Active SLED Opportunity · FLORIDA · CITY OF DAYTONA BEACH

    2632RFQ - WRF Hardening and Improvements Project

    Issued by City of Daytona Beach
    cityRFPCity of Daytona BeachSol. 239495
    Open · 21d remaining
    DAYS TO CLOSE
    21
    due May 14, 2026
    PUBLISHED
    Apr 9, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    City of Daytona Beach seeks qualified Design-Build Teams for hardening and upgrades at two water reclamation facilities to improve infrastructure resilience, operational efficiency, and treatment capacity. Project includes seven components with partial state funding and compliance requirements. Proposals due May 14, 2026.

    Opportunity details

    Solicitation No.
    239495
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    April 9, 2026
    Due Date
    May 14, 2026
    NAICS Code
    237110AI guide
    State
    Florida
    Agency
    City of Daytona Beach

    Description

    The City of Daytona Beach is hereby soliciting responses from qualified Design-Build Teams to provide progressive design build services for the design and construction of a hardening and upgrades project at the Bethune Point Water Reclamation Facility (WRF) and the Westside Regional WRF. 

    The project consists of seven individual components located at both WRFs with six components located at the Bethune Point WRF and one component located at the Westside Regional WRF. This project will address several key needs within the City’s wastewater treatment facilities including hardening critical infrastructure, improving operational efficiency and reliability, and maximizing existing treatment capacity. 

    Bethune Point WRF
    The Bethune WRF is one of two water reclamation facilities owned and operated by the City of Daytona Beach, located on the eastern side of the City limits. The Facility is permitted to treat an annual average daily flow (AADF) of 13 million gallons per day (MGD) with a peak flow of 39 MGD and serves approximately 40,000 customers within the City's service area. The Bethune WRF is situated on low-lying land, adjacent to the Halifax River. While the facility is surrounded by a berm with an elevation of 6 feet (ft) above sea level (ASL), the process equipment is located between 4ft and 5ft ASL, with most of the mechanical and electric components at or below grade. This makes the facility highly susceptible to the flooding from rainfall, storm surge, and sea level rise. Major storm impacts at the facility have caused breaching of the perimeter berm and flooding within the facility causing near catastrophic impacts. A failure at the Bethune Point WRF would leave nearly 40,000 customers without sewer service and could result in sanitary sewer overflows. In addition to these environmental vulnerabilities, various treatment processes have been identified to have condition-related concerns that need to be addressed to ensure reliable service. These concerns include such items as structural degradation, operational deficiencies, and equipment obsolescence. 

    Westside Regional WRF

    The Westside Regional WRF is the second water reclamation facility owned and operated by the City of Daytona Beach located on the western side of the city limits. The facility is permitted to treat an AADF of 15 MGD with a peak flow of 45 MGD and serves approximately 60,000 customers within the City’s service area. While the western side of the city is located far enough inland to avoid impacts from storm surge, the site is low lying and surrounded by wetlands, making it highly susceptible to flooding. Examples include flooding of the Administration Building and flooding near the power supply to the Ultraviolet (UV) Disinfection system, causing the power to be turned off to prevent catastrophic failure. Similar to the Bethune WRF, offsite impacts from Hurricane Milton put significant strain on the Westside Regional WRF.  Over the past several years, the City has completed large-scale projects at this facility that have addressed previously identified condition-related concerns.  However, there are still equipment obsolescence projects that are needed. 

    A complete Design Criteria Package is included with the RFQ and provides further details on the project and its individual components.

    Project Funding
    This project is partially funded by the Supplemental Appropriation for Hurricanes Helene and Milton and Hawai'i Wildfires (SAHM) under the State of Florida's Clean Water State Revolving Fund (CWSRF). SAHM funding was eligible due to damage sustained and disruption of essential functions where there was potential impact to public health caused by Hurricane Milton. In June 2025, the City submitted a Request for Inclusion (RFI) for funding related to damage sustained from Hurricane Milton and, in November 2025, the City was placed on the SAHM Priority List for the Sponsor Cap amount of $19,166,503. The SAHM allocation will need to be supplemented with additional funding to fully fund this project. While it is anticipated that the additional funding needed will come from the General SRF Program, the selected Design-Build Team will work with the City to identify and apply for other grant programs for which this project might be eligible for. Additionally, limited portions of the project will be funded directly by the City.

    The following provisions will apply to this project given SRF funding:

    • FDEP Supplementary Conditions have been included with the RFQ for reference as they will be applicable to the construction phase of this project.
    • Given the project funding mechanisms, the entirety of this project will be required to comply with American Iron and Steel (AIS) and Davis-Bacon Wage Rates statutes. Additionally, it is anticipated that portions of this project will also be subject to comply with Build America Buy America (BABA) requirements, however the exact extent of which components BABA will apply to is unknown at this time and will be identified during the pre-construction phase of this project. It is likely that the selected Design-Build Team will be asked to provide cost analytics with BABA during creation of the guaranteed maximum price submissions (GMPs) to determine if a waiver is justified. 
    • The Designer on the selected Design-Build Team shall meet the qualifications of 'professional services' as defined in F.S. 287.055 (2).
    • The Design-Build Team shall meet the qualifications of a 'design-build' team as defined in F.S. 287.055 (5).

    Background

    Project Overview

    The City of Daytona Beach (City) is undertaking the Water Reclamation Facilities Hardening and Upgrades Project. This project will address several key needs within the City's wastewater treatment facilities, including:

      1. Harden critical infrastructure at the Bethune Point Water Reclamation Facility (WRF) from storm-events, specifically addressing vulnerabilities from flooding due to rainfall, storm surge and sea level rise.
      2. Improve operational efficiency and reliability by replacing obsolete infrastructure and addressing condition concerns.
      3. Maximize existing treatment capacity to offset/delay the need for expansion projects.

    This project consists of seven (7) individual components located at both WRFs as listed below in Table 1.

     

    Project Details

    • Reference ID: 2632RFQ
    • Department: Purchasing Division
    • Department Head: Abigail Brock (Office of the Purchasing Agent)

    Important Dates

    • Questions Due: 2026-05-07T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-17T14:00:00.000Z — Join: https://teams.microsoft.com/meet/246615883775426?p=K9XNlFRx9iHLecYa7r Meeting ID: 246 615 883 775 426 Passcode: AD2ky6nZ Dial in by phone +1 312-667-7230,,298573744# United States, Chicago Phone conference ID: 298 573 744# https://teams.microsoft.com/l/meetup-join/19%3ameeting_N2E3ZjhmNTItZTMzNS00OTIxLTk0MWYtMjlkMTFmMmJjZGZl%40thread.v2/0?context=%7b%22Tid%22%3a%22112fe1e2-c356-4b5a-885a-669fa41090ef%22%2c%22Oid%22%3a%22c87eed15-230f-4ec1-9c22-f6810ed3a341%22%7d

    Meetings & Milestones

    EventDateLocation
    Non-Mandatory Site Visit2026-04-21T14:00:00.000ZPlease meet at Bethune Point WRF 1 Shady Place Daytona Beach, FL 32114

    Addenda

    • Addendum #1 (released 2026-04-10T14:42:58.999Z) —

      Addendum #1 - 4.10.26 - The Pre-Proposal and Bid Opening meetings have been updated with the links to the Teams meetings to join. 

    • Addendum #2 (released 2026-04-21T19:47:27.814Z) —

      Addendum #2 - 4.21.26 - Please see attached document regarding compliance with American Iron and Steel (AIS) Requirements from FDEP, as discussed in the pre-bid meeting on 4.17.26.

    • Addendum #3 (released 2026-04-21T19:49:22.875Z) —

      Addendum #3 - Please see attached copy of the Sign-In sheet from the non-mandatory Site Visit on 4.21.26.

    Evaluation Criteria

    • Qualifications of Team (3 pages) (15 pts)

      Provide an introduction of the Team/Team composition, including an Organizational Chart, and provide information regarding the Team’s qualifications as they relate to water or wastewater treatment plant design and construction and specifically note qualifications as they relate to the design build delivery method.  Provide qualification information for each corporate entity involved on the Team.

    • Collaborative Delivery Approach (5 pages maximum) (20 pts)

      Provide information regarding the Team’s approach to execution of Design Build projects.  At a minimum, the statement should address the following:

        1. Approach philosophy for Design Build
        2. Owner Integration
        3. Cost Control
        4. Communications Plan
        5. Risk Management
        6. Safety
        7. Quality Assurance/Quality Control
        8. Schedule Management
        9. Integration of subconsultants/trades
        10. Adherence to multiple funding agencies and corresponding requirements
    • Builder Past Performance (35 pts)

      Provide three (3) project examples of wastewater Design Build projects completed by the Builder. In order for a project example to be considered eligible, construction must have been substantially completed within 10 years of the due date of this RFP and shall be for wastewater facilities with a minimum permitted AADF of 10 MGD. Each project description will be limited to two pages. Provide a project reference for each project and provide the following information at a minimum:

        1. Name of Owner
        2. Owner reference and contact information (reference should be for the project manager or someone familiar with the project)
        3. Contract value
        4. Dates work was performed
        5. Permitted AADF of facility
        6. Project description including any pertinent electrical systems work and floodproofing
        7. Electrical system works conducted
        8. Any challenges which occurred and how they were overcome
    • Designer Past Performance (30 pts)

      Provide three (3) project examples of wastewater Design Build projects completed by the Designer. In order for a project example to be considered eligible, construction must have been substantially completed within 10 years of the due date of this RFP and shall be for wastewater facilities with a minimum permitted AADF of 10 MGD. If multiple Designers are included on the Team, a minimum of one (1) project example should be provided for each Designer, however no more than a total of two (2) projects examples may be submitted for this criterion. Each project description will be limited to two pages which allows for more description of the critical components of the project, such as the electrical replacement. Provide a project reference for each project and provide the following information at a minimum:

        1. Name of Owner
        2. Owner reference and contact information (reference should be for the project manager or someone familiar with the project)
        3. Contract value
        4. Dates work was performed
        5. Permitted AADF of facility
        6. Project description including any pertinent electrical systems work and floodproofing
        7. Any challenges which occurred and how they were overcome
    • Team Organization (20 pts)

      Overview of the team makeup and organization identifying key personnel as noted below.  Highlight past experience of team members working together or plan to promote integration.

    • Team Member Qualifications & Experience (30 pts)

      Highlight qualifications and experience of team members with an emphasis on the Key Personnel.  The following roles are considered Key Personnel: Project Director; Designer of Record; Construction Project Manager; Construction Superintendent, Electrical Engineer of Record. 

    • Project Understanding & Delivery (50 pts)

      Demonstrate understanding of the project and project issues, objectives, delivery method and how the Proposer intends to ensure that the scope, budget and schedule will be met.  Identify what the Team considers to be the greatest challenge and how they plan to overcome the challenge/minimize risk. 

    Submission Requirements

    • ACKNOWLEDGEMENT (required)
      • Proposer has completed the information required in this solicitation truthfully.
      • Proposer has had the opportunity to examine the facilities where the Services are to be performed and is fully informed regarding all conditions pertaining to the site(s), if applicable.
      • The solicitation documents have been thoroughly examined, and Bidder is sufficiently knowledgeable of the Services to be performed and/or Commodities to be provided.
      • Proposer hereby agrees to furnish all labor, materials, and equipment required to perform the Services/Commodities in strict accordance with the solicitation and for the fees/pricing as stated in this Bid Submission.
      • Proposer understands that if the attached Pricing Proposal includes extended unit prices, the use of extended unit quantities will not be construed to be a guarantee that the City will purchase such quantities if a Contract is awarded; and that, subject to the terms and conditions of the Contract, the Bidder will be entitled to payment based upon the number of units purchased or Services performed and accepted, as specified in the Contract Documents.
      • Proposer acknowledges that the Offer may be accepted by the City’s issuance of a Contract to the Bidder, and that if a Contract is issued to Bidder, Bidder will be fully bound by all Contractual terms and conditions set forth therein; provided, however, that if the Solicitation Documents call for alternative Offers, any alternative Offer not specifically accepted the City in the notice of award will not be a part of the Contract.
    • TYPE OF ENTITY (required)

      The Proposer submitting this proposal is: (Select One)

       

    • DESIGNATED REPRESENTATIVE (required)

      Please provide the name, address, cell phone and email address of person who will serve as the designated representative of the Proposer if this RFP is awarded to the Proposer.

       

    • INSURANCE (required)

      Proposer 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.

    • W-9 (required)

      Please upload the current W-9 form

    • CONFLICT OF INTEREST (required)

      The award of this solicitation is subject to Chapter 112, Florida Statutes. All Proposers 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 Proposers must disclose the name of any City employee who owns, directly or indirectly, an interest of the Bidder's organization or any of its subsidiaries associated with this project.

      By selecting "NO", Proposer 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.  Proposer confirms that conflict of interest as defined in this question does NOT exist.

      Proposer 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.  

    • CONFLICT OF INTEREST CONTINUED (required)

      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.  

    • Non-Collusion Affidavit of the Prime Proposer (required)

      The Proposer that has submitted this Proposal certifies under penalty of perjury that:

      • The Proposer is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid;
      • Such Bid is genuine and is not a collusive or sham Bid;
      • Neither the said Proposer nor any of its officers, partners, owners, agent, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from Bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any Bidder, firm or person to fix the price or prices or cost element of the proposal price or the proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Daytona Beach, FL (Local Public Agency) or any person interested in the proposed Contract;
      • the price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant.
       

      By checking the box below, the Proposer acknowledges and agrees to the above statement.

    • Public Entity Crime (required)

      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.

    • Scrutinized Companies Certification (required)

      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.'

    • DRUG-FREE WORKPLACE CERTIFICATION (required)

      In order to have a drug-free workplace program, a business will:

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition.
      2. Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violation.
      3. Give each employee engaged in providing the Commodities or contractual Services that are under Offer a copy of the statement specified in subsection 1.
      4. In the statement specified in subsection 1), notify the employees that, as a condition of working on the Commodities or contractual Services that are underbid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendre to, any violation occurring in the workplace no later than five days after such conviction.
      5. Impose sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted.
      6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section.

      By checking the box below, the Proposer acknowledges and agrees to the 'Drug Free Workplace Certification.'

    • REVISIONS / ADDENDA / QUESTIONS AND ANSWERS (required)

      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.

    • WBE/MBE PARTICIPATION - ATTACHMENT A (required)

      MBE/WBE ENTERPRISE PARTICIPATION

      The City has an established policy of:

      1) promoting Minority and Women-Owned Business Enterprise participation in business contracts and

      2) requiring Proposers doing business with the City to use good faith efforts to promote cultural diversity and minority participation in the work force, including managerial positions.

      Proposers must provide information as part of the Proposal Submission acknowledging their understanding and willingness to comply with the Purchasing Code of The City of Daytona Beach.

      The Daytona Beach City Commission has established a goal of 10% MBE/WBE participation in business contracts (i.e., contractors, subcontractors, and suppliers) with the City. The goal may be adjusted on a case-by-case basis to reflect experience and the relevant availability of MBE/WBE businesses.

      Proposers are asked to provide documentation of their “good faith efforts” to achieve the MBE/WBE participation goal as outlined below.

       

      ATTACHMENT A

      Proposers are asked to document its good faith efforts to achieve the 10% contract participation goal by submitting Attachment A with the submission.

      This attachment may be in the Proposer's preferred format, but must be inclusive of the following requirements:

      - List all MBEs and WBEs contacted by the Proposer with a request to submit a subcontracting/supplier quote.

      - List all MBE and WBE subcontractors and suppliers that will be selected to be awarded subcontracts or purchase orders by the Proposer if awarded the Contract.

      - List the total number of MBEs and WBEs that are currently working for the proposer and/or each subcontractor.

      (If the Proposer is an MBE or WBE and self-performs a minimum of 10% of the work with its own forces, the 10% participation goal will be considered achieved.)

      This attachment should be accompanied by copies of MBE/WBE certification for each MBE/WBE subcontractor and supplier.

      -

      Nothing in this section shall be construed to require the award of a Contract or a sub-contract to an MBE, WBE, or other purveyor of supplies, services or construction which fails to meet contract specifications or for which the proposal is unreasonably priced or for which the proposal is not in the best interest of the City.

      Copies of MBE and WBE subcontracts and purchase orders must be submitted to the City within 15 days of receipt of the City’s Notice of Intent to Award.

      During performance of the awarded contract, the successful Proposer will be required to report payments made to MBE and WBE subcontractors.

      -

      The State of Florida Office of Supplier Diversity maintains a searchable database of Florida Minority and Woman Owned Businesses. Proposers may utilize that database or any other public agency-maintained database of certified MBEs and WBEs to locate and contact MBE/WBEs for potential participation in the proposal. The State’s database may be accessed through the Purchasing Division webpage: http://www.codb.us/841.purchasing by clicking the “Minority & Women Owned Businesses Registration and Searchable Database” link.

    • ANTI-HUMAN TRAFFICKING (required)

      By submitting an offer in response to this solicitation, the Respondent acknowledges that, if recommended for award, the timely execution of a Human Trafficking Affidavit is a condition of the contract. 

      Execution of any contract resulting from the award of this solicitation shall require Respondents to attest, under penalty of perjury, that Contractor does not use coercion for labor or services as defined in Section 787.06(2), Florida Statutes. Respondents are cautioned to review this form in detail as it is a firm requirement of the Contract.  

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

    • SAM.gov (required)

      Do you have an active registration with Sam.gov?

    • SAM.gov (Continued)

      If yes to question above, please upload Sam.gov credentials HERE.

    • SUBMISSION (required)

      UPLOAD RFQ RESPONSE HERE! 

    • Short Description of Scope (required)

      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 _________________.

    • Pre-Proposal Conference (required)

      Please select from the options below:

    • Term Contract (required)

      Will this Project result in a Term Contract?

    • Initial Contract Term (required)

      Please enter the initial term of the contract per the formatting examples below.

      Format example: "six (6) months" or "two (2) years"

    • Price Redetermination (required)

      Will this Term Contract include a Price Redetermination Clause?

    • Producer Price Index

      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"

    • Renewal Options (required)

      Will this Contract contain options to renew the Contract after the initial term?

    • Number of Renewal Options (required)

      Please enter the number of the renewal options per the formatting example below.

      Format example: "two (2)"

    • Renewal Option Term (required)

      Please enter the term of each renewal per the formatting examples below.

      Format examples - "one (1) year" "two (2) years"

    • Applicable Bonds (required)

      Please select the required bonds applicable to this Project below. If bonding is not required, please select N/A.

    • Florida Department of Transportation (FDOT) (required)

      Are Florida Department of Transportation (FDOT) special terms applicable to this Project?

    • LAP Agreement Number (required)

      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.

    • Local Preference (required)

      Is Local Preference applicable for this Project?

    Questions & Answers

    Q (No subject): According to FL statute 287.055, regarding CCNA, to promote “fair and open competition,” any Engineering / Consultant firm that participated in a DCP for a project is precluded from submitting a proposal for said project. Please confirm any Engineering / Consultant firms that participated in the DCP for Request for Proposal #2632RFQ Title: 2632RFQ - WRF Hardening and Improvements Project are precluded from participating in the solicitation.

    A: The Design Criteria Package was completed in house and signed and sealed by City staff. As such, no Engineer/Consultant was involved in that process and therefore the quoted portion of F.S. 287.055 is not applicable.


    Q (No subject): To best tell the story, please allow multiple 11x17 pages in the document and treat them as single pages.

    A: Your request is too broad. Can you please provide more information on what you are asking so that we can better answer your question.


    Q (No subject): Please confirm all collaborative delivery methods; PDB, FPDB, DB, DCP/Owners Advisor and CMAR are acceptable for Builder and Designer Past Performance projects.

    A: While the evaluation criteria does mention Design Build projects, the only stated stipulations that determine project eligibility are: 1. The timeframe the project example was completed. Per the RFQ it has to have achieved substantial completion within the past 10 years. 2. The type and size of the facility the project example was completed at. Per the RFQ it has to be at a wastewater facility with a minimum annual average daily flow of 10 MGD. If these criteria are not met, the project will not be evaluated and will receive a score of 0. Beyond these criteria, it is up to the Design-Build Team to decide which of their projects (alternate delivery or otherwise) best demonstrate their historical/proven ability to successfully complete this project. The full extent (i.e. project scope, delivery method, reference feedback, etc.) of an eligible project will be taken into consideration by the Selection Committee when scoring/ranking the projects.


    Q (No subject): Please allow the use of 11×17 pages within the Qualifications of Team and Collaborative Delivery Approach sections, and count each as a single page. This format provides the necessary space to clearly present team structure, roles, and a focused approach in a visually digestible way, improving readability and enabling more effective communication without overcrowding standard page layouts.

    A: This is acceptable. If an 11x17 page is submitted, it will be counted as 1 page.


    Key dates

    1. April 9, 2026Published
    2. May 14, 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.