SLED Opportunity · FLORIDA · PINELLAS COUNTY

    Artificial Reef - Tire Removal Project

    Issued by Pinellas County
    countyRFPPinellas CountySol. 237190
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 13, 2026
    Posting date
    JURISDICTION
    Pinellas County
    county
    NAICS CODE
    562910
    AI-classified industry

    AI Summary

    Pinellas County seeks proposals for removing approximately 3,300 tires from five artificial reef areas off its coast. The project includes tire and marine debris removal and transport to a designated staging area in Clearwater, FL.

    Opportunity details

    Solicitation No.
    237190
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 13, 2026
    Due Date
    April 16, 2026
    NAICS Code
    562910AI guide
    Jurisdiction
    Pinellas County
    State
    Florida
    Agency
    Pinellas County

    Description

    The Pinellas County Solid Waste department is issuing this Request for Proposal (RFP) to contract services to remove approximately 3,300 tires from five (5) artificial reef areas off the coast of Pinellas County. Tire removal areas include the Clearwater Artificial Reef area measuring approximately 320 acres in total, The Rube Allyn Reef Area measuring approximately 220 acres in total, the St. Pete Beach Artificial Reef area measuring approximately 60 acres in total, the Treasure Island Artificial Reef area measuring approximately 85 acres in total, and the Madeira Beach Artificial Reef area measuring approximately 85 acres in total. Recovered tires and other marine debris are to be transported and unloaded into County provided containers at the Artificial Reef Program Staging area located within the Pinellas County Sand Key Park 1060 Gulf Blvd. Clearwater, FL.

    Background

    It is estimated that thousands of tires were strategically placed into the surrounding gulf waters throughout the 1960s, 70s, and 80s as part of a larger effort to create artificial reefs, improve fish habitat, and manage the supply of used tires.

    In the decades since their placement, many tires have come untethered due to saltwater corrosion of the stainless-steel strapping that held them together followed by tropical storms, and hurricanes. Now mobile, the tires have the potential to cause considerable damage to nearby hardbottom, seagrass, and other natural habitats in the area. In addition, the placement of the tires in prior decades has since been determined to be unsuitable for marine life, in most cases due to the instability.

    A successful proposal would clearly address the following:

    • A project team that is experienced and qualified to manage a marine salvage type operation,
    • A strategy for removing the tires from the ocean bottom while minimizing impacts to the surrounding habitats,
    • An organized approach ensuring that the entire identified acreage is cleaned of tires and other marine debris,
    • A plan that prioritizes overall safety,
    • A plan that proposes the use of appropriately sized and well-maintained equipment ensuring safe and efficient tire recovery.

    Project Details

    • Reference ID: 26-0349-RFP
    • Department: SOLID WASTE
    • Department Head: Paul Sacco (Director)

    Important Dates

    • Questions Due: 2026-03-31T16:00:00.000Z

    Evaluation Criteria

    • Executive Summary (50 pts)

      Respondent must prepare and include an Executive Summary that summarizes the key points from the Respondents Qualifications and Experience, and Project Approach. The Executive Summary shall be written on the Respondents letterhead that includes the Respondents business name and address.

    • Qualifications and Experience (350 pts)

      Respondent must present their qualifications and experience that include the following topics.

      • Respondent shall provide a summary of their knowledge and understanding of marine salvage or debris removal from sensitive habitat.
      • Respondent shall provide any past experience with marine salvage or similar work activities within the past five (5) years.
      • Respondent shall provide information about key personnel that is to perform the Scope of Work that includes name, title, and role they will perform.
      • Respondent shall provide information about key personnel describing experience and examples of qualifications to perform their assigned role. A resume for the proposed Project Manager and primary point of contact must be included.
    • Project Approach (500 pts)

      The Respondent must provide a project approach and plan to remove all identified Tires and other Marine Debris from the surveyed areas. The Project Approach shall include the following criteria:

      Tire Removal Plan:

      • The Respondent shall provide a Tire Removal Plan that describes the vessels, rigging, and equipment to be used in Tire removal operations along with anchoring methods to be used in Tire removal operations. Proposals that describe using dredging methods to remove Tires from the ocean floor will not be accepted.
      • The plan shall describe the methodology to be used for all aspects of Tire handling from the seafloor to the transport vessel or barge and from the transport vessel or barge to the Tire containers at the Pinellas County Artificial Reef Program staging area. The methods used shall incorporate minimization of turbidity and other destructive impacts to artificial reef habitat, natural hard bottom, and bottom-dwelling organisms. This portion of the plan should describe how the Tires will be removed from the seafloor and raised to the surface; how the Tires will then be loaded onto the transport vessel or barge; how the Tires will be secured on the transport vessel or barge; how the Tires will be offloaded into County supplied containers at the Pinellas County Artificial Reef Program staging area located within Clearwater Pass, 1060 Gulf Blvd, Clearwater, FL.
      • The Respondent shall develop and describe a systematic approach to ensure the entire reef area where potential tires were located through the sonar-based surveys is cleared of Tires and other Marine Debris. This systematic approach shall include development of a numbered grid system that can be used to coordinate Tire removal activities, ensure all tires have been located and removed, provide milestones for invoicing purposes, and to track progress/performance. The method of organizing the work shall include quality control and assurance measures used to verify that each area has been cleared of Tires and other Marine Debris.
      • The plan shall include a project schedule along with a Tire and Marine Debris removal rate projection for the time, in days, it will take to clear all areas. This time shall encompass the time from initial mobilization through Tire and Marine Debris removal completion.
    • Compensation/ Price Propsal (100 pts)

      Respondents must provide a price for each item listed in the Pricing Proposal. Failure to provide a price for any item will result in the response being deemed non-responsive and will be rejected. The prices provided by the Respondent must be all inclusive including but not limited to all personnel, materials, labor, equipment, profit and overhead necessary to complete the Scope of Work.

    • Highest Net Sale Proceeds and/or Income Generated by the Transaction (100 pts)
    • Highest and Best Intended Use(s) of the Property (100 pts)
      1. Preference will be given to proposals that facilitate the types of uses that appear on the targeted industry list as determined by Enterprise Florida. These employment industries have been selected based on their ability to bring additional money into the local economy.\
      2. Preference will be given to proposals that include recreational uses and open space, especially those that address needs identified in the Pinellas County Recreation, Open Space and Culture System Master Plan that are appropriate for this location.
      3. County properties are intended for immediate reuse and not for purchase as investments.
    • Highest Value of Future Tax Payments (100 pts)
      1. The anticipated amount and type (class A office space, production space, residential or hotel units, recreational uses etc.) of major capital investment to be made within 5 years in connection with the project, and the year that each investment will be completed. Preference will be given to proposals with higher values of future tax payments.
      2. Any anticipated capital investment in real and personal property beyond the next five (5) years.
      3. Any anticipated tax revenues generated by new business operations on the property.
    • Highest Number of Jobs Created (100 pts)
      1. Preference will be given to proposals with higher total numbers of permanent net new high-wage Pinellas County jobs that are created as a result of the project. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The number of temporary construction-related jobs that would be created in Pinellas County during the build-out of the site for each year of development.
    • High Wages & Benefits (100 pts)
      1. The anticipated average wage of new jobs created as a result of the project (total wages of new workers, not including benefits, divided by the total number of new jobs) by type of job. Preference will be given to proposals with higher values of future economic impact based on the level of wages. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The average wage of temporary construction-related jobs that would be created in Pinellas County as a result of the project (wages of workers, not including benefits, divided by the total number of jobs). Higher wages levels will be given preference.
      3. The benefits package that will likely be offered to employees (insurance, pensions, etc.) by type of job.
    • Expense Reduction (100 pts)
      1. Preference will be given to proposals that reduce or eliminate County expenses as a result of the project.
      2. Preference will be given to proposals that require lower public investment to complete the project. Sufficient information must be provided to clearly identify the public investments required to complete the project.
      3. What other incentives are you seeking from the County in order to propose or complete your project?
    • Other Benefits to the County or Its Citizens (100 pts)
      1. The highest number and type of jobs that might be provided to workers in socio-economically distressed areas such as Enterprise Zones, Historically Underutilized Business (HUB) zones and the like.
      2. Preference will be given to projects that include unique proposals that would enhance the County’s ability to create/retain jobs or would otherwise contribute to an improved local economy (e.g., Research & Development (R&D) facilities, business incubators, Small Business Development Centers).
      3. Preference will be given to projects of unusual quality or stature that would serve as a catalyst to further job creation.
      4. Preference will be given to projects that have high levels of community accessibility especially to recreation and open spaces.
      5. Preference will be given to proposals that include projects that have higher positive impacts to the County’s tourism industry.
      6. If residential uses are included as part of the project, preference will be given to proposals that advance the community housing goals of Pinellas County.
      7. Preference will be given to proposals that include greater amounts of purchases made from other Pinellas County businesses, especially Small Business Enterprises, both during construction and ongoing operations. Preference will be given to firms that make major purchases of raw materials, components, and professional and business services from local suppliers, especially Small Business Enterprises, thereby keeping more money in the local economy.
      8. Preference will be given to projects that advance the redevelopment goals of Pinellas County, especially those identified in Pinellas by Design, an Economic Development and Redevelopment Plan for the Pinellas Community. This would include such planning practices as transit-oriented development, sustainability, low impact development and livable communities.
      9. Any other positive, unique social or civic benefits that would result from the project.
    • Ability of Applicant to Complete Proposed Project (100 pts)
      1. Sufficient information is required to support the company’s ability and financial capacity to attain the development project(s), job creation and capital investment goals described in the proposal. Additional preference will be given to proposals demonstrating the highest capacity.
      2. Sufficient information is required to support the company’s ability to successfully develop environmentally challenged sites. Additional preference will be given to proposals demonstrating the highest ability.
      3. Sufficient information to support the company’s experience with developing closed landfills and the methods proposed to manage the existing closure permit and ongoing maintenance issues related to the landfill.
    • Ability of Firm and its Professional Personnel. Willingness and Ability to Meet Schedule and Budget Based on Current and Projected Workload (425 pts)
      1. Reviews the level of qualifications and experience of the firm and project team and appropriateness of the organization of the project team.
      2. Reviews the professional resources available to properly provide services as requested in the RFP document.
      3. Reviews the project team to ensure the team proposed contains all of the critical disciplines required.
      4. Prime team proposed should have exceptional professional resources to properly provide services.
      5. The project manager and proposed team should be uniquely qualified to provide the desired services.
      6. Evaluates the workload commitments that will impact the firm’s ability to complete services on schedule.
      7. The submittal should demonstrate that the firm has adequate time available and personnel to compete services on schedule and additional backup staffing capability in the event of unforeseen circumstances.
    • Firm Experience with Projects of Similar Size and Past Performance (375 pts)
      1. Reviews the firms experience with projects of similar size, type and scope and the performance on those specific projects.
      2. The prime firm must have adequate, recent (within the past five years) experience with projects of similar type as defined in the RFP document.
      3. Experience pertaining to specific Pinellas County projects may also be considered. Pinellas County staff shall not however furnish references for such projects.
      4. The scope of services provided should represent projects that are similar to those defined in the RFP document.
      5. The overall performance of the firm relative to projects of similar size and scope should be evaluated.
    • Volume of Work Previously Awarded by the County (50 pts)

      Pre-populated by the Purchasing, the purpose of this criterion is to affect an equitable distribution of contracts. This criterion is evaluated based on CCNA Continuing contract value encumbered (Purchase Orders issued) to a firm during the (2) previous completed fiscal years through current to date. The points are worth 5 percent of the overall points available and are distributed as follows:

      $0 - $200,000 – 5% of points available

      $200,001 - $400,000 – 4% of points available

      $400,001 – $600,000 – 3% of points available

      $600,001- $800,000 – 2% of points available

      $800,001 - $1,000,000 – 1% of points available

      Over $1,000,000 – 0% of points available

      Based on a typical 1,000-point evaluation scoring process, a firm deemed to be in the $0-$200,000 category threshold would be allotted 50 points etc.

    • Minority Business Status (25 pts)

      Provides points pre-populated by the Purchasing Department for minority business status as designated by the Florida State Office of Supplier Diversity, Department of Management Services. If the firm, or its sub-contractors, is designated as a minority business by the Florida State Office of Supplier Diversity, Department of Management Services, 2.5% of the total evaluation points are awarded. If the firm does not have minority business status as per the Florida State Office of Supplier Diversity, Department of Management Services, 0% of the points available are awarded.25

    • Pinellas County Small Business Enterprise (SBE) Status (100 pts)
      1. Provides points pre-populated by the Purchasing Department for SBE status as designated by Pinellas County. To qualify, a firm or its sub consultants must be located in one of 4 counties (Pinellas / Hillsborough / Pasco / Manatee) and have annual sales of goods/services not exceeding the maximum 3 year average of 3 million dollars or gross revenues not exceeding 8 million dollars for construction and not exceed a maximum 3 year average of 50 employees.
      2. Prime firm or sub-consultant must directly associate Small Business Enterprise (SBE) and be an integral part as defined by CCNA Florida Statute Section 287.055 and cannot consist of vendors or suppliers from office supply, printing services, etc.
      3. If the prime firm is certified as a Pinellas County SBE, 100 points will be awarded. If the prime firm is not a certified Pinellas County SBE and utilizes 1 certified Pinellas County SBE as sub-consultant, 50 points will be awarded. If the prime firm utilizes more than 1 certified Pinellas County SBE as sub-consultant, 75 points will be awarded. Failure to utilize certified sub-consultants, as presented in your submittal and evaluated accordingly may affect future awards to your company. A prime firm or sub-consultant must be certified through Pinellas County Economic Development as an SBE prior to submission of your proposal document. If the firm nor any of its sub-consultants are not certified as Pinellas County SBE, 0% of the points available will be awarded.
      4. Proposer must provide complete SBE Status Form (Attachment A).
    • Location (25 pts)

    Submission Requirements

    • VENDOR QUESTIONNAIRE

      Respondents are expected to organize their submittals in such a manner as to facilitate the evaluation process. Submittals should be keyed or indexed to correspond with this solicitation. Responses should be correlated to the specific submittal, criterion, section or paragraph number of the solicitation being addressed.

      Evaluators will make a reasonable effort to locate information in the responses; however failure to follow this suggested format may make location of critical submittal information difficult, possibly resulting in a loss of appropriate credit.

      Additional documentation may be requested by the County to ensure contract compliance.

    • CONTRACTOR ACCEPTANCE FORM (required)

      Download the below documents, complete, and upload.

    • OPENGOV ELECTRONIC PRICING PROPOSAL AND DELIVERY DAYS (required)

      See OpenGov electronic Pricing Proposal. Pricing must be submitted within the OpenGov electronic Pricing Proposal and all pricing must be completed.

      An award may not be issued without proof that your firm is registered with the Florida Division of Corporations, as per Florida Statute §607.1501 www.flsenate.gov/Laws/Statutes/2011/607.1501.

      A foreign corporation (foreign to the State of Florida) may not transact business in this state until it obtains a certificate of authority from the Department of State. Please visit dos.myflorida.com/sunbiz/ for this information on how to become registered.

    • SUBMITTAL DOCUMENTS (required)

      Upload all documents relating to this solicitation.

    • ATTACHMENTS (required)

      Please note there are three attachments/ affidavits which will have to be completed and signed by the awardee.

      A. Common Carrier Attestation

      B. Human Trafficking Affidavit

      C. Foreign Countries of Concern Affidavit

      Please confirm that you have read and understand these documents will be required of the awardee.

    • RFN - PROPOSAL FORM (required)

      Download the below documents, complete, and upload.

    • Solicitation Type (required)
    • Description of Property (required)

      Provide description. If real property, include parcel number, size, zoning, land use, location, utilities, and any additional land use information.

      Example:

      Parcel Number: 33/29/16/70380/400/0201

      Size: 9.527 Acres (M.O.L.) (414,996 square feet) 1.157 Acres (Jurisdictional Offset Area) 8.37 Acres Usable (364,597 square feet) (includes four man-made retention ponds containing 1.18 acres)

      Zoning: Industrial (M-2)

      Land Use: Industrial Limited Location: 900 front feet east of Bayside Bridge, north of Roosevelt Boulevard and west of Airport.

      Utilities: Pinellas County Water & City of Largo Sewer at site.

      Additional Land Use Information: The Airport Master Plan has identified this property for future non-aeronautical development.

    • Minimum Bid (required)

      What is the minimum acceptable bid? Example $1,000.00

    • Removal of Surplus (required)

      Will removal service be performed by the successful bidder?

    • Contract Deadline (required)

      Successful bidder will be required to execute the Contract substantially similar in form to the one attached hereto within ___ days of the notification of the award.

    • Security Forfeiture (required)

      If within ___ days after notification by Pinellas County of the award, the successful respondent refuses or otherwise neglects to execute the required written Contract and/or fails to furnish or satisfy any other conditions or requirements of this solicitation, the respondent’s deposit shall be forfeited and the same shall be retained by Pinellas County. No plea of mistake in the bid or misunderstanding of the conditions of forfeiture shall be available to the respondent for the recovery of his/her/its bid security or as a defense to any action based upon the neglect or refusal to execute a written contract.

    • Recent Appraisal Value (required)

      What is the most current appraisal value?

    • Evaluation Criteria (required)

      Does this solicitation require evaluation criteria? If requesting the solicitation be conducted using an RFP or RFN, select yes. For all other solicitations or if you are unsure, select no.

    • Evaluation Criteria Selection (required)

      Which set of evaluation criteria will be included? If Selecting CCNA, do not alter the evaluation criteria.

    • PRICING/PERIOD OF CONTRACT (required)

      Is this a one time or term contract?

    • TERM (required)

      Enter the initial term of the contract, without including any extensions, in months or days.

      Ex: 60 months

    • CPI STD Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable (decrease/increase) at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90-120 day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation CPI STD Term (required)

      with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • CPI STD Frequency: One Time or Annually (required)

      after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI)

    • NTE percentage CPI STD Term (required)

      in an amount not to exceed the average of the Consumer Price Index (CPI) or ___ whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: 5%

    • CPI Special Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for (Custom index), Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90 -120-day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90 - 120-day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation CPI SP Term (required)

      ... with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • CPI Special Frequency: One Time or Annually (required)

      after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Consumer Price Index (CPI)

    • NTE percentage CPI SP Term (required)

      in an amount not to exceed the average of the Consumer Price Index (CPI) or ___ , whichever is less ...

      Example: 5%

    • Custom index CPI SP Term (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: CURR0100AA2

    • PPI Special Index

      Duration of the contract shall be for a period of (TERM) with unit prices adjustable at (Frequency of escalation) after the date of award (Frequency One-Time OR Annual), in an amount not to exceed the average of the Producer Price Index (PPI) or (NTE percentage), whichever is less, for (Custom index) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence annually, the vendor’s request for adjustment shall be submitted between 90-120 day(s) prior to contract anniversary date, utilizing the available index at the time of request. The vendor adjustment request shall not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed to continue without a pricing adjustment. Any adjustment request received outside of the 90-120 day(s) period above shall not be considered. County has the right to request pricing decreases at any time.

    • Frequency of escalation PPI SP Term (required)

      ... with unit prices adjustable at ___ after the date of award

      Example: 12 months

    • PPI Special Frequency: One Time or Annually (required)
    • NTE percentage PPI SP Term (required)

      in an amount not to exceed the average of the Producer Price Index (PPI) or ___, whichever is less, for ...

      Example: 5%

    • Custom index PPI SP Term (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: PCU3259--3259- Other chemical product & preparation mfg

    • TERM EXTENSION(S) OF CONTRACT (required)

      Does this contract have term extensions?

    • No Term Extensions (required)
    • No CPI

      The contract may be extended subject to written notice of agreement from the County and successful bidder, for (Number of Extensions) additional (Term of Extensions) period(s) beyond the primary contract period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing.

    • Number of Extensions No CPI (required)

      The contract may be extended subject to written notice of agreement from the County and successful bidder, for ______________ additional

      Example: 2

    • Term of Extensions No CPI (required)

      additional ___________ period(s) beyond the primary contract period. The extension shall be exercised only if all prices, terms and conditions remain the same and approval is granted by the County Administrator or Director of Purchasing.

      Example: 12 month

    • CPI Standard

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of Extensions) additional for (Extension Length) period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, for all Urban Consumers, Series Id: CUUR0000SA0, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior to extension. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions CPI STD Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional

      Example: 2

    • Length of extension CPI STD Ext (required)

      ______ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ...

      Example: 12 month

    • NTE percentage CPI STD Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ___, whichever is less,

      Example: 5%

    • CPI Special

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of extensions) additional (Extension length) period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or (NTE percentage), whichever is less, (Custom Index CPI) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions CPI SP Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional...

      Example: 2

    • Extension length CPI SP Ext (required)

      ___ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ...

      Example: 12 month

    • NTE percentage CPI SP Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Consumer Price Index (CPI) or ___, whichever is less ...

      Example: 5%

    • Custom Index CPI SP Ext (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: CURR0100AA2...

    • PPI Special

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for (Number of extensions) additional (Extension length)period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or (NTE percentage), whichever is less, (Custom Index PPI) Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior. The extension shall be exercised only if all terms and conditions remain the same and the County Administrator or Director of Purchasing grants approval.

      It is the vendor’s responsibility to request any pricing adjustment under this provision. For any adjustment to commence on the first day of any exercised extension period, the vendor’s request for adjustment should be submitted at time of the extension request from the County, utilizing the available index at the time of request. The vendor adjustment request should not be in excess of the relevant pricing index change. If no adjustment request is received from the vendor, the County will assume the vendor has agreed that the extension term may be exercised without pricing adjustment. Any adjustment request received after the commencement of a new extension period may not be considered. County has the right to request pricing decreases at any time.

    • Number of extensions PPI SP Ext (required)

      The contract may be extended subject to written notice of agreement from the County and the successful bidder(s) for ___ additional...

      Example: 2

    • Extension length PPI SP Ext (required)

      ___ period(s) beyond the primary contract period. Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or ...

      Example: 12 month

    • NTE percentage PPI SP Ext (required)

      Term extensions will allow for price adjustments (Decrease/Increase) in an amount not to exceed the average of the Producer Price Index (PPI) or ___, whichever is less ...

      Example: 5%

    • Custom Index PPI SP Ext (required)

      for all Urban Consumers, Series Id: __________, Not Seasonally Adjusted, Area: U.S. city average, Item: All items, Base Period: 1982-84=100 for the twelve months prior.

      Example: PCU3259--3259- Other chemical product & preparation mfg

    • Solicitation Meetings (required)

      Select the meetings, if any, which will be organized during this solicitation.

    • Site Visit Location (required)

      Provide the street address (ex 400 South Fort Harrison Ave, Clearwater FL, 33756)

    • Site Visit Date (required)

      Format: Day of week, Month day, year (ex. Wednesday, February 15, 2023)

    • Site Visit Time (required)

      ex. 1:00 pm

    • Performance Security (required)

      Performance Security in the amount of <___> or <__> prior to execution of the contract

      Example: $500 or 5% - include dollar value or percent one or the other.

      or

      Not Applicable

    • Performance Security (N/A) (required)
    • $________ or _________% (required)

      Example: $500 or 5% - include dollar value or percent one or the other.

    • PRE-COMMENCEMENT MEETING (required)

      OPTION 1: NO PRE-COMMENCEMENT MEETING = NOT APPLICABLE

      OPTION 2: COUNTY REPRESENTATIVE = Upon award of bid, the County will coordinate a pre-commencement meeting with the successful Contractor. The meeting will require Contractor and the County Representative to review specific contract details and deliverable documents at this meeting to ensure the scope of work and work areas are understood.

      OPTION 3: FACILITY REPRESENTATIVE = A Pre-Commencement meeting will be held after the award of the contract and before the contract has started. Facility Representatives from all departments will be present to discuss their locations and any special instructions that may need to take place.

       

    • NO PRE-COMMENCMENT MEETING (required)
    • Does the contract resulting from this project require an agreement? (required)
    • Affidavit Acknowledgment
    • Common Carrier Attestation (required)

      Common Carrier Attestation used when there is a contract between a governmental entity and a common carrier or contracted carrier which is executed, amended, or renewed on or after October 1, 2022, including a grant agreement or economic incentive program payment agreement.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    • Foreign Countries of Concern (required)

      Foreign Countries of Concern Affidavit used when an entity has access to an individual’s personal identifying information and Beginning July 1, 2025, if a governmental entity intends to extend or renew a contract with an entity, and beginning January 1, 2024, if a governmental entity intends to accept a bid on, a proposal for, or a reply to, or enter into, a contract.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    • Human Trafficking Affidavit (required)

      Human Trafficking Affidavit used when a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services.

      To include the above affidavit in this solicitation select yes. If this is not applicable to this solicitation, select no.

    Questions & Answers

    Q (Budget): What is the projected budget for this project please?

    A: $2,250,000.00


    Q (Followers List): We manufacture mobile material handling machines with specialized attachments that can be mounted on a barge for this type of project. How can we obtain a copy of the followers list so we can offer our equipment solution? Thank you

    A: We do not have a followers list available to release. OpenGov will show the followers.


    Q (documentation): is there any documentation or photos of the tires on how they were placed or sizes of them ?

    A: There are only a couple of representative photos of the tires lying on the sea floor. The tires to recover consist of passenger car tires under 3 feet in diameter. The vast majority of the tires are split in half lengthwise.


    Q (No subject): Is this a SBE set aside? Are there benefits to using SBE companies as sub-contractors?

    A: This is not a mandatory SBE project. There are no scoring advantages for using SBE sub-contractors.


    Q (Period of Performance): What is the expected period of performance for this contract? Is there a start date and / or deadline the work needs to be finished?

    A: Start date would be the start date of the resulting agreement. The end date is anticipated to be July 31, 2027.


    Q (Contractor Certification): Per 3.13 Contractor License Requirement, what licenses will be specifically required to bid on this work?

    A: Contractor must be registered to do business in the State of Florida. Other licensing requirements would be any USCG license or certification required to operate the associated equipment.


    Q (Diving Operations): Given the scope of work summarized for this project. It appears that it would fall under commercial diving operations as defined by OSHA 1910 Subpart T. Will the contractor have to adhere to such regulations thru out the evolution of the project ? Thank you

    A: The Contractor shall adhere to OSHA 1910 Subpart T for all diving operations.


    Q (Certified Woman Owned): Is there any advantage for this RFP being State of Florida Certified Woman owned minority company ? Thank you

    A: This is not a CCNA project, there are no scoring advantages for using or being a SBE, WBE or MBE.


    Q (Depth): What is the maximum depth the tires are located at?

    A: The maximum depth of water for tire recovery occurs at the Rube Allyn reef location. The depth of water at that location can reach depths of up to 50'.


    Q (Timeline and Award): What is the timeline to remove the totality of the tires? Will more than one company be awarded?

    A: It is the County's intent to award to only one Contractor. The timeline to complete the tire removal activities is from the date of award through July 31, 2027.


    Q (Side Scan): Are the side scan results available in a more clean image or in Auto CAD format? Is water depth from side scan results available? Not just maximum of 50 ft stated, but what average water depth for each reef?

    A: Yes, the results of the side scan are available as dwg. files as well as a detailed results report and an excel list of each tire target located for each reef. Water depth and X and Y coordinates from the side scan results is available for each tire target located by sidescan (this information will be provided to the awardee). Average depth of water for each reef location is as follows: Rube Allyn Reef 45', Clearwater Reef 25', Treasure Island Reef 30', Madeira Beach Reef 30', St. Pete Beach Reef 35'.


    Q (Survey Pictures): Are there any pictures of the reefs or tires on bottom?

    A: There are a few pictures of the tires lying on the bottom. Most tires are sheered in half lengthwise, but some will be whole tires. All tires are less than 36" in diameter.


    Q (Type of tires, dimensions): What type of tires are there at the bottom of the reefs? Dimensions? Are there car tires, truck tires, bigger? Thanks.

    A: The tires are expected to be car and light truck tires less than 36" in diameter. Most tires are sheered in half lengthwise but some are whole.


    Q (Depths): Can you please share the maximum depth at each reef?

    A: Max depth at each reef is expected to be as follows: Rube Allyn Reef - 50' depth profile, Clearwater Reef - 30' depth profile, Treasure Island Reef - 35' depth profile, Madeira Beach Reef - 35' depth profile, St. Pete Beach Reef 35' depth profile.


    Q (Tire per reef Breakdown): Is there a breakdown of how many tires are at each reef?

    A: Clearwater Reef - Approximately 2,800 tires, Rube Allyn Reef - approx. 160 tires, Madeira Beach Reef - approx. 110 tires, St. Pete Beach Reef - approx. 60 tires, Treasure Island Reef - approx. 80 tires


    Q (No subject): 1.) If a tropical storm or hurricane occurs before the project is completed and affects one or more of the sites by adding extra debris, or burying/redistributing tires, will this be considered an add-on to the job scope?

    A: No, the intent is to clean each reef area of all visible reef tires and other marine debris once. The project scope will not be expanded to redo areas that have already been cleaned and certified as complete by the County. Nor will the areas be expanded beyond the defined boundaries of the reef areas. As cleaning progresses the County will certify each grid area as complete, once a grid area is certified complete, it will not be revisited for additional tire removal. The goal of this project is to make one thorough pass over each grid to remove reef tires and other Marine Debris.


    Q (No subject): If a derelict vessel is found at any of the sites will this also be an add-on to the job scope?

    A: No, derelict vessel removal is not part of this scope of work. Should a derelict vessel be located during the performance of this work the Contractor should notify the County representative so that it can be reported to the proper authorities.


    Q (Quantity): How many tires at each specific reef? Have any targets been identified with GPS coordinates and will those be supplied to the contractor?

    A: Yes the side scan sonar survey specifically identified the quantity of tires as reported in question 15. Each tire targe has gps coordinates to its specific location. This information will be provided to the awardee.


    Q (No subject): How are the tires tethered together and anchored to the bottom?

    A: The tires are not tethered together or anchored to the bottom they are free range tires. The tires were originally placed in bundles of 15-20 banded together with stainless steel strapping. That strapping failed many years ago and the tires are now lying on the bottom untethered and unanchored.


    Q (Location): Are the tires spread out over the entire reef or are there specific areas that have been identified that contain "clusters" of tires?

    A: The tires are widely spread over the entire project areas. There are areas that have a dense distribution of tires. The areas of dense distribution mainly occur at the Clearwater Reef location.


    Q (No subject): Will the contractor be required to collect other misc. debris not associated with or "attached" to tires? If so, what are the parameters of other debris?

    A: The Contractor shall also remove other Marine Debris that includes derelict fishing gear, ropes, anchors and general trash that may be collocated with reef tires.


    Q (Size): How many and how large are each of the grid sections for each of the reefs?

    A: Size and configuration of the grids is up to the Contractor but must be defined before work can proceed.


    Q (No subject): If the contractor has been asked to revisit a grid section following a county inspection and the tire(s) / debris still cannot be located or has been misidentified, how will this be handled? How many times will the contractor be expected to revisit the same grid section?

    A: The County will provide specific detailed information on what to collect should a grid need to be revisited. That information will include a description of the material (reef tire or marine debris), photo documentation of the material, and specific gps coordinates to the material. It is expected that the Contractor would only need to revisit a grid that failed certification once and only to remove specifically identified material.


    Q (Delays): Will an extension be issued for acts of nature such as a hurricane or red tide that would prohibit or significantly delay operations?

    A: The contract will include an optional term extension of one year to extend the timeline for performing the scope of work should weather and other environmental issues arise that delay the performance of the work. This would occur concurrent to extending the federal grant timeline that is funding the project.


    Key dates

    1. March 13, 2026Published
    2. April 16, 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.