SLED Opportunity · FLORIDA · CITY OF DAYTONA BEACH
AI Summary
The City of Daytona Beach seeks qualified consultants for continuing general architectural services including new construction, park facilities, renovations, and ancillary system designs. Services will be contracted per project as needs arise.
The City of Daytona Beach is hereby soliciting responses from qualified Consultants to analyze functional and aesthetic programming needs and provide contract bid documents for new building construction, recreational and passive park facilities and existing building renovations and repairs. Secondary services required to be provided by the Architect will include but not limited to design of ancillary systems such as elevators, pedestrian railing and security fencing systems, fire suppression systems, production of conceptual drawings for buildings and activity centers and analysis of alternative concepts. As the need for architectural services arises, the Consultant will be contacted to discuss the desired project outcome and subsequently provide a scope of work and a fee proposal for each project assignment.
Addendum #1 - 3.19.26 - Clarification Regarding Pre-Bid Meeting Requirement
The Consultant must show experience of the firm working with regulatory and/or other grant agencies as well as with non-grant funded projects to provide the type of service being requested in the following general categories:
The Consultant’s past performance on similar projects must be described in detail demonstrating the ability to complete the project. The Consultant will provide a minimum total of three (3) projects, with five (5) needed for maximum consideration, constructed or substantially completed within ten (10) years of the due date of this RFP for each of the three categories that shows their team’s experience. Each provided project may be presented as addressing service experience in only one (1) general category or a project may be presented as addressing service experience in more than one (1) general category. It will be clearly noted beside each provided project the service experience general category or categories that it is supposed to address. The Consultant will provide name and current telephone number and other contact information for the client’s immediate project representative, with whom they worked, on each submitted project.
The Consultant must show adequacy of key personnel both in numbers and technical capability, to complete the contract if awarded. The Consultant will identify all individuals and sub consultants that will be assigned to provide services as outlined in the RFP and briefly explain why those individuals and sub consultants were selected. An organizational chart must be provided. The respondent must identify the team leader and primary contact for the Contract as well as the architect of record. A written statement of commitment to maintain staff of equal or better experience and capability and that meets City approval to perform work during the duration of the Consultant services contract as outlined in the Scope of Services must be provided as a separate paragraph narrative in the proposal.
The Consultant must explain their intended management, public involvement and technical approach to performing the services on projects as outlined in the RFP. The narrative must show the Consultant’s allocation of administrative and technical personnel resources for duration of the projects. Consultants will describe similar approaches implemented and managed for other governmental clients and describes what assistance might be required from the City. The Consultant must include a description of the Consultant’s Quality Assurance (QA) Plan detailing the firm’s approach and procedures to implementing a quality assurance program on the projects.
The education and career experience of Key Personnel and sub consultants in similar projects as outlined in the Scope of Services must be demonstrated. Key personnel information including licenses and certificates will be included.
The Consultant submitting this proposal is: (Select One)
Please provide the name, address, cell phone and email address of person who will serve as the designated representative of the Consultant if this RFP is awarded to the Consultant.
Consultant agrees to the insurance requirements stated in the solicitation and if selected will provide a Certificate of insurance within 10 days of receiving a Notice of Intent to Award. Failure to provide stated coverage will result in a non-responsive proposal.
Please upload the current W-9 form
Consultant acknowledges the Local Vendor requirements set forth within the Solicitation documents and fully understand these requirements.
If Consultant is awarded a contract utilizing Local Vendor Preference, Proposer further understands that failure to notify The City of Daytona Beach of any change in status as a result of an awarded agreement may result in breach.
The award of this solicitation is subject to Chapter 112, Florida Statutes. All Consultants must disclose with their response the name of any officer, director, or agent who is also an employee of the City of Daytona Beach.
Further, all Consultants must disclose the name of any City employee who owns, directly or indirectly, an interest of the Consultant's organization or any of its subsidiaries associated with this project.
By selecting "NO", Consultant certifies that this bid submission is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services and is in all respects fair and without collusion or fraud. Consultant confirms that conflict of interest as defined in this question does NOT exist.
Consultant shall select 'YES' if a conflict of interest as defined in this question may exist and shall be further described in the explanation below. Potential conflicts of interest will be subject to futter internal review.
If "NO" was selected for Question No. 7, please write Non-Applicable, or N/A in the space below.
If "YES" was Selected for Question No. 7, please provide explanation in the space below.
The Proposer that has submitted this Proposal certifies under penalty of perjury that:
By checking the box below, the Proposer acknowledges and agrees to the above statement.
Public Entity Crimes - Pursuant to Section 287.133(12)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Submittal Package (Response) on a contract to provide any goods or services to a public entity, may not submit a bond on a contract with a public entity for the construction or repair of a public building or public work, may not submit Submittal Package (Bid Response) on leases of real property to a public entity may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under 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 ($25,000) for a period of 36 months from the date of being placed on the convicted vendor list. Proposer should read carefully all provisions of 287.133 and 287.134, Florida Statutes (2005).
By checking the box below, the Proposer represents and certifies under penalty of perjury that the submission of its response/proposal does not violate Section 287.133, Florida Statutes (2005), nor Section 287.134, Florida Statutes (2005) or their successor. In addition to the foregoing, the Proposer represents and warrants that Proposer, Proposer's subcontractors and Proposer's implementer, if any, is not under investigation for violation of such statutes.
Per State of Florida Statute s. 287.135(5) Suppliers (companies) must acknowledge and agree to the
'Certification Regarding Prohibition Against Contracting with Scrutinized Companies' paragraph listed below. Proposers shall agree by marking the option below. Proposers neglecting to respond may be disqualified from consideration of award and deemed non-responsive.
I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies That Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.
In addition, if this solicitation is for a contract for goods or services where the total contract value is one million dollars ($1,000,000) or more, I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the City may immediately terminate any contract resulting from this Solicitation upon written notice if the responding entity (or any of those related entities of Proposer as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.
By checking the box below, the Proposer acknowledges and agrees to the 'Certification Regarding Prohibition Against Contracting with Scrutinized Companies.'
IDENTICAL TIE OFFERS:- If there are two or more Responsive Offers that are identical in price and other evaluation criteria, the tie will be awarded to the following in order of preference: a) the Proposer qualifying for local preference under Code 30-86; b) the Proposer in compliance with the drug free workplace certification requirements set forth in Florida Statutes 287.087; or c) the most Responsible Proposer as defined under the City Code 30-82 (9)(c).
In order to have a drug-free workplace program, a business will:
By checking the box below, the Proposer acknowledges and agrees to the 'Drug Free Workplace Certification.'
All answers to questions of substance will be publicly published.
Participants are required to review all revisions and answers to questions published.
Revisions within the Solicitation as well as answers to questions posed through the 'Question & Answer' feature are authoritative and shall be considered an addendum to the Solicitation.
All information in this Solicitation, including that provided through the 'Question and Answer' feature are incorporated into the Solicitation or any Contract resulting from this Solicitation.
By checking the box below, participants are confirming that they have reviewed revisions and all answers to questions published and any Addenda up until the bid closing date and have given consideration to all information in preparing your response to this solicitation.
Selecting YES will serve as your electronic signature of acknowledgement.
Execution of this Contract shall require the Consultant to attest, under penalty of perjury, that the Consultant does not use coercion for labor or service as defined in Section 787.06(2), F.S. The Consultant shall execute a Human Trafficking Affidavit as a condition of the Contract.
Do you have an active registration with Sam.gov?
If yes to question above, please upload Sam.gov credentials HERE.
UPLOAD RFP RESPONSE HERE!
Please provide a short scope description for the project to be inserted into the following sentence:
The City of Daytona Beach is hereby soliciting responses from qualified firms to provide _________________.
Please select from the options below:
Will this Project result in a Term Contract?
Please enter the initial term of the contract per the formatting examples below.
Format example: "six (6) months" or "two (2) years"
Will this Term Contract include a Price Redetermination Clause?
Please enter the Producer Price Index (PPI) for the goods or services being purchased per the formatting example below.
Format example: "Measuring, dispensing, and other pumping equipment mfg, Domestic water systems – PCU333914333914111"
Will this Contract contain options to renew the Contract after the initial term?
Please enter the number of the renewal options per the formatting example below.
Format example: "two (2)"
Please enter the term of each renewal per the formatting examples below.
Format examples - "one (1) year" "two (2) years"
Please select the required bonds applicable to this Project below. If bonding is not required, please select N/A.
Are Florida Department of Transportation (FDOT) special terms applicable to this Project?
Please provide the applicable LAP Agreement Number to enable the Vendor to complete the Equal Opportunity Compliance (EOC) Bidders Opportunity List (BOL). If not applicable, type N/A.
Is Local Preference applicable for this Project?
Q (Tabs 3 & 5 Clarification): Due to the nature of the continuing services agreement, what is expected to be included within Tab 5 "FEE PROPOSAL," of the response? The same also applies to Tab 3's "PROJECT APPROACH," fourth bullet point, projected timeline/schedule.
A: Please see updated Proposal Submittal and Requirements section. We've updated it to align with the Evaluation Criteria requested.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.