SLED Opportunity · FLORIDA · CLAY COUNTY

    Construction Engineering and Inspection Services for SUN Trail

    Issued by Clay County
    countyRequest For QualificationClay CountySol. 213958
    Closed
    STATUS
    Closed
    due Apr 13, 2026
    PUBLISHED
    Mar 12, 2026
    Posting date
    JURISDICTION
    Clay County
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Clay County seeks qualifications from engineering firms for Construction Engineering and Inspection services for the SUN Trail road project. Services include contract administration, inspection, and materials testing. The project is FDOT funded. Bidders must follow strict communication rules and comply with local preference and Buy American policies. Bid bond and protest procedures apply.

    Opportunity details

    Solicitation No.
    213958
    Type / RFx
    Request For Qualification
    Status
    open
    Level
    county
    Published Date
    March 12, 2026
    Due Date
    April 13, 2026
    NAICS Code
    237310AI guide
    Jurisdiction
    Clay County
    State
    Florida
    Agency
    Clay County

    Description

    The Clay County Board of County Commissioners is requesting qualifications from professional engineering firms for Construction Engineering and Inspection (CEI) services from which are required for contract administration, inspection, and materials sampling and testing for the construction project listed below.

    SUN Trail along Old Jennings Road and Long Bay Road

    FDOT Funded (Financial Project ID: 449202-3-54-01)

     

    Bidders shall submit all inquiries regarding this RFB in the "Question and Answer" tab of the RFB. See "Inquiries/Questions" in the "Instructions to Bidders" below for more information.

    Bidders are prohibited from contacting, by any means, whether orally, telephonically, electronically or in writing, any member of the Board, any County employee, including the County Manager, the County Attorney or the Commission Auditor, any member of the designated Evaluation Committee or any agent of the County regarding the Request for Bids in any respect during the Request for Bid Period. The Request for Bid Period during which no contact may occur commences from the date of publication of the notice of a Request for Bids and ends upon a Bid Decision becoming final, i.e. after the notice of bid protest period of 72 hours has expired. However, in the event of a notice of protest, the no contact rule continues in place during the Protest Period and does not end until a resolution of the protest has occurred and become final. The following exceptions exist to the no-contact rule:

    1. Inquiries may be submitted to the Purchasing Department if specifically provided in the Request for Bids;
    2. Pre-bid conferences provided for in the Request for Bids; and
    3. Formal presentations by Bidders to the designated Evaluation Committee or to the Board or any committee thereof specifically contemplated in the Request for Bids.

    The Board reserves the right and power to reject any and all Bids without cause and to waive technical and non-technical or non-material defects in the Request for Bids or submittal of any Bid, and in its discretion to re-advertise the Request for Bids. The Board reserves the right to award Request for Bids which would be in the Best Interest of the County. Interested vendors are advised that the Clay County Board of County Commissioners has a local preference policy and Buy American policy. The complete policy for both can be viewed at: https://www.claycountygov.com/government/purchasing/vendor-information.

     

    FOLLOWING THE BID OPENING AND TABULATION, A “NOTICE OF INTENT TO AWARD BID” OR A “NOTICE OF REJECTION OF ALL BIDS” WILL BE POSTED ON THE INTERNET AT:https://procurement.opengov.com/portal/claycounty?status=all.

    THIS WEBPAGE CAN ALSO BE ACCESSED FROM THE HOMEPAGE OF THE COUNTY’S WEBSITE AT:https://www.claycountygov.com/government/purchasing/formal-bid-solicitations

    PROSPECTIVE BIDDERS ARE NOTIFIED THAT THE FAILURE TO INCLUDE A PROPER BID BOND OR OTHER SECURITY APPROVED UNDER THE COUNTY’S PURCHASING POLICY, IF REQUIRED FOR THIS REQUEST, WILL RESULT IN REJECTION OF THE BID AND SHALL, AS WELL AS THE FAILURE TO FILE A WRITTEN NOTICE OF PROTEST AND TO FILE A WRITTEN PETITION INITIATING A FORMAL PROTEST PROCEEDING WITHIN THE TIMES AND IN THE MANNER PRESCRIBED IN CHAPTER 8, SECTION I OF THE COUNTY’S PURCHASING POLICY SHALL, CONSTITUTE A WAIVER OF THE RIGHT TO PROTEST THE BID REQUEST, ANY ADDENDUM THERETO, OR THE BID DECISION, AS APPLICABLE, AND TO INITIATE A FORMAL PROTEST PROCEEDING UNDER THE PURCHASING POLICY. THE COUNTY’S PURCHASING POLICY CAN BE VIEWED AT THE COUNTY’S WEBSITE BY FOLLOWING THE APPROPRIATE LINKS FROM THE HOMEPAGE ADDRESS SET FORTH ABOVE.

    IF A PROSPECTIVE BIDDER IS IN DOUBT WHETHER THIS REQUEST REQUIRES A BID BOND, SUCH PROSPECTIVE BIDDER IS SOLELY RESPONSIBLE FOR MAKING APPROPRIATE INQUIRY.

    THE BOARD RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS WITHOUT CAUSE AND TO WAIVE TECHNICAL AND NON- TECHNICAL OR NON-MATERIAL DEFECTS IN THE REQUEST OR SUBMITTAL OF ANY BIDS.

    A PERSON OR AFFILIATE WHO HAS BEEN PLACED ON THE CONVICTED VENDOR LIST FOLLOWING A CONVICTION FOR A PUBLIC ENTITY CRIME MAY NOT SUBMIT A BID ON A CONTRACT TO PROVIDE ANY GOODS OR SERVICES TO A PUBLIC ENTITY, MAY NOT SUBMIT A BID ON A CONTRACT WITH A PUBLIC ENTITY FOR THE CONSTRUCTION OR REPAIR OF A PUBLIC BUILDING OR PUBLIC WORK, MAY NOT SUBMIT BIDS ON LEASES OF REAL PROPERTY TO A PUBLIC ENTITY, MAY NOT BE AWARDED OR PERFORM WORK AS A CONTRACTOR, SUPPLIER, SUBCONTRACTOR, OR CONSULTANT UNDER A CONTRACT WITH ANY PUBLIC ENTITY, AND MAY NOT TRANSACT BUSINESS WITH ANY PUBLIC ENTITY IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES, FOR CATEGORY TWO FOR A PERIOD OF 36 MONTHS FROM THE DATE OF BEING PLACED ON THE CONVICTED VENDOR LIST.

    Project Details

    • Reference ID: 25/26-016
    • Department: Engineering
    • Department Head: Richard Smith (Engineering Director)

    Important Dates

    • Questions Due: 2026-03-30T20:30:23.626Z
    • Answers Posted By: 2026-04-02T20:30:11.126Z

    Meetings & Milestones

    EventDateLocation
    Bid Open2026-04-14T13:00:37.247ZClay County Administration Building Fourth Floor 477 Houston Street Green Cove Springs, Florida 32043

    Addenda

    • Addendum #1 (released 2026-03-24T12:10:17.618Z) —

      Per this Addendum, the following Section has been updated:

      • Section 6 - Attachments
        • Long Bay Rd SUN Trail Preliminary Plans

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

    Evaluation Criteria

    • COMPETENCE: Firm Capabilities; Professional, Technical, Educational Achievements - 4 POINTS (4 pts)

      Detailed description of comparable projects, not to exceed three (3) contracts, similar in scope of services to those requested herein, which the prime Consultant or its principals is either performing or has completed within the past ten (10) years..

      Prime Consultant qualifications and experience in the management of comparable projects in size and scope.

      The specific role of the firm in any project, which is referred to with regard to the firm’s experience.

      The following information was also included: client name, address, telephone, contact person, description of work, contract period, a statement as to whether the firm was the prime consultant or subconsultant, and the result of the project.

    • COMPETENCE: Accuracy of Engineer's Estimates on Recent Projects - 1 POINT (1 pts)

      Engineers Estimate and Actual Cost were accurate.

    • COMPETENCE: Licensure & Training - 1 POINT (1 pts)

      Documentation which demonstrates that the Consultant is licensed under Florida Statutes to perform the professional services sought in this Request for Qualifications.

      A photocopy of a current license issued by the State of Florida Department of Professional Regulation, or other written documentation which authorizes the Consultant in accordance with Florida Statutes to perform the services required by this Request for Qualifications.

    • COMPETENCE: Description of Equipment and Facilities - 1 POINT (1 pts)

      Description of Consultant’s equipment and facilities, which will be used to perform these services.

       

    • COMPETENCE: Applicable Experience of Proposed Staff Gained on Similar Projects - 3 POINTS (3 pts)

      Number and size of staff, names and resumes of those individuals to be assigned to these services.

      Overall experience of staff as it relates to the services being sought.

      Name and office locations of any subconsultants proposed to be used on these services and the estimated percentage of the work, which will be done by each such sub- consultant..

    • CURRENT WORK LOAD: Number and Size of Current Projects - 1 POINT (1 pts)

      Number and size of projects currently being performed in the Consultant’s office was provided.

    • CURRENT WORK LOAD: Personnel Assigned - 0.5 POINTS (1 pts)

      Personnel assigned to the projects listed above was provided.

    • CURRENT WORK LOAD: Stage of Completion - 0.5 POINTS (1 pts)

      Stage of completion of the projects listed was provided.

    • CURRENT WORK LOAD: Status Relative to Deadlines; Reasons for Tardiness - 1 POINT (1 pts)

      Status of each project relative to completion schedules and a list of reasons for any delayed projects.

    • CURRENT WORK LOAD: Projected Personnel Availability - 7 POINTS (7 pts)

      Projected personnel availability for the services being sought.

    • FINANCIAL RESPONSIBILITY: Years in Business - 4 POINTS (4 pts)

      >10 Years = (4) 5-10 Years = (3) 4-5 Years = (2) <4 Years = (1)

      The form of business, i.e., proprietorship, partnership, corporation; years in business, changes in ownership.

    • FINANCIAL RESPONSIBILITY: Bank Reference - 1 POINTS (1 pts)

      YES = 1 NO = 0

      Bank Reference(s) were provided.

    • FINANCIAL RESPONSIBILITY: Balance Sheet - 5 POINTS (5 pts)

      7 Figures = (5) HIGH 6 Figures= (3) LOW 6 Figures. = (2) 5 Figures. = (1) NONE = (0)

    • ABILITY: Ability and Experience of Consultant and Assigned Personnel in Observing and Monitoring Construction Projects - 6 POINTS (6 pts)

      The ability and experience of Consultant and assigned personnel in observing and monitoring construction projects.

    • ABILITY: Ensuring that Construction is Proceeding in Accordance With The Plans and Specifications - 2 POINTS (2 pts)

      Ability and experience of Consultant ensuring that construction is proceeding in accordance with the plans and specifications, and other construction phase services.

    • ABILITY: Ability to Interpret Specifications as Evidenced by Response to this Request for Qualifications - 2 POINTS (2 pts)

      Consultant's ability to interpret specifications as evidenced by the preparation of a response to this Request for Qualifications.

    • VOLUME OF WORK FOR CLAY COUNTY - 5 POINTS (5 pts)

      The volume of current and prior work performed for Clay County shall be considered a minus factor, with the objective of effecting an equitable distribution of contracts among qualified firms, provided such distribution does not violate the principle of selection of the most highly qualified Consultants.

      Provide a list of all Clay County Board of County Commissioners (BCC) projects on which Consultant has been awarded fees during the past five (5) years. Include only those in which consultant was the prime consultant (do not delete fees paid to subconsultants or others) If the Consultant has not performed work for the BCC during the past five (5) years, the response should so clearly state.

      FACTOR: FY20/21 (0.2) FY21/22 (0.4) FY22/23 (0.6) FY23/24 (0.8) FY24/25 (1.0)

      The FACTOR is multiplied by the monetary amount of work done by the Consultant for the County during that specific Fiscal Year, giving you the VOLUME. All of the VOLUMES are combined and provide an ADJUSTED TOTAL.

      The ADJUSTED TOTAL is then reviewed to see what TOTAL POINTS will be given.

      The ADJUST TOTAL(s) provide the following Points:

      $1,000,000.00 to $875,000.00 = 1 Point

      $625,000.00 to $875,000.00 = 2 Points

      $375,000.00 to $625,000.00 = 3 Points

      $125,000.00 to $375,000.00 = 4 Points

      $0.00 to $125,000.00 = 5 Points

       

       

    • PROFESSIONAL ACCOMPLISHMENTS: Significant List of Completed Projects Similar In Scope, Including References and Outstanding Accomplishments - 10 POINTS (10 pts)

      Completed projects similar in scope to the projects under consideration, previously performed by Consultant, and references to include owner's contact person and telephone number.

      Any outstanding accomplishments of the Consultant that relates to the specific services being sought.

      A description of all projects on which the Consultant has performed work during the past 5 years for Clay County as the Prime Consultant.

      If the Consultant has performed no work for Clay County in the past five (5) years, the response should so clearly state.

      Inserted Image

       

    • APPROACH AND WORK PLAN: Understanding of Scope and Objectives - 15 POINTS (15 pts)

      A narrative to show the Consultants understands the scope and objectives to be performed.

    • APPROACH AND WORK PLAN: Approach To The Services Required / Workplan - 5 POINTS (5 pts)

      The approach to the services as required and the specific work plan to be employed to complete the work.

       

    • APPROACH AND WORK PLAN: Organization, Management, and the Responsibilities - 5 POINTS (5 pts)

      The approach to organization, management, and the responsibilities of the management staff and personnel that will perform the work on the project.

    • TIME AND BUDGET(A.) - 3 POINTS (3 pts)

      Statements and references demonstrating that the proposer met both time and budget requirements on seven (7) projects of similar size and scope that were completed by the proposer within the past three (3) years and that the proposer is meeting both time and budget requirements on multiple concurrent projects of similar size and scope that are currently being performed by the proposer (“Reference Projects”). As part of its response to this evaluation criterion, the proposer:

      A.) Must submit an expressed statement of its overall willingness to meet both time and budget requirements for the projects in question; and

    • TIME AND BUDGET(B.) - 7 POINTS (7 pts)

      B.) Should submit, without limitation, project narratives, schedules, design and construction cost and fee summaries and owner references for any Reference Projects. Any Reference Project which has been completed or for which construction is underway will segregate and identify any design-related schedule or budget impacts. Design schedule and budget information will include both the original and the current or completed schedule and cost data.

       

    Submission Requirements

    • Response Acknowledgement (required)

      The Bidder acknowledges the following:

      The Bidder respond to this RFB in the manner that is being requested of me.

      The Bidder is not to add embedded links to any documents, as they will not be accessed / reviewed / evaluated. Hyperlinks are defined as a link from a hypertext file or document to another location or file, typically activated by clicking on a highlighted word or image on the screen. 

      When a document is required to be uploaded, it must be in PDF format. If the document is not in PDF format, it may not be accessed / reviewed / evaluated.

      The Bidder is not to add any hyperlinks or embedded links to response boxes within the questionnaire, as they will not be accessed / reviewed / evaluated.

    • Proprietary/Confidential Information (required)

      In accordance with Chapter 119 of the Florida Statutes (Public Records Law) and except as may be provided by other applicable State and Federal Law, all Bidders should be aware that Bids are public record.

      If the Bidder considers any portion of the documents, data or records within their Bid to be confidential and/or proprietary and which they believe to be exempt from disclosure, the Bidder must mark the document/response as “Confidential” in the applicable section, citing specifically the applicable exempting law and provide the County with a separate redacted copy of its Bid.

      In the event of a request for public records that is in accordance with the above mentioned authority, to which documents that are marked as confidential are responsive, the County will provide the Redacted Copy to the requestor.

      The Bidder acknowledges that if the Bidder fails to submit a redacted copy of information it claims is confidential, the County is authorized to produce the entire documents, data or records submitted to the County in answer to a public records request for these records.

    • Separate Redacted Copy of Bid

      If Question Number 2: Proprietary/Confidential Information is Applicable to you, please read/ follow the instructions below:

      Once you have completed all sections of this RFB, create a document that is comprised of the information you have provided.

      Redact any portion of the documents, data or records within your Bid that you believe to be confidential and/or proprietary and which you believe to be exempt from disclosure and upload the Redacted copy here.

    • Litigation, Investigations, and Disputes Disclosure (A) (required)

      Has Bidder (including any parent company, subsidiaries, affiliates, officers, directors, or key personnel) been involved in any litigation, arbitration, or administrative proceedings (past or pending) related to its business operations within the past ten (10) years? 

      If Yes, please provide a detailed explanation, including:

      • Case caption and number

      • Jurisdiction (court or administrative body)

      • Brief description of the nature of the dispute

      • Status or outcome (e.g., pending, settled, dismissed, judgment entered)

      • Copies of legal documentation substantiating the information provided above 

      Important: Failure to fully disclose any relevant information, or any misrepresentation or omission of facts, may result in any remedy deemed to be in the best interest of the County.

    • Litigation, Investigations, and Disputes Disclosure (B)

      If Bidder answered 'Yes' to Litigation, Investigations, and Disputes Disclosure (A), please provide a detailed explanation, including:

      • Case caption and number

      • Jurisdiction (court or administrative body)

      • Brief description of the nature of the dispute

      • Status or outcome (e.g., pending, settled, dismissed, judgment entered)

      • Copies of legal documentation substantiating the information provided above 

      Important: Failure to fully disclose any relevant information, or any misrepresentation or omission of facts, may result in any remedy deemed to be in the best interest of the County.

    • Legal Name (required)

      Please enter your Company's Legal Name. 

    • Approved Designated Signee (required)

      Please provide the full name, title, and email address of the authorized signee for your company.

    • Company Contact Information (required)

      Please provide the following details for your Company's primary contact person:

      1. Company Primary Contact Name:
        (First and Last Name)
      2. Company Primary Contact Role:
        (Position or Title within the Organization)
      3. Company Primary Contact Phone Number:
        (Include Area Code)
      4. Company Primary Contact Email Address:
        (Please provide a valid and frequently monitored email address)
    • Company Remittance Address (required)

      Please provide your Company's remittance address. 

      The Address should include: 

      Street Address: This should include the building number, street name, and, if applicable, suite number.

      City, State, and ZIP Code: The city and state should be fully spelled out (unless state abbreviations are standard), followed by the ZIP Code.

      Example of a Complete Address:

      John Doe
      1234 Elm Street, Apt 5B
      Springfield, IL 62704

    • W-9 (required)

      Please fill out the attached W-9. 

    • EFT Authorization Form

      Please download the below documents, complete, and upload.

    • SunBiz Verification (required)

      Please enter your EIN number here

    • E-Verify (required)

      Please enter your Company's legal name. 

      If you are not currently registered with E-Verify, please do so as soon as possible. ALL Bidders must be registered with E-Verify in order to enter into an Agreement with the County. 

    • E-Verify (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure: (required)

      County Employee: Please mark yes or no if you work for Clay County as an employee.

    • Conflict of Interest Disclosure: (required)

      An outside personal economic relationship which affords present or future financial benefits to an employee, his family or to individuals with whom he has business or financial ties may be considered a conflict of interest requiring evaluation by the County Manager.

      Please select one of the options below:

    • Conflict of Interest Disclosure: (required)

      Please identify yourself, family member or other conflict of interest.

      If you selected: "I certify that neither my family nor myself are employees of the County and will benefit financially by doing business with Clay County." please enter "Not Applicable".

    • Section 287.05701, Florida Statutes - Prohibition against considering social, political, or ideological interests in government contracting (required)

      Bidders are hereby notified of the provision of section 287.05701, Florida Statutes, as amended, that the Clay County Board of County Commissioners will not request documentation of or consider a Bidder's social, political, or ideological interests when determining if the Bidder is a responsible Bidder.

      The Bidder acknowledges they were notified of the provisions in section 287.05701, Florida Statutes. 

    • Term Acknowledgement (required)

      The Bidder acknowledges that they have thoroughly reviewed the term outlined in the Scope of Work.

    • Grant Agreement Terms and Conditions (required)

      The Bidder acknowledges that they have thoroughly reviewed Contract No. 2023/2024-120,  between Clay County and Florida Department of Transportation and agrees that the Bidder and its Sub-Contractors shall comply with all terms and conditions listed in the Agreement in addition to all federal, state, and local laws and regulations applicable to this RFB. 

    • Proof of Insurance (required)

      Provide certificate(s) of insurance.

      Certificates of insurance shall meet or exceed the requirements listed in Section 2. Instructions to Bidders of this RFB.

      Failure to provide proof of insurance that meets or exceeds the requirements listed in Section 2. Instructions to Bidders  may result in a Bidder being deemed non-responsive and therefore removed from consideration.

      Please upload Insurance document(s) here.

    • Workers' Compensation Exemption (A) (required)

      Is Bidder currently exempt from carrying Workers’ Compensation insurance? 

      If Yes, Bidder must provide a valid Certificate of Election to be Exempt issued by the Florida Division of Workers’ Compensation.

      See the next question to upload your valid Certificate of Election to be Exempt.

    • Workers' Compensation Exemption (B)

      If Bidder Answered 'Yes' to Workers' Compensation Exemption A., please upload a valid Certificate of Election to be Exempt issued by the Florida Division of Workers’ Compensation here. 

    • Drug-Free Workplace (required)

      Pursuant to Section 287.087, Florida Statutes, whenever two or more bids, proposals, or replies that are equal with respect to price, quality, and service are received by the state or by any political subdivision for the procurement of commodities or contractual services, a bid, proposal, or reply received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall:

      (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 violations.

      (3) Give each employee engaged in providing the commodities or contractual services that are under bid 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 under bid, 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 contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than 5 days after such conviction.

      (5) Impose a 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.

       

      Does the Bidders business certify that it has implemented a drug-free workplace program? Please answer yes or no below. 

    • Drug-Free Workplace Policy

      If the Bidders Company has a drug-free workplace policy, please upload such policy. 

    • Contract Negotiations Acknowledgement (required)

      During contract negotiations, successful proposers will be required to provide a Schedule of Proposed Rates. Such rates and costs will be used in the negotiation of fees and shall remain in effect throughout the length of the contract, except – at the sole discretion of the County such rates may be adjusted when an amendment to the original agreement is being negotiated; provided any increases in rates shall not exceed actual increases in the appropriate index (CPI) for the service being provided since the date of the Original Agreement (Contract). Any allowable rate adjustments for subconsultants shall also follow this procedure.

    • Obtaining Plans for the Project - Exempt Documents Distribution Form (required)

      Due to Florida Statute 119.071(3)(b), plans for this project are exempt from Public disclosure. Plans will be given to all Contractors who attend the Mandatory Pre-Bid meeting and who complete an Exempt Documents Distribution Form. The County shall provide the form.  Any Subcontractors and major material suppliers that the Bidder provides the plans to are also required to complete an Exempt Documents Distribution Form.

      Download the Exempt Documents Distribution Form, have all applicable parties complete the form, and upload.

    • Scrutinized Companies Certification (required)

      Please download the below documents, complete, and upload.

    • Davis Bacon (required)

      I have read and acknowledge the document(s) attached above for the Davis Bacon Wage Rates.

    • Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (required)

      Please download the below documents, complete, and upload.

    • Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion (required)

      Please download the below documents, complete, and upload.

    • Certification Regarding Debarment Suspension, Ineligibly (required)

      Please enter your legal company name.

    • Byrd Anti-Lobbying Compliance and Certification Regarding Lobbying (required)

      Please download the below documents, complete, and upload.

    • Compliance with ARPA Federal Guidelines (required)

      Please download the below documents, complete, and upload.

    • Conflict of Interest Disclosure Form (required)

      Please download the below documents, complete, and upload.

    • Section 3 - Information and Instructions for Contractors & Subcontractors (required)

      A Section 3 “Right to Match” preference shall be afforded to enhance the opportunities and ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance funding shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons of local businesses to receive awards of Clay County contracts.

      A “Section 3 Business” is defined as a business that provides evidence of their Section 3 certification at the time the bid is offered to the County; evidence shall not be provided after the bid closing time.

      When a qualified and responsive, non-Section 3 business submits the lowest price bid, and the bid submitted by one or more qualified and responsive Section 3 Business is within ten percent (10%) of the price submitted by the non-Section 3 business, then the Section 3 Business with the apparent lowest bid offer (i.e. the lowest Section 3 bidder) shall have the opportunity to submit, an offer to match the price(s) offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non-Section 3 bidder and the lowest Section 3 bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest bidder meets the requirements of Section 287.087 F.S.

      If the lowest Section 3 bidder meets the requirements of 287.087, F.S., the Purchasing Department shall invite the lowest Section 3 bidder to submit a matching offer to the Purchasing Department which shall be submitted within five (5) business days thereafter. If the lowest Section 3 bidder submits an offer that fully matches the lowest bid from the lowest non-Section 3 bidder tendered previously, then award shall be made to the Section3 bidder. If the lowest Section 3 bidder declines or is unable to match the lowest non- Section 3 bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest Section 3 bidder does not meet the requirement of Section 287.087 F.S. and the lowest non- Section 3 bidder does, award will be made to the bidder that meets the requirements of the reference state law.

      Bidder must complete and submit with their bid response the Affidavit and Certification for Claiming Status as a Section 3 Business which is included as part of this solicitation and their current Section 3 certification.

      Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for Section 3 preference on this solicitation.

      A Bidder who misrepresents the Section 3 Preference status of its firm in a bid submitted to the County will lose the privilege to claim Section 3 Preference status for a period of up to one (1) year.

      If necessary, the contracting agency may conduct discussions with qualified and responsive bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and verify qualifications and responsiveness to solicitation requirements.

      This project is subject to the provisions of Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. 1701u). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by certain HUD Housing and/or Community Development Assistance shall, to the greatest extent feasible, and consistent with existing Federal, State, and local law and regulations, be directed to low- and very-low income persons and to business concerns which provide economic opportunities to low- and very-low income persons

       

      A Section 3 business concerned is defined as follows:

      1. That is 51 percent or more owned by Section 3 residents; or

      2. Whose permanent, full-time employees include persons, at least 30 percent of whom are currently Section 3 residents, or within three years of the date of first employment with the business concern were Section 3 residents; or

      3. That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to business concerns that meet the qualifications set forth in section one or two above.

      In conformance with Section 3 federal regulations (24 CFR Part 135), Clay County shall direct efforts to award Section 3 covered contracts, to the greatest extent feasible, to Section 3 business concerns in the order of priority listed below:

      1. Category 1 businesses: Section 3 business concerns that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located;

      2. Category 2 businesses: Applicants (as this term is defined in 42 U.S.C. 12899) selected to carry out HUD HOUSING AND/OR COMMUNITY DEVELOPMENT ASSISTANCE Youthbuild programs;

      3. Category 3 businesses: Other Section 3 business concerns. A business concern seeking to qualify for a Section 3 contracting preference shall certify that the business concern is a Section 3 business concern as described above.

       

      Please download the below documents, complete, and upload.

    • CDBG Supplemental Conditions for Construction Contracts (required)

      Please download the below documents, and acknowledge receipt on the question below.

    • CDBG Supplemental Conditions for Construction Contracts (required)

      I have read and acknowledge the document(s) for CDBG Supplemental Conditions for Construction Contracts attached above.

    • Clay County Community Development Block Program Purchasing Policy (required)

      Please download the below documents, and acknowledge receipt on the question below.

    • Clay County Community Development Block Program Purchasing Policy (required)

      I have read and acknowledge the documents(s) (Clay County Community Development Block Program Purchasing Policy)

    • Hazard Mitigation Grant Program (HMGP) Compliance Required Contract Clauses (required)

      Please download the below documents, complete, and upload.

    • FDOT Documentation (required)

      Please download the below documents, complete, and upload.

      1. FDOT Form 375-030-32

      2. FDOT Form 375-030-33

      3. FDOT Form 375-030-34

    • Submittal Sections

       

      • Competence
      • Workload
      • Financial Responsibility
      • Inspection and Post Design
      • Volume
      • Professional Accomplishments
      • Approach and Work Plan
      • Time and Budget

       

       

    • COMPETENCE - Firm Capabilities; Professional, Technical, Educational Achievements (required)

      Provide a detailed description of comparable projects, not to exceed three (3) contracts, similar in scope of services to those requested herein, which the prime firm or its principals is either performing or has completed within the past ten (10) years. Describe the prime firm’s qualifications and experience in the management of comparable projects in size and scope. The specific role of the firm in any project, which is referred to with regard to the firm’s experience, shall be described in detail.

      This information must include client name, address, telephone, contact person, description of work, contract period, a statement as to whether the firm was the prime consultant or subconsultant, the Engineers Estimate, the actual cost of the project(s), and the result of the project.

    • COMPETENCE - Licensure & Training (required)

      Provide written documentation which demonstrates that the Consultant is licensed under Florida Statutes to perform the professional services sought in this RFQ. Provide a photocopy of a current license issued by the State of Florida Department of Professional Regulation, or other written documentation which authorizes the Consultant in accordance with Florida Statutes to perform the services required by this RFQ.

    • COMPETENCE - Description of Equipment and Facilities (required)

      Provide description of Consultant’s equipment and facilities, which will be used to perform these services.

    • COMPETENCE - Applicable Experience of Proposed Staff Gained on Similar Projects (required)

      Provide number and size of staff, and names and upload resumes of those individuals to be assigned to these services. Discuss overall experience of staff as it relates to the services being sought.

      Provide the name and office locations of any subconsultants proposed to be used on these services and the estimated percentage of the work, which will be done by each such sub- consultant. Evaluation of competency criterion will include a consideration of any proposed sub- consultants.

    • CURRENT WORK LOAD - Number and Size of Current Projects, Personnel Assigned, & Stage of Completion (required)

      Provide number and size of projects currently being performed in the Consultant’s office, Personnel assigned thereto and stage of completion of such projects, status of each project relative to completion schedules, reasons for any delayed projects, and projected personnel availability. Discuss the ability of the Consultant to execute multiple concurrent projects and contracts given its current workload.

    • FINANCIAL RESPONSIBILTY - Years in Business (required)

      Provide form of business (i.e., proprietorship, partnership, corporation), years in business, and any changes in ownership.

    • FINANCIAL RESPONSIBILTY - Bank Reference(s) (required)

      Provide and upload bank reference(s).

    • FINANCIAL RESPONSIBILTY - Statement of Financial Position (required)

      Provide a statement of financial position including a balance sheet for the most recently completed Fiscal Year.

    • ABILITY - Ability and Experience of Consultant and Assigned Personnel (required)

      Describe ability and experience of Consultant and assigned personnel in observing and monitoring construction projects, ensuring that construction is proceeding in accordance with the plans and specifications, and other construction phase services. Evaluation of this criterion will also consider the Consultant's ability to interpret specifications as evidenced by the preparation of a response to this RFQ.

    • VOLUME - Current and Prior Work Performed for Clay County (required)

      The volume of current and prior work performed for Clay County shall be considered a minus factor, with the objective of effecting an equitable distribution of contracts among qualified Consultants, provided such distribution does not violate the principle of selection of the most highly qualified Consultants.

      Submit a list of all Clay County Board of County Commissioners (BCC) projects on which Consultant has been awarded fees during the past five (5) years. Include only those in which consultant was the prime consultant (do not delete fees paid to subconsultants or others) If the Consultant has not performed work for the BCC during the past five- (5) years, the response should so clearly state. Failure to provide complete and accurate information will result in lower score on evaluation.

      Please list the contract number, project description, original contract amount, plus total of any amendments in the year they were executed for the following Fiscal Years:

      1. FY 20/21

      2. FY 21/22

      3. FY 22/23

      4. FY 23/24

      5. FY 24/25

      NOTE: Fiscal Year (FY) = October 1 – September 30

    • PROFESSIONAL ACCOMPLISHMENTS - Past and Present Record of Professional Accomplishments and past Record of Performance for Using Agencies (required)

      Provide list of completed projects similar in scope to the projects under consideration, previously performed by Consultant, and references to include owner's contact person and telephone number. Describe any outstanding accomplishments of the Consultant that relates to the specific services being sought. Submit any letters of commendation or awards won which reflect on the performance and accomplishments of the Consultant.

      Provide description of all projects on which the Consultant has performed work during the past 5 years for Clay County. List only those projects where the Consultant was the prime (not a subconsultant). Provide a self-assessment of the Consultant's performance on each project.

      If the Consultant has performed no work for Clay County in the past five (5) years, the response should so clearly state.

    • PROFESSIONAL ACCOMPLISHMENTS - Letters of Commendation or Awards Won Which Reflect on the Performance and Accomplishments of the Consultant.

      Please upload any letters of commendation or awards won which reflect on the performance and accomplishments of the Consultant.

    • APPROACH AND WORKPLAN
    • Ability to Construct an Approach and Work plan to Meet the Project Requirements (required)

      Include a narrative to show the proposer has an understanding of the scope and objectives to be performed. The Consultant should describe the approach to the services as required and the specific work plan to be employed to complete the work. Describe the approach to organization, management, and the responsibilities of the management staff and personnel that will perform the work on the project.

    • TIME AND BUDGET - Willingness to Meet Requirements, Project Narratives, Schedules, Design and Construction Cost and Fee Summaries, and Owner references (required)

      In an effort to remain consistent with Chapter 287, Florida Statutes, responding to this evaluation criterion necessitates that a proposer include statements and references demonstrating that the proposer met both time and budget requirements on seven (7) projects of similar size and scope that were completed by the proposer within the past three (3) years and that the proposer is meeting both time and budget requirements on multiple concurrent projects of similar size and scope that are currently being performed by the proposer (“Reference Projects”). As part of its response to this evaluation criterion, the proposer:

      1. Must submit an expressed statement of its overall willingness to meet both time and budget requirements for the projects in question; and
      2. Should submit, without limitation, project narratives, schedules, design and construction cost and fee summaries and owner references for any Reference Projects. Any Reference Project which has been completed or for which construction is underway will segregate and identify any design-related schedule or budget impacts. Design schedule and budget information will include both the original and the current or completed schedule and cost data.
    • Insurance Requirements (required)

      Have you verified if there will be additional insurance coverage requirements for this solicitation?

      If you answer Yes, please make sure to review / update / change the Insurance requirements listed in the Instructions to Bidders Section.

    • Will this RFB be Funded through a Grant or Federal Funds? (required)

      Examples: ARPA, CDBG, FEMA and etc...

      IF THIS SOLICITATION IS FEDERALLY FUNDED, PLEASE CHOOSE THE APPLICABLE DOCUMENTS AND SELECT "YES"

    • FDOT (required)

      Is this Bid an FDOT Project?

    • Davis Bacon (required)

      Will this Bid require the Davis Bacon Rate Wages?

    • Florida Statute 119.071(3)(b) (required)

      Are the plans for this RFB solicitation subject to Florida Statute 119.071(3)(b) ? See statute below:

      (b)1. Building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, which depict the internal layout and structural elements of a building, arena, stadium, water treatment facility, or other structure owned or operated by an agency are exempt from s. 119.07(1) and s. 24(a), Art. I of the State Constitution.
       
      2. This exemption applies to building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, which depict the internal layout and structural elements of a building, arena, stadium, water treatment facility, or other structure owned or operated by an agency before, on, or after the effective date of this act.
       
      3. Information made exempt by this paragraph may be disclosed:
      a. To another governmental entity if disclosure is necessary for the receiving entity to perform its duties and responsibilities;
      b. To a licensed architect, engineer, or contractor who is performing work on or related to the building, arena, stadium, water treatment facility, or other structure owned or operated by an agency; or
      c. Upon a showing of good cause before a court of competent jurisdiction.
      4. The entities or persons receiving such information shall maintain the exempt status of the information.
       

      EXAMPLES: Clay County Jail, Clay County Court House, Admin Building. 

    • Grant Agreement (required)

      Will you be referencing and attaching a Grant Agreement to this RFB?

       

      IF YES - The Supplier questionnaire Confirmation Question will populate:

      Grant Agreement Terms and Conditions 

      The Bidder acknowledges that they have thoroughly reviewed Contract No. _________,  between Clay County and _______________ and agrees that the Bidder and its Sub-Contractors shall comply with all terms and conditions listed in the Agreement in addition to all federal, state, and local laws and regulations applicable to this RFB. 

       

      YOU WILL NEED TO FILL IN THE BLANKS AND EDIT AS NEEDED!

    Questions & Answers

    Q (No subject): What is the estimated CEI fee for this Project?

    A: Per Florida Statute the budget is “confidential and exempt from the provisions of f.s. 337.168(1) until the contract for the project has been executed or until the project is no longer under active consideration.”


    Q (No subject): What is the estimated start date for this project?

    A: The project is estimated to start the 3rd quarter of this year.


    Q (No subject): What is the estimated duration for this project?

    A: Currently it is estimated to be a 18 month project. However, that is subject to change based upon final plans and grant requirements.


    Q (Project Plans): Are construction plans and/or design documents available for the SUN Trail along Old Jennings Road and Long Bay Road project? If so, please advise where the plans can be accessed or downloaded, or if they will be issued via addendum.

    A: Preliminary plans have been released with Addendum #1.


    Key dates

    1. March 12, 2026Published
    2. April 13, 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.