Active SLED Opportunity · FLORIDA · CITY OF CLEARWATER

    17-0048-UT East WRF Filter Feed Pump Station & Force Main Improvements

    Issued by City of Clearwater
    cityInvitation To BidCity of ClearwaterSol. 238062
    Open · 5d remaining
    DAYS TO CLOSE
    5
    due Apr 29, 2026
    PUBLISHED
    Mar 25, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    Invitation to bid for replacement of pumps and valves at the City of Clearwater East WRF Filter Feed Pump Station, including structural and electrical modifications. Contract period is 365 days with required contractor licensing and compliance certifications.

    Opportunity details

    Solicitation No.
    238062
    Type / RFx
    Invitation To Bid
    Status
    open
    Level
    city
    Published Date
    March 25, 2026
    Due Date
    April 29, 2026
    NAICS Code
    237110AI guide
    Jurisdiction
    City of Clearwater
    State
    Florida
    Agency
    City of Clearwater

    Description

    The Base Bid Work of this Project generally includes, but is not limited to, improvements to the existing Clearwater East Water Reclamation Facility (WRF) filter feed pump station, specifically consisting of replacement of existing valves, pumps, and their associated appurtenances. The work to modify these components may result in required modifications to the existing valve vault, including demolition and expansion efforts and a bypass of the entire system between clarifier effluent and filter influent. The work also includes relocating existing electrical components onsite to form a new panel and disconnect area, including panels and conduits, and replacing in kind the existing main duty pumps, jockey pumps, associated isolation valves, check valves, and additional ancillary equipment as indicated in the Contract Drawings

    If existing conditions result in the Base Bid not being practical to be constructed as described, and with the approval of the Owner, a Design Bid Alternate may be considered instead. Documents related to a Design Bid Alternate are included in the Contract Drawings as “DBA” Sheets, and generally describe the option to instead perform the work that generally includes, but is not limited to, demolishing portions of the valve vault and associated piping, fittings, valves, and appurtenances; abandoning portions of the valve vault in place; demolishing indicated discharge piping within the filter feed pump station, and outside through to the discharge header where indicated on the Contract Drawings; and installing new discharge piping, valves, fittings, concrete pad, supports, and appurtenances as required to bring the piping above grade and connect the existing filter feed pump station to the existing filter feed force main at a single location. All other elements of the base bid outside the piping, fittings, valves, appurtenances, and valve vault shall still apply (e.g. electrical infrastructure movement, etc.).

    The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County in the bid response.

    The Contractor shall provide Fixed project signs as described in Section III, Section 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor’s schedule of work submitted for approval. Additional project signs may be required at no additional cost to the city due to the Contractor’s schedule of work. 

    Contract Period: 365 Consecutive Calendar Days 

    Project Details

    • Reference ID: 17-0048-UT
    • Department: Public Works
    • Department Head: Marcus Williamson (Department Director)

    Important Dates

    • Questions Due: 2026-04-15T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-09T14:00:00.000Z — Zoom

    Meetings & Milestones

    EventDateLocation
    Bid Opening Location100 S. Myrtle Ave Clearwater, FL 33756

    Addenda

    • Official Notice #1: Pre-Bid Agenda (released 2026-04-08T12:46:05.409Z)
    • Addendum #1 (released 2026-04-22T19:14:22.451Z) —

      Please use the See What Changed link to view all the changes made by this addendum.

    • Official Notice #2: PreBid Sign-in Sheet (released 2026-04-09T14:50:11.131Z)

    Evaluation Criteria

    • SCOPE OF WORK

      Project Name: 17-0048-UT East WRF Filter Feed Pump Station & Force Main Improvements

      Project Number: 17-0048-UT

      Scope of Work:

      The Base Bid Work of this Project generally includes, but is not limited to, improvements to the existing Clearwater East Water Reclamation Facility (WRF) filter feed pump station, specifically consisting of replacement of existing valves, pumps, and their associated appurtenances. The work to modify these components may result in required modifications to the existing valve vault, including demolition and expansion efforts and a bypass of the entire system between clarifier effluent and filter influent. The work also includes relocating existing electrical components onsite to form a new panel and disconnect area, including panels and conduits, and replacing in kind the existing main duty pumps, jockey pumps, associated isolation valves, check valves, and additional ancillary equipment as indicated in the Contract Drawings

      If existing conditions result in the Base Bid not being practical to be constructed as described, and with the approval of the Owner, a Design Bid Alternate may be considered instead. Documents related to a Design Bid Alternate are included in the Contract Drawings as “DBA” Sheets, and generally describe the option to instead perform the work that generally includes, but is not limited to, demolishing portions of the valve vault and associated piping, fittings, valves, and appurtenances; abandoning portions of the valve vault in place; demolishing indicated discharge piping within the filter feed pump station, and outside through to the discharge header where indicated on the Contract Drawings; and installing new discharge piping, valves, fittings, concrete pad, supports, and appurtenances as required to bring the piping above grade and connect the existing filter feed pump station to the existing filter feed force main at a single location. All other elements of the base bid outside the piping, fittings, valves, appurtenances, and valve vault shall still apply (e.g. electrical infrastructure movement, etc.).

      The Contractor shall provide copies of a current Contractor License/Registration with the state of Florida and Pinellas County in the bid response.

      The Contractor shall provide Fixed project signs as described in Section III, Section 23 of the Contract Documents. The final number of project signs will be determined at the beginning of the project based on the Contractor’s schedule of work submitted for approval. Additional project signs may be required at no additional cost to the city due to the Contractor’s schedule of work. 

      Contract Period: 365 Consecutive Calendar Days 

    • Technical Specifications

      4.1. Technical Specifications

      Reference Attachment A - 17-0048-UT - S&S Bid Specifications

    • Section IV - Technical Specifications

      Section IV - Technical Specifications can be found on the City's website at: https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering-Construction-Bid-Information/Contract-Specifications

       

    • Section V - Contract Documents

      Section V - Contract Documents can be found on the City's website at:  https://www.myclearwater.com/Business-Development/Doing-Business-with-the-City/Engineering-Construction-Bid-Information/Contract-Specifications

    Submission Requirements

    • Certified Business (required)

      Are you a Certified Small Business or a Certified Minority, Woman or Disadvantaged Business Enterprise?

    • Certified Business Type (required)

      Pick one of the following

    • Certifying Agency (required)

      List the Agency that provided your certification.

    • Certification Documentation (required)

      Provide a copy of your certification

    • Vendor Certification (required)

      By submitting this response, the Vendor hereby certifies that:

      1. It is under no legal prohibition on contracting with the City of Clearwater.
      2. It has read, understands, and is in compliance with the specifications, terms and conditions stated herein, as well as its attachments, and any referenced documents.
      3. It has no known, undisclosed conflicts of interest.
      4. The prices offered were independently developed without consultation or collusion with any of the other vendors or potential vendors or any other anti-competitive practices.
      5. No offer of gifts, payments or other consideration were made to any City employee, officer, elected official, or consultant who has or may have had a role in the procurement process for the commodities or services covered by this contract. The Vendor has not influenced or attempted to influence any City employee, officer, elected official, or consultant in connection with the award of this contract.
      6. It understands the City may copy all parts of this response, including without limitation any documents or materials copyrighted by the Vendor, for internal use in evaluating respondent’s offer, or in response to a public records request under Florida’s public records law (F.S. Chapter 119) or other applicable law, subpoena, or other judicial process; provided that the City agrees not to change or delete any copyright or proprietary notices.
      7. It hereby warrants to the City that the Vendor and its subcontractors will comply with, and are contractually obligated to comply with, all federal, state, and local laws, rules, regulations, and executive orders.
      8. It certifies that Vendor is not presently debarred, suspended, proposed for debarment, declared ineligible, voluntarily excluded, or disqualified from participation in this matter from any federal, state, or local agency.
      9. It will provide the commodities or services specified in compliance with all federal, state, and local laws, rules, regulations, and executive orders if awarded by the City.
      10. It is current in all obligations due to the City.
      11. It will accept all terms and conditions as set forth in this solicitation if awarded by the City.
      12. The signatory is an officer or duly authorized representative of the Vendor with full power and authority to submit binding offers and enter into contracts for the commodities or services as specified herein.
    • E-Verify System Certificattion (required)

      PER FLORIDA STATUTE 448.095, CONTRACTORS AND SUBCONTRACTORS MUST REGISTER WITH AND USE THE E-VERIFY SYSTEM TO VERIFY THE WORK AUTHORIZATION STATUS OF ALL NEWLY HIRED EMPLOYEES.

      The affiant, by virtue of confirming below, certifies that:

      1. The Contractor and its Subcontractors are aware of the requirements of Florida Statute 448.095.
      2. The Contractor and its Subcontractors are registered with and using the E-Verify system to verify the work authorization status of newly hired employees.
      3. The Contractor will not enter into a contract with any Subcontractor unless each party to the contract registers with and uses the E-Verify system.
      4. The Subcontractor will provide the Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with unauthorized alien.
      5. The Contractor must maintain a copy of such affidavit.
      6. The City may terminate this Contract on the good faith belief that the Contractor or its Subcontractors knowingly violated Florida Statutes 448.09(1) or 448.095(2)(c).
      7. If this Contract is terminated pursuant to Florida Statute 448.095(2)(c), the Contractor may not be awarded a public contract for at least 1 year after the date on which this Contract was terminated.
      8. The Contractor is liable for any additional cost incurred by the City as a result of the termination of this Contract.
    • Scrutinized Company Certification (required)

      Please download the below documents, complete, notarize, and upload.

    • Compliance with Anti-Human Trafficking Laws (required)

      Please download the below documents, complete, and upload.

    • Section V - Contract Documents (required)

      Please download the below documents, complete, and upload.

    • W-9 (required)

      Upload your current W-9 form.  (available at https://www.irs.gov/pub/irs-pdf/fw9.pdf)

       

    Questions & Answers

    Q (Engineer's Estimate): Can you please provide the engineer's estimate for the project?

    A: A document or electronic file revealing the official cost estimate of the department of a project is confidential and exempt from the provisions of s. 119.07(1) until the contract for the project has been executed or until the project is no longer under active consideration. This information will be withheld until after the Award of Bid.


    Q (Photo Documentation): Hello there, Kory here. Will there be any requirements OR interest in Drone Services on this project? ie pre/post site conditions, progress photos, video, 360° aerial panoramas, 2D site overview, etc.?

    A: The Contract Documents require the Contractor to provide construction photo and video documentation in accordance with Section 01325 – Construction Photos and Videos. This does not include any requirements for drone or aerial photography on this project. This does include pre-construction, progress, and post-construction documentation, as well as ongoing photo and video submissions throughout the duration of the project.


    Q (site visit): Is there going to be a site visit after the prebid meeting tomorrow?

    A: A formal site visit is not currently scheduled.


    Q (Payment for Stored Materials & ODP ): Will the contractor be paid for stored materials for this project when equipment/materials arrive onsite or will the contractor only be able to be reimbursed when the equipment is installed? Would the city ODP the pumps for this project?

    A: "See City of Clearwater Specifications Section III Subsection 14.1 and Technical Specification 01200 under Section IVa. Payment will not be made for materials and equipment not incorporated in the Work. Payment will only be made for that portion of the Work, which is fully installed including all materials, labor, and equipment. The Contractor shall be responsible for costs associated with stored materials and shop drawings. City does not anticipate ODP of the pumps; pumps will be furnished and installed by the Contractor"


    Q (Temporary Inflatable Plug): What size is the existing pipe on Sheet C1, Photo Detail 2 that requires a temporary plug?

    A: The pipe identified on Sheet C1 photo detail 2 is 30-inch diameter that requires a temporary plug.


    Q (Site Visit): A potential site visit was mentioned at the pre-bid upon interest. We would be interested.

    A: A site visit will not be held.


    Q (Bypass Flows): The peak high flow is showing 6.85 MGD. Is this combined for both clarifiers or each clarifier? Meaning if combined than would need to account for 1/2 of the peak flow for each clarifier at 3.45 MGD.

    A: Sheet Bypass Notes on C1 of the Contract Drawings and Specification 01815 of Section IVa of the Contract Specifications. A possible bypass plan is reflected, however, the Contractor is responsible for submitting their own bypass plan in accordance with the Contract Documents and shall be responsible for sizing and providing the necessary number of bypass pumps with class one reliability. The Contractor shall provide a temporary Bypass Pump System capable of meeting the full range of flows. The Contract Drawings reflect an expected range of flows based on information available at the time of design and are an estiamte. The Contractor is responsible for verifying flow conditions and supplying equipment suitable to convey all flows experienced by the system being bypassed. This shall be the sole responsibility of the Contractor.


    Q (Site Visit or added photos): If a site visit is not possible, can photos of the Chlorine Storage Building be provided?

    A: Chlorine Storage Building pictures will not be provided.


    Q (Design Bid Alternates): Section 01200 references cost differences for each DBA-1 & DBA-2, yet is appears that both would be implemented as (1) alternate since DBA-1 is required for DBA-2. Does this mean there is a scenario that only DBA-1 is implemented and DBA-2 is not?

    A: As outlined in 01200 section 2.02 of the specifications, DBA-1 represents the demolition differences from the base bid. DBA-2 represents the piping and valve assembly differences. Each Bid Alternate should reflect the relative cost difference from the specific Bid Item(s) indicated. There is no scenario in which DBA-1 would be implemented without DBA-2


    Key dates

    1. March 25, 2026Published
    2. April 29, 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.