination with Lakeland Electric Delivery Operations Workforce Management Coordinator by calling (863) 834-6751 no less than 24 hours prior to work commencing. Such coordination is necessary to cover any electrical lines or to hold or stabilize any poles that may be within the vicinity of the work zone. In addition, the attached waiver must be completed by the contractor and returned to the COL Safety Division prior to commencement of work.

      B. The contractor is also responsible for all locates for underground utilities and for systems. This may be accomplished by contacting Sunshine State One-Call at 1-800-432-4770.

       

    • BID PROTEST PROCEDURE

      The City’s procedure on bid disputes is located in the City’s Purchasing Manual and can be found at https://www.lakelandgov.net/departments/purchasing/bid-dispute-policy.

    • Supplemental #12: Power Distribution (T&D) Bucket Truck Safety

      All aerial lift operations will be performed per OSHA 29CFR§1910.67 for general industry and 29CFR§1926.453 for construction. Contractors are responsible for providing employees with the proper licensing, certifications, and training for the equipment to be used. The following safety criteria must be followed:

      1. Any employee working from a bucket truck must use the proper fall protection device.

      2. Any employee on a pole or otherwise elevated position shall utilize the appropriate gaffs, harness, or otherwise appropriate fall protection.

      3. Never override hydraulic, mechanical, or electrical safety equipment.

      4. Workers must never position themselves in an area that poses crush, pinch, or laceration potentials.

      5. Always treat powerlines as energized.

      6. Never exceed the equipment’s load limits; including the combined weight of the worker, tools, and materials.

       

    • Garage Liability Insurance

      Insurance covering the legal liability of automobile dealers, garages, repair shops, and services stations for claims of bodily injury and property damage arising out of business operations.

      The liability limits shall not be less than:TBD

       

    • Supplemental #13: Equipment Safety

      All operations involving equipment must be conducted according to the applicable OSHA standards. All equipment operators must be certified or licensed according to federal, state, and local requirements. All equipment must be inspected according to OSHA requirements and before use by the operator. The contractor is solely responsible for compliance with this safety requirement.

      a. Powered industrial trucks- all operations that are performed using powered industrial trucks (forklifts, lulls, etc.) must be conducted in accordance with OSHA 29CFR§1910.178 for general industry and 29CFR§1926.600 and 29CFR§1926.602 for construction.

      b. Aerial lifts- all operations that are performed using aerial lifts (boom lifts, cherry pickers, snorkel lifts, etc.) must be conducted in accordance with OSHA 29CFR§1910.67 for general industry and 29CFR§1926.453 for construction.

       

    • TERMS AND CONDITIONS OF AGREEMENT

      A copy of the agreement to be entered into with the successful bidder in included with this bid attached herein, should the City require such.

    • Garage Keepers Coverage

      Garage keepers Liability insurance is to be purchased to cover the Other Party’s liability for damage or other loss, including comprehensive and collision risks, to the City’s vehicles while in the care, custody and control of the Other Party.

      The liability limits shall not be less than:TBD

       

    • OPENGOV PROCUREMENT

      The City of Lakeland uses OpenGov, the e-Procurement Portal (“Portal”), to administer the competitive solicitation process, including but not limited to soliciting quotes, sealed bids, proposals, and qualifications, issuing addenda, posting results and issuing notification of an intended decision. Bidders are strongly encouraged to familiarize themselves well in advance of their intention of submitting a proposal to ensure familiarity with the use of the Portal. The City shall not be responsible for a Bidder’s inability to submit a proposal by the end date and time for any reason, including issues arising from the use of the Portal.

    • Supplemental #14: Crane Safety

      All crane operations must be conducted according to OSHA 1910.180 standards. All crane operators must be certified or licensed per OSHA 1910.180 standards. No workers will be allowed to stand or pass under a suspended load; all load suspension areas will be properly barricaded. All swing points of the crane will be properly barricaded. Operators will not leave the cab of the crane while the load is suspended. All cranes, hooks, and rigging will be inspected daily. The City of Lakeland’s Safety Team reserves the right to inspect all worksites and advise the contractor or their representatives on adjusting the work area, if needed.

    • Hanger Keepers Liability

      Provides coverage for damage to or destruction of the aircraft of others while in the insured’s custody for storage, repair, or safe keeping and while in or on the schedule premises.

    • Supplemental #15: Storm Drainage and Surface Water Protection

      The Contractor shall comply with all applicable ordinances, rules, and regulations restricting the introduction of non-storm water discharges to the City’s municipal separate storm water system (MS4) and/or surface water bodies, including: The Code of Ordinances of Lakeland, Part II, Section 86; Polk County Ordinance 93-06; and, the City of Lakeland Land Development Regulations, Article 6.

      A. The Contractor is prohibited from placing, depositing, or dumping of any dirt, sweepings, filth, slops, litter, loose materials, water, grease, slippery materials, etc. in or upon any street, highway, alley, sidewalk, park, lake, or other public place in the City.

      B. The Contractor will develop and implement a plan to utilize best management practices (BMPs), including, but not limited to, treatment methods and practices, to control polluted runoff, spillage, leaks, sludge, waste, or runoff from raw material to prevent flooding and/or adverse impacts to the natural resources of the City, and ensure the elimination of pollutants discharging to the MS4 and/or any surface water body during construction and maintenance activities. To the maximum extent possible, the Contractor will utilize schedules of activities, prohibitions of practices, maintenance procedures, and other management activities to prevent or eliminate pollutants from entering the MS4 or being discharged to surface water bodies.

      C. The Contractor will utilize proper erosion, liquid and sediment control measures; provide inlet protection for storm drains and drainage conveyances, ponds, and easements; and, take all reasonable precautions to contain runoff on-site and eliminate illicit discharges to the MS4 and/or surface water bodies. Illicit discharge includes, but is not limited to, any spilling, leaking, seeping, pouring, emitting, emptying, or dumping of materials, rinse water, or waste products into the MS4 and/or surface water bodies of the City.

       

    • BID SUBMITTAL

      Respondent shall complete all electronic sections of their response and submit a response before the due date and time identified in the Timeline of this solicitation. Electronic sections may comprise of but are not limited to Contact Information, Addenda Confirmation, Questionnaire, Pricing and Company Profile.

      The City of Lakeland at its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all bids, and/or to accept that bid which is in the best interest of the City. The award of this bid, if made, may be based on considerations other than total cost and may be awarded based on various considerations, including without limitation; Bidder’s experience and/or qualifications, past experience, administrative cost, standardization, technical evaluation and oral and/or written presentations as required. The City reserves the right to accept all or part, or to decline the whole, and to award this bid to one (1) or more Bidders. There is no obligation to buy. The bid, if awarded, will be in the judgement of the City the most responsive to the City’s needs. The City of Lakeland encourages the use of minority and women-owned businesses as subcontractors or in joint venture arrangements.

      City of Lakeland, Florida

       

    • Liquor Liability Coverage

      In anticipation of alcohol being served, the Other Party shall provide evidence of coverage for liquor liability in an amount equal to the general/umbrella/excess liability coverage. If the general liability insurance covers liquor liability (e.g. host or other coverage), the Other Party’s agent or insurer should provide written documentation to confirm that coverage already applies to this agreement, contract, or lease. If needed coverage is not included in the general/umbrella/excess liability policy (ices), the policy (ices) must be endorsed to extend coverage for liquor liability, or a separate policy must be purchased to provide liquor liability coverage in the amount required.

      The liability limits shall not be less than:TBD

       

    • Supplemental #16: Process Safety Management (PSM): McIntosh Power Plant

      1. Plant Site Emergency Conditions

      1. In the event a contractor is working on a City of Lakeland McIntosh Power Plant (MPP) Site and a plant site emergency condition (i.e. major fire, hazardous fluid/gas leak, bomb threat, etc.) occurs, the contractor and the contractor’s employees shall follow all instructions issued by the CITY. Upon notification of plant site emergency, the contractor and all contract employees shall evacuate to the nearest Safe Congregation Point. The CITY will issue further instructions to the contractor indicating when the contractor may return to the plant/job site.
      2. All contractors who perform services at MPP or near this area (within 1000 feet of fence line) shall ensure their personnel are made aware of the presence of Anhydrous Ammonia. This employee awareness must include chemical properties, site, sound and symptoms related to exposure and the emergency signal (Siren, Public Address System and Radios) and procedures used at the facility in the event of a release.
      3. All CONTRACT personnel shall be required to undergo Anhydrous Ammonia safety training to be provided by the City should gaseous Anhydrous Ammonia be utilized at the work location. The City will provide one training session and thereafter the CONTRACTOR shall be responsible for conducting the training using materials provided by the City. Contractor shall supply proof of completion of training to the City prior to any personnel reporting to the site.

      2. Contractor Responsibilities

      1. The Plant Manager for MPP or their designees shall be responsible for requesting contractor safety qualifications, establishing and maintaining a PSM – Approved Contractor List, maintaining contractor safety qualifications records, performing periodic contractor audits and maintaining the Contractor Injury and Illness Log.
      2. All City employees who requisition contractor services shall be responsible for choosing contractors from the PSM – Approved Contractor List and monitoring contractor safety performance.
      3. All City employees shall be responsible for notifying the appropriate Plant Management if they become aware of unauthorized contractors working on or near PSM covered processes.

      3. Requisitioning Contractor Services

      When requisitioning contractor services to perform work on or near any Anhydrous Ammonia equipment including the SCR ammonia process, City of Lakeland employees shall choose only contractors who have been listed on the PSM – Approved Contractor’s List.

       

    • Supplemental #17: Process Safety Management (PSM): Glendale and Williams Water Treatment Plants

      A. Contractor Responsibilities

      1. The Plant Superintendent (W. Carl Dicks and Williams Water Treatment) or their designees shall be responsible for requesting contractor safety qualifications, establishing and maintaining a PSM – Approved Contractor List, maintaining contractor safety qualifications records, performing periodic contractor audits and maintaining the Contractor Injury and Illness Log.

      2. All City of Lakeland employees who requisition contractor services shall be responsible for choosing contractors from the PSM – Approved Contractor List and monitoring contractor safety performance.

      3. All City of Lakeland employees shall be responsible for notifying the appropriate Plant Superintendent if they become aware of unauthorized contractors working on or near PSM covered processes.

      4. Contractors working on a City of Lakeland Plant Site and a plant site emergency condition (i.e. major fire, hazardous fluid/gas leak, bomb threat, etc.) occurs, the contractor and the contractor’s employees shall follow all instructions issued by the CITY. Upon notification of plant site emergency, the contractor and all contract employees shall evacuate to the nearest Safe Congregation Point. The CITY will issue further instructions to the contractor indicating when the contractor may return to the plant/job site.

      B. Requisitioning Contractor Services

      When requisitioning contractor services to perform work on or near any Chlorine facilities City of Lakeland employees shall choose only contractors who have been listed on the PSM – Approved Contractor’s List.

       

    • Premises Liability

      The liability limits shall not be less thanTBD single limit each occurrence.

    • Supplemental #18: PSM: PSM-Approved Contractors List

      A. Contractor Qualification Requirements

      All contractors performing work on the covered process or and performing work which has the potential to cause an accidental release of the product shall meet the qualification and training requirements given below.

      1. Qualification Criteria

      a. To be considered for inclusion on the PSM – Approved Contractor’s List, contractors must submit the following along with their bid for work to be performed on or near Anhydrous Ammonia or Chlorine processes.

      b. Documentation of their Experience Modification Rate (EMR), which must be less than or equal to 1.00.

      c. A letter stating their drug and alcohol policy. Only contractors who certify a Drug-Free Workplace will be accepted.

      d. Their written Safety Compliance Program.

      e. The Plant Manager or the PSM Coordinator in conjunction with the Safety Technician shall evaluate the information, which is submitted with the bids and determine which contractors shall be approved for work on or near the covered process.

       

      2. Contractor Employee Training Requirements

      a. The Plant Safety Officer shall provide a Contractor’s Process Safety Information package to contractors who are approved for inclusion on the PSM – Approved Contractor’s List.

      b. The Contractor’s Process Safety Information package shall include the following information:

      1. General Safety/Security requirements for the site.

      2. An outline of the City of Lakeland work practices and procedures manual including Confined Space Entry, Line Breaking, Lockout/Tagout and Hot Work Procedures.

      3. An outline of the appropriate Emergency Response Plan.

      (A written description of the Chlorine process.)

      4. An outline of the City of Lakeland Management of Change (MOC) procedure.

      c. Contractors are responsible for training all employees direct and indirect before they commence work onsite at Glendale or Williams Water Treatment Plants.

      1. The Contractors shall train their employees on the covered materials and on the hazards of the chemicals involved. They shall administer an appropriate test to confirm the employee’s understanding of the material.

      2. The Contractors shall document the training, including the names of employees trained, dates of training and the employee’s test grade.

      3. Each contractor employee shall complete refresher training at least every three (3) years.

       

      3. Process Access Control

      The contractor shall submit the employee training information to the City contact overseeing the work to be done for review along with the City Safety Technician before or upon arrival for work at the site. The City contact along with the City Safety Technician shall review the information and ensure that only trained employees can work on or near the PSM process.

       

      B. Audit of Contractor PSM Performance

      1. The City’ project representative who requisitioned the contractor’s services or a representative from the Safety Team shall periodically visit the work site to monitor the safety performance.

      2. The monitoring of contractor performance shall include, but are not limited to:

      a. Conducting job site evaluations at the request of others, in response to violations of safety rules and independently on a random basis.

      b. Reviewing the certified Contractor Injury and Illness Log at least annually.

      3. For those contractors with unacceptable performance, the Plant Manager and/or the Plant Safety Technician shall notify the City of Lakeland Purchasing Division and Purchasing shall take the appropriate action.

       

      C. Annual Performance Evaluations

      1. The Plant Manager or their designee, PSM Coordinator, and the Safety Technician shall review contractor’s safety performance annually for any PSM – Approved Contractors who have been used during the previous year. The audit shall include the following:

      a. Contractor’s current Experience Modification Rate (EMR).

      b. Completeness of contractor qualification information.

      c. The contractor’s safety performance as reported by Purchasing, the Plant Manager or the Safety Team.

      2. Contractors shall be considered for disqualification if:

      a. Their EMR has risen to greater than 1.00.

      b. The project representative who is requisitioning, Purchasing, the Plant Superintendent or Plant Safety Technician has given them an unfavorable evaluation.

      c. Their employee training records are no longer current.

      3. The Plant Management and/or the Safety Team shall document the annual review of contractor’s safety performance.

       

      D. Contractor Illness and Injury Log

      For all work performed on or near the PSM Process areas the following rules shall apply:

      1. PSM – Approved Contractors shall inform the work site City contact, the Plant Safety Coordinator, and Plant Manager of any illness or injuries resulting from work performed on or near the PSM Process areas.

      2. Contractors who do not comply with this requirement shall be subject to the corrective actions as discussed in Section (B3).

      3. The City project representative, the Plant Safety Coordinator and Plant Management shall ensure all illnesses and injuries reported by the PSM contractors are recorded on the Contractor Illness and Injury Log.

       

    • Supplemental #19: Process for Contractor PSM Approval, McIntosh Power Plant

      The McIntosh Power Plant has one system that is covered by 29 CFR 1910.119 Process Safety Management of Highly Hazardous Chemicals: The Selective Catalytic Reduction Ammonia system (SCR) which is used to reduce Nox emissions on COL Unit # 5.

      In accordance with 29 CFR 1910.119 (h) (1) (Process Safety Management), the City of Lakeland - Lakeland Electric - Energy Supply and the Department of Water Utilities is required to review the safety performance and safety program of contractors who perform maintenance or repair, turnaround, major renovation, or specialty work on or adjacent to systems that are covered by the standard as part of the evaluation used to determine the award of contracts. In order for a company to be evaluated for award of the contract, a completed, signed and dated Contractor Safety Evaluation form must be submitted along with a copy of the contractor’s Experience Modification Rate (EMR) on Insurance Company Letterhead. Failure to submit the Contractor Safety Evaluation will remove the Contractor from the qualified PSM approved contractor/vendor list and the contractor will not be eligible for award of City of Lakeland contracts.

      All contractors awarded work that is on the systems covered by the Process Safety Management Standard shall provide documentation that all employees have received training in the potential fire, explosion, or toxic release hazards related to his/her job and the process and the applicable provisions of the emergency plan. The documentation shall include the identity of the contract employee, the date of the training, and the means used to verify that the employee understood the training. In addition, a Pre-Work Safety Assessment (PSA) or Job Hazard Analysis (JHA) is required for all work on systems covered by the Process Safety Management Standard and the PSA or JHA must be reviewed by all personnel involved in the work prior to the work beginning, and as needed, during the progress of the work. Any modification to the PSA or JHA during the job must be approved by the senior contractor supervisor on site and either the City of Lakeland Safety Technician or specific Plant Management, or their designees.

      All contractors awarded work that is on the systems covered by the Process Safety Management Standard shall report any injuries or illness related to work in the process areas immediately and shall provide an injury and illness log on a weekly basis to the City of Lakeland Safety Technician.

      All contractors awarded work that is on the systems covered by the Process Safety Management Standard shall comply with all other pertinent provisions of 29 CFR 1910.119 that are not mentioned in this document.

       

    • Professional Liability/Malpractice/Errors or Omissions Insurance

      The Other Party shall carry professional malpractice insurance throughout the term of this Contract and shall maintain such coverage for an extended period of three (3) years after completion and acceptance of any work performed hereunder. At all times throughout the period of required coverage, said coverage shall insure all claims accruing from the first date of the Contract through the expiration date of the last policy period. In the event that Other Party shall fail to secure and maintain such coverage, Other Party shall be deemed the insurer of such professional malpractice and shall be responsible for all damages suffered by the City as a result thereof, including attorney’s fees and costs.

      The liability limits shall not be less than:$1,000,000.00

    • Railroad Protective Liability

      (specific to CSX Railroad right of way) this insurance coverage protecting a railroad from liability it incurs because of the work of contractors on or near the railroad right-of way. Such RPL policy shall name Railroad as the insured.

      The liability limits shall not be less than:TBD

       

    • Supplemental #20: Process for Contractor PSM Approval, Water Treatment Facilities

      W. Carl Dicks and the Northside Water Reclamation facilities, in conjunction with the Thomas Williams Water Treatment Facility contain chlorine in such quantity that is covered in the PSM standard.

      In accordance with 29 CFR 1910.119 (h) (1) (Process Safety Management), the City of Lakeland - Lakeland Electric - Energy Supply and the Department of Water Utilities is required to review the safety performance and safety program of contractors who perform maintenance or repair, turnaround, major renovation, or specialty work on or adjacent to systems that are covered by the standard as part of the evaluation used to determine the award of contracts. In order for a company to be evaluated for award of the contract, a completed, signed and dated Contractor Safety Evaluation form must be submitted along with a copy of the contractor’s Experience Modification Rate (EMR) on Insurance Company Letterhead. Failure to submit the Contractor Safety Evaluation will remove the Contractor from the qualified PSM approved contractor/vendor list and the contractor will not be eligible for award of City of Lakeland contracts.

      All contractors awarded work that is on the systems covered by the Process Safety Management Standard shall provide documentation that all employees have received training in the potential fire, explosion, or toxic release hazards related to his/her job and the process and the applicable provisions of the emergency plan. The documentation shall include the identity of the contract employee, the date of the training, and the means used to verify that the employee understood the training. In addition, a Pre-Work Safety Assessment (PSA) or Job Hazard Analysis (JHA) is required for all work on systems covered by the Process Safety Management Standard and the PSA or JHA must be reviewed by all personnel involved in the work prior to the work beginning, and as needed, during the progress of the work. Any modification to the PSA or JHA during the job must be approved by the senior contractor supervisor on site and either the City of Lakeland Safety Technician or specific Plant Management, or their designees.

      All contractors awarded work that is on the systems covered by the Process Safety Management Standard shall report any injuries or illness related to work in the process areas immediately and shall provide an injury and illness log on a weekly basis to the City of Lakeland Safety Technician.

      All contractors awarded work that is on the systems covered by the Process Safety Management Standard shall comply with all other pertinent provisions of 29 CFR 1910.119 that are not mentioned in this document.

       

    • Transportation Insurance

      This insurance shall be of the “all risks” type and shall protect the Other Party and the City from all insurable risks of physical loss or damage to equipment and materials in transit to the job site and until the City receives the equipment and materials at the job site.

      The liability limits shall not be less than:TBD

       

    • Watercraft Liability Coverage

      Because the Other Party’s provision of services involves utilization of watercraft, watercraft liability coverage must be provided to include bodily injury and property damage arising out of ownership, maintenance or use of any watercraft, including owned, non-owned and hired.

      Coverage may be provided in the form of an endorsement to the general liability policy, or in the form of a separate policy covering Watercraft Liability or Protection and Indemnity.

      The liability limits shall not be less than:TBD

       

    • EVIDENCE/CERTIFICATES OF INSURANCE

      Required insurance shall be documented in Certificates of Insurance which provide that the City shall be notified at least 30 days in advance of cancellation, nonrenewable, or adverse change.

      New Certificates of Insurance are to be provided to the City at least 15 days prior to coverage renewals.

      If requested by the City, the Other Party shall furnish complete copies of the Other Party’s insurance policies, forms and endorsements.

      For Commercial General Liability coverage, the Other Party shall, at the option of the City, provide an indication of the amounts of claims payments or reserves chargeable to the aggregate amount of liability coverage.

      Receipt of certificates or other documentation of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required does not constitute a waiver of the Other Party’s obligation to fulfill the insurance requirements herein.

    Submission Requirements

    • Attest (required)

      “I attest no City of Lakeland employee, their spouse, or child has an ownership stake in this organization.”

    • Pricing Proposal (required)
    • Certificate of Insurance (required)

      A certificate of existing insurance coverage should be submitted with the proposal as proof of insurability. If the current coverage does not meet the RFP requirements, then the Respondent should request an affidavit of insurability from the Respondent’s insurance agent that certifies the requirements can and will be met.

    • Hold Harmless Indemnification Agreement (required)
    • Additional Required Bid Submittal Information upload here (required)
    • Human Trafficking Affidavit (required)
    • Drug-free Workplace Certification (required)
    • Suspension and Debarment Certification (required)
    • Public Entity Crimes Certification (required)
    • Conflict of Interest/Statement of Non-Collusion (required)
    • E-Verify Certification (required)
    • Vendor/Contractor Certification Regarding Scrutinized Companies (required)
    • Bidder certifies that no exceptions to the terms and conditions of the solicitation are being taken. (required)
    • If exceptions are taken, specify in space below.
    • Please List a Minimum of Three (3) Projects that Your Company Has Successfully Completed Within the Past Three (3) Years which are of Equal Size, Scope, Magnitude and Complexity as the Project to be Done for the City of Lakeland. This List shall be Specifically Prepared for this Bid Submittal and Should Include the Name of the Entity and the Name and Telephone Number of a Responsible Individual Qualified to Respond to Questions Concerning Your Company’s Abilities, Costs, Schedules, etc. (required)
    • Bid Sheet (required)

      THIS BID SHALL BE VALID FOR SIXTY (60) DAYS FROM DATE OF OPENING.

      The following Bid is in strict accordance with the City of Lakeland Bid No. 2026-ITB-028, dated Tuesday, March 24, 2026 and all attachments as referenced therein.

      “I hereby certify that I understand and am aware that the City of Lakeland at its sole discretion reserves the right to waive technicalities or irregularities, to reject any or all proposals, and/or to accept that proposal which is in the best interest of the City. The award of this ITB, if made, may be based on considerations other than total cost and may be awarded based on various considerations, including without limitation; Respondent’s experience and/or qualifications, past experience, administrative cost, standardization, technical evaluation and oral and/or written presentations as required. The City reserves the right to accept all or part, or to decline the whole, and to award this ITB to one (1) or more Respondents. There is no obligation to buy. The ITB, if awarded, will be in the judgement of the City the most responsive to the City’s needs. The City of Lakeland encourages the use of minority and women owned businesses as subcontractors or in joint venture arrangements.

      If claiming Local Vendor Preference, I certify that the company satisfies each of the following criteria at the time of their submission of a response to the solicitation necessary to qualify as a “Local Business”: a vendor, supplier or contractor that: (i) conducts business within the jurisdictional limits of Lakeland Electric’s service territory by providing goods, services or construction; (ii) maintains a physical business location within the jurisdictional limits of Lakeland Electric’s service territory in an area legally zoned for conducting such business; (iii) conducts business on a daily basis from the local business location; (iv) has conducted business from such location for at least twelve (12) consecutive months prior to the due date for the applicable bid or proposal; and (v) provides a copy of its local business tax receipt, if located within the City of Lakeland, or a copy of its Polk County local business tax receipt, if located outside of the City limits but within Lakeland Electric’s service territory.”

    • Local Vendor Preference

      If claiming Local Vendor Preference, a valid Local Business Tax Receipt must be provided at the time the response is submitted in order to qualify for such consideration.

    • Pricing (required)
    • Insurance Requirements:
    • Commercial General Liability

      The liability limits shall not be less than: $ _____

      Enter $ amount.

    • Business Automobile Liability

      The liability limits shall not be less than: $ _____

      Enter $ amount.

    • Excess Liability

      The liability limits shall not be less than: $ _____

      Enter $ amount.

    • Aircraft Insurance

      limits of not less than $_____ per occurrence.

      Enter $amount

    • Contractors Pollution Liability

      The liability limits shall not be less than: $ ____

      Enter the $ amount.

    • Crane or Riggers Liability

      The liability limits shall not be less than: $______

      Enter the $ amount.

       

    • Cyber & Privacy Protection Liability

      The liability limits shall not be less than: $ _____

      Enter $ amount.

    • Environmental Impairment Liability

      The liability limits shall not be less than: $_______

      Enter $ amount.

       

    • Fidelity/Dishonesty/Liability Coverage

      The liability limits shall not be less than : $ ______
      Enter $ amount.

    • Fire Legal Liability

      The liability limits shall not be less than : $ ______

      Enter $ amount.

       

    • Garage Keepers Coverage

      The liability limits shall not be less than: $_______

      Enter $ amount

    • Garage Liability Insurance

      The liability limits shall not be less than: $ ______

      Enter $ amount.

       

    • Installation Floater Coverage

      The liability limits shall not be less than: $ _______

      Enter $ amount.

    • Liquor Liability Coverage

      The liability limits shall not be less than : $ _______

      Enter $ amount.

    • Premises Liability

      The liability limits shall not be less than $_____ single limit each occurrence.

      Enter $ amount.

    • Professional Liability/Malpractice/Errors or Omissions Insurance

      The liability limits shall not be less than: $ _____

      Enter $ amount.

    • Railroad Protective Liability

      The liability limits shall not be less than: $ ______

      Enter $ amount.

    • Transportation Insurance

      The liability limits shall not be less than: $ ______

      Enter $ amount.

       

    • Watercraft Liability Coverage

      The liability limits shall not be less than: $ _____

      Enter $ amount.

       

    • Indemnification Agreement
    • Safety Supplemental Requirements

    Questions & Answers

    Q (Days): Can you please verify the number of days for Substantial and Final Completion, as well as the amount of Liquidated Damages?

    A: Schedule is shown on page G-008 of the plans. NTP to Substantial (including mobilization): 105 days Final/Closeout: 45 days after substantial Liquidated damages are shown on page GP 80-5 of the project manual:


    Q (CAD): Will AutoCAD files of the project drawings be made available for Bidders?

    A: AutoCAD (CAD) files will not be provided during the bidding process. Prospective bidders must use the PDF drawings to perform their quantity takeoffs. CAD files will be provided only after the project is awarded.


    Q (QA Cost): Special Provisions Section 05-01.A.a.1 defines QA requirements. Are these to be at the cost of the Owner per Special Provisions 05-02?

    A: Yes. Quality Assurance (QA) testing is initiated by the Owner, in coordination with the Contractor, and the associated costs will be paid by the Owner. This is separate from Quality Control (QC) testing, which is defined in Special Provision Section 05 01.B.


    Q (Haul Road Width): CS-104 identifies the Haul/Service Rd has been reduced from 30’ to 25’ however the associated quantities, such as P-211-5.3 Lime Rock Base Course (Haul Route), 9-Inch Depth have not reduced from the original bid. Does the 5,400 SY reflect the 25’ wide Haul/Service road?

    A: The quantity on the bid form reflects the original 30’ width. Quantities will be revised with Addendum No. 1 to reflect the 25’ width currently shown in plans. Quantities for asphalt, limerock, and subgrade compaction associated with the haul route/access road will be revised accordingly.


    Q (Stripping and Excavation): CS-301 shows typical pavement sections. Does the Unclassified Excavation quantity of 14,600CY include striping?

    A: Unclassified excavation quantities do not include stripping. Specification Item P-151 method of measurement provides the assumed stripping depth. Unclassified excavation quantities are based on excavation performed after stripping operations have been complete.


    Q (Excavation and Subgrade): CS-301 shows typical pavement sections. Does the excavation quantity of 14,600CY include the section 12" P-154 STABILIZED SUBGRADE?

    A: Yes, the unclassified excavation quantity includes the excavation of in-place materials down to subgrade depth (bottom of P-154 layer) to perform subgrade preparation under item P-152-4.3.


    Q (Excavation and Subgrade 2): CS-301 shows typical pavement sections. Does the excavation quantity of 14,600CY include the 12" P-152 EMBANKMENT/SUBGRADE, 95% OF ASTM D 1557?

    A: No. The 12” P-152 Embankment / Subgrade is shown for reference for specification paragraph P-152-2.6 Preparation of Embankment Areas which refers to paragraph 152-2.10 that states density requirements are shown in plans. Excavation quantities include excavation to bottom of P-154 layer.


    Q (Excavation Slopes): CS-301 shows typical pavement sections. Does the excavation quantity of 14,600CY include sloped excavation required to get to subgrade?

    A: No, excavation quantity is for the actual quantity of excavation to construct the proposed layers of the typical section. Any excavation for slope benching outside of the proposed layers for constructing the pavement section is considered contractor means and methods.


    Q (Embankment and Subgrade 2): CS-301 shows typical pavement sections. Does the Embankment-In-Place quantity of 17,900CY include 12" P-152 EMBANKMENT/SUBGRADE, 95% OF ASTM D 1557?

    A: The Embankment-In-Place quantity includes any necessary material needed to establish the top of the P-154 layer. Either in fill areas or areas where cut was conducted to perform underlying subgrade preparation and excavated embankment material is placed as “Embankment-In-Place” after subgrade preparation is complete to establish the proposed P-154 layer.


    Q (Embankment and Stabilized Subgrade): CS-301 shows typical pavement sections. Does the Embankment-In-Place quantity of 17,900CY include the 12" P-154 STABILIZED SUBGRADE?

    A: Yes, the Embankment-In-Place quantity includes volume of material to establish top of P-154 layer. This includes fill material or areas where cut was conducted to perform underlying subgrade preparation and embankment material is placed as “Embankment-In-Place” after subgrade preparation is complete to establish the proposed P-154 layer.


    Q (Shoulder Subgrade Prep): For shoulders does the existing subgrade need to be prepared as taxiway sections define, 12" P-152 EMBANKMENT/SUBGRADE, 95% OF ASTM D 1557?

    A: No, excavation to perform subgrade preparation is not required for shoulder areas. However, any embankment (fill) required to establish grade shall be compacted to the density shown.


    Q (Stabilized Subgrade Full Replacement): CS-301 identifies a 12" section of P-154 STABILIZED SUBGRADE. P-154 specifies the use of RAP and/or RCO to meet a CBR of at least 20. Is this section expected to be fully removed and replaced with RAP and/or RCO?

    A: The P-154 specification specifies a CBR of 32 with P-211 Lime Rock material to be used for stabilization material as specified in paragraph 154-2.1. RAP / recycled concrete aggregate is not specified as stabilization material in the P-154 specification.


    Q (Stabilized Subgrade Mix RAP/RCO): CS-301 identifies a 12" section of P-154 STABILIZED SUBGRADE. P-154-2.1 specifies the use of RAP and/or RCO to meet a CBR of at least 20. Can this section be partially removed and mixed with RAP and/or RCO to achieve a minimum CBR of 20?

    A: The P-154 specification specifies a CBR of 32 with P-211 Lime Rock material to be used for stabilization material as specified in paragraph 154-2.1. Bidders shall follow the material requirements as presented in the specification.


    Q (Stabilized Subgrade Lime Rock): Bid Item P-154-5.1 states Lime Rock Stabilized Subgrade and defines lime rock in Technical Specifications P-154. FAA P-154-2.1 specifies the use of RAP and/or RCO and later, that RAP and/or RCO may be removed in the text. Is this section intended to be mixed with lime rock as defined in the Technical Specifications?

    A: Yes, the requirements of Specification Item P-154 as presented in with the bid documents shall be met. Lime Rock material shall be used as specified under paragraph 154-2.1.


    Q (Separation Geotextile): FAA P-154-2.3 Separation Geotextile states, Not used, and is appropriate for pavement constructed over soils with a CBR greater than 3. Is Separation Geotextile required? If so, is it incidental to bid item 154-5.1?

    A: The requirements of Specification Item P-154 as presented in with the bid documents shall be met. There are no geotextile requirements for P-154 as denoted. There is no language in the bid documents regarding the question being asked on CBR.


    Q (Separation Geotextile 2): G-005 details separation geotextile fabric under Lime rock Base Course for item 211-5.3. Is geotextile separation fabric required under base course for taxiways and shoulders?

    A: No, the geotextile shown in Detail 5, Sheet G-005 is a special use case specific to the Haul/Access road location. Bidders shall assume specific geotextile is incidental to Item P-211-5.3. Addendum No. 1 will provide a revised method of measure denoting that the geotextile will be considered incidental to the 211-5.3 will be provide.


    Q (Order of Precedence): Please provide or locate the order of precedence.

    A: Technical Specifications take precedence over Construction Plans.


    Q (Base and 1/2): Technical Specification 154-3.2 Preparing (subgrade) states to assume 6” of lime rock required to achieve stabilized LBR. FDOT 160-2.2 Granular Subbase Substitution allows 6” of granular subbase directly underneath base when 12” of Type B stabilization requiring LBR 40. Can the 12” P-154 Stabilized Subgrade be composed of 6” of existing material beneath 6” of lime rock material, un-mixed?

    A: No, the proposed P-154 stabilization requirements shall be followed as presented in the bidding documents.


    Q (RCP Class): The bid items separate the 72” RCP into class V and III; however, the plans only show class V. Is the entire length of RCP 72” class V? If not, please provide the limits of class III RCP.

    A: The 72 inch RCP Class III is used between structures CB 3 and MH 4. This will be clarified in Addendum No. 1.


    Q (Cross Sections): Will cross section be provided for Alignment B of the Holding Bay?

    A: No, additional cross sections will not be provided.


    Q (Engineer Estimate): Project Manual IFB Appendix A 1.3 Scope says an estimate of probable cost will be provided as an additional deliverable. Will an engineer's Estimate of Probable Cost be provided?

    A: No. The Estimate of Probable Cost was a deliverable to the Owner and will not be provided as part of the bidding process.


    Q (Engineer's Estimate): Is there an engineer's estimate or budget number available?

    A: The engineer’s estimate/budget is not being released as part of this solicitation. Bidders are expected to submit pricing based on the contract documents.


    Q (Haul / Delivery Access): Project Manual 6.2.12 Access to Airport Operation Area allows personnel to be escorted by appropriately badged escorts. Can this be implemented for haul/delivery trucks?

    A: Yes, escorted access can be implemented for haul and delivery trucks, provided they are accompanied by appropriately badged personnel in accordance with airport security requirements.


    Q (Haul / Delivery Access 2): Do the haulers need security clearance to access the job site and dump, or is access straightforward so they can dump and leave without delays due to airport restrictions?

    A: Haulers will not be required to obtain individual security clearances, provided they are escorted by appropriately badged personnel.


    Q (DBE Goal): Project Manual Federal Contract Provisions provides a DBE goal of 6.82%. Does this still apply for this bid?

    A: Yes, the DBE goal is 6.82%. We are encouraging participation through good faith effort.


    Q (DBE Good Faith Documentation): Project Manual Federal Contract Provisions defines the requirement for good faith documentation if the DBE participation is less than the established DBE goal. Does this still apply for this bid?

    A: Yes.


    Q (DBE Letters of Intent): Project Manual Federal Contract Provisions provides a Disadvantaged Business Enterprise Letter of Intent. Is this required to be submitted with the Bid?

    A: Yes, The DBR Utilization statement and DBE letter of intent is required to be submitted with Bid. These forms will be provided with Addendum.


    Q (DBE Database): If DBE goal efforts are required please provide a database to reference for DBE subcontractors and Vendors.

    A: See response to question #39


    Q (No subject): Is 57 Stone required beneath the RCP pipe?

    A: Bedding stone shall follow plan details that refer to Specification D-701. Bedding stone material requirements are stated under paragraph 701-3.2 Bedding.


    Q (No subject): Will all the RCP pipe need to be cleaned and videoed after installation?

    A: Yes, refer to specification paragraph 701-3.7 Inspection requirements


    Q (No subject): Once the Existing 66” RCP and structures “Under Asphalt” are removed, can the existing trench be filled with acceptable fill (dirt) or is flowable fill required, as shown on sheet CG-502?

    A: Existing structure and pipe backfill in paved areas shall follow detail 1, Sheet CG-502 for bidding


    Q (No subject): Once the Existing 66” RCP and structures “In Grassed Area” are removed, can the existing trench be filled with acceptable fill (dirt) or is flowable fill required, as shown on sheet CG-502?

    A: Yes, P-152 backfill shall meet the requirements of Detail 2, Sheet CG-502


    Q (No subject): Once the Existing Structures are removed, can these areas be filled with acceptable fill (dirt) or is flowable fill required?

    A: Backfill requirements for removal of existing structures and pipes for paved and unpaved areas is shown in Details 1 and 2 on Sheet CG-502


    Q (No subject): Does MH-1 get backfilled with flowable fill since it is within the asphalt?

    A: See Detail 1, Sheet CG-501. Backfill requirements for structures located in paved and unpaved areas is covered by the leader denoting backfill requirements. MH-1 is located within paved area.


    Q (No subject): Is acceptable fill (dirt) allowed for the backfill of the proposed RCP or is flowable fill required, as shown on sheet CG-502?

    A: Paved and unpaved area back fill requirements are provided sheet CG-502. Detail 3 (paved areas) note 2 allows for P-152 backfill as an alternative to P-153 CLSM backfill with provisions for compaction requirements identified. Detail 4 (unpaved areas) specifies P-152 backfill.


    Q (No subject): Where is the 272 LF of Class III 72” Pipe Located? All the pipe on plan sheet CG-104 shows all the 72” as Class V.

    A: Revised pipe type will be provided with addendum to identify Class III location. Bid form item for Class III remains unchanged.


    Q (Contract Days): Per the contract documents the contractor has 30 days for mobilization, 75 days for construction, and 45 days for closeout. 75 construction days is not enough time to perform the requested work. More than half of the 75 days is associated with the storm install, removal, and flowable fill backfill if the contractor was to operate 24/7 until complete. This then does not allow enough time to perform the site improvements once the storm work is complete. Please add 100 days for the storm scope of work prior to the current 75 working days.

    A: We will not be adding additional days to the project and the contractor is expected to plan and sequence the work accordingly to meet the established timeline.


    Q (Anticipated Start Date): Is there an anticipated start date for this project?

    A: Anticipated start will be on or around Oct 1, 2026


    Q (DBE requirements): There was an interim final rule regarding DBE certification issued by US DOT Oct. 2025, and based on that, projects advertised after Oct. 2025 were supposed to have a 0% DBE goal. Should the DBE goal of 6.82% be revised to 0% for this bid?

    A: No DBE Goal Established for this project, Bidders are not required to submit good faith effort for this solicitation.


    Q (DBE requirements): I can't access the FDOT DBE directory. Could you assist with providing access so we can be certain the DBE's we're reaching out to are certified?

    A: No DBE Goal Established for this project, Bidders are not required to submit good faith effort for this solicitation.


    Q (CIP Drainage Structure): CG-104 identifies CB-3 as a Type E Inlet 12’ diameter J Bottom Manhole. Is it acceptable to cast this in place on site

    A: Yes, cast-in-place is acceptable. Contractor shall follow 751-1.2 delegated design requirements for cast-in-place structures of specification P-751 and submit the cast in place drainage structure design during the submittal phase.


    Q (Existing Removal Backfill vs New Backfill): Q&A 31. and 33 address backfilling for the removal of existing structures and pipe. The answer directs us to detail 1 and 2 of sheet CG-502 for bidding. CG-502, detail 3 note 3 allows for P-152 provided the subsequent information. Can this note be applied when backfilling locations where existing structures and pipe are to be removed?

    A: Yes, Detail 1, Sheet CG-502 will be amended to include the same note 3 from Detail 3, CG-502 to allow for P-152 backfill as an alternative for P-153 per the note.


    Q (Backfilling Structures): CG-502, detail 3 note 3 allows for P-152 provided the subsequent information. Can this note be applied when backfilling structures as well?

    A: Yes, Detail 1, Sheet CG-502 will be amended to include the same note 3 from Detail 3, CG-502 to allow for P-152 backfill as an alternative for P-153 per the note.


    Q (CB-3 Rectangular Structure): Will an 8’x12’ rectangular Type E J bottom structure be acceptable for CB-3?

    A: Alternative structure sizes are acceptable. Contractor shall coordinate pipe knockout and sidewall requirements as part of specification D-751 delegated design under 751-1.2. Pipe size and entry angles shall be evaluated for any proposed alternative structures.


    Q (Bid Bond Form): Will the AIA form be acceptable for the Bid Bond?

    A: YES


    Key dates

    1. March 24, 2026Published
    2. April 24, 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.