SLED Opportunity · FLORIDA · CITY OF WINTER PARK

    Continuing Engineering Services for the Water & Wastewater Utilities Department

    Issued by City of Winter Park
    cityRFICity of Winter ParkSol. 235444
    Closed
    STATUS
    Closed
    due Mar 31, 2026
    PUBLISHED
    Feb 27, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    City of Winter Park seeks qualified engineering firms for continuing professional services in water and wastewater utilities under Florida statutes.

    Opportunity details

    Solicitation No.
    235444
    Type / RFx
    RFI
    Status
    open
    Level
    city
    Published Date
    February 27, 2026
    Due Date
    March 31, 2026
    NAICS Code
    541330AI guide
    State
    Florida
    Agency
    City of Winter Park

    Description

    In accordance with the provisions of Section 287.055, Florida Statutes (Consultants Competitive Negotiation Act), the City of Winter Park ("City") is seeking statements of qualifications from firms to provide professional engineering services for the Water and Wastewater Utilities Department under a continuing contract. Respondents must be licensed and authorized to perform professional engineering services in the State of Florida pursuant to Section 471.023, Florida Statutes, and demonstrate the appropriate professional experience and qualifications to provide these services to the City.

    Project Details

    • Reference ID: RFQ26-11
    • Department: Water & Wastewater Utilities
    • Department Head: Dave Zusi (Director)

    Important Dates

    • Questions Due: 2026-03-20T14:00:41.354Z

    Meetings & Milestones

    EventDateLocation
    Selection Committee Meeting2026-04-15T17:00:49.754ZCity Hall - Chapman Room 401 S Park Avenue Winter Park, Florida 32789
    Final Ranking Meeting2026-04-28T04:00:00.000ZCity Hall - Chase Room 401 S Park Avenue Winter Park, Florida 32789

    Addenda

    • Official Notice #1: CH2M Hill Proposal and RFQ Evaluation Matrix (released 2026-03-24T19:37:21.377Z) —

      (Jacobs Engineering Group, Inc. formerly known as CH2M Hill)

    Evaluation Criteria

    • Qualifications and Experience of Key Project Staff (30 pts)

      Respondents will be evaluated based on the qualifications and relevant experience of the key personnel and consultants proposed for the project. This includes relevant knowledge and experience on similar projects that will translate into the successful execution of the project.

    • Technical Expertise and Approach (40 pts)

      Respondents will be evaluated based on their technical expertise, proposed approach and methodology, understanding of the scope of work, project management and communication plan, and ability to meet budget and provide services in a timely manner.

    • Financial Stability and Capacity (10 pts)

      Respondents will be evaluated based on their financial stability and capacity to successfully perform the required services. This includes an assessment of their financial resources, historical financial performance, and overall ability to sustain project operations without risk of interruption.

    • Professional Contacts (15 pts)

      Respondents will be evaluated based on how relevant the projects are to this RFQ.

    • Local Presence (5 pts)

      Respondents will be evaluated based on their verified local business presence as follows: five (5) points for firms located within the City of Winter Park; three (3) points for firms located within Orange County; one (1) point for firms located within the State of Florida; zero (0) points for firms located outside the State of Florida.

    • Quality of Engagement (25 pts)

      Respondents will be evaluated based on their ability to engage and respond effectively to the committee's questions and comments.

    • Project Understanding & Alignment (25 pts)

      Respondents are evaluated based on their demonstrated understanding of the RFQ's objectives, scope of services, key challenges, and alignment of their approach with the organization's goals.

    • Availability & Capacity (25 pts)

      Respondents will be evaluated based on their firm's projected workloads while maintaining the City's needs, if awarded the contract.

    • Past Performance and Project Outcomes (25 pts)

      Respondents are evaluated on the successful completion of comparable projects, adherence to project schedules (including records or early, on-time, or delayed completions), and the overall quality of completed work.

    Submission Requirements

    • Federal Provision Forms (required)

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

    • Statement of E-Verify Requirements Compliance (required)

      By confirming, I, the duly authorized representative/agent of the firm I am representing for this solicitation hereinafter referred to as Successful Respondent, by this Affidavit, attest to the following:

      The Successful Respondent acknowledges that Section 274A of the Immigration and Nationalization Act and other relevant provisions of law prohibit the employment of unauthorized aliens; that the U.S. Department of Homeland Security has established an E-Verify System that allows employers to verify employee eligibility in an efficient manner; and that the Office of the Governor of the State of Florida has issued Executive Order 11-116, encouraging public agencies not under the control of the Governor to include as a provision of contracts for the provision of goods or services a requirement that contractors and subcontractors utilize the E-Verify System to verify employee eligibility. Successful Respondent hereby affirms and agrees that Successful Respondent is in compliance and shall at all times comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens. Successful Respondent shall verify the eligibility of its current and prospective employees utilizing the U.S. Department of Homeland Security’s E-Verify System during the term of this Agreement. Successful Respondent shall include in all contracts with subcontractors related to this Agreement a provision requiring the subcontractor to comply with Section 274A of the Immigration and Nationalization Act and other provisions of law with respect to the hiring of unauthorized aliens and to verify the employment eligibility of all the subcontractor’s current and prospective employees using the U.S. Department of Homeland Security’s E-Verify System. The Successful Respondent shall maintain records showing its compliance with the requirements of this paragraph and shall provide copies of all such records to the City upon request. Failure to comply with any requirement of this paragraph shall constitute a breach of this Agreement for which the City may immediately terminate the Contract without penalty. In the event of such breach or termination, the Successful Respondent shall be liable to the City for any costs incurred by the City as a result of the breach.

      IN ACCORDANCE WITH § 837.06, FLA. STAT., SUCCESSFUL RESPONDENT ACKNOWLEDGES THAT WHOEVER KNOWINGLY MAKES A FALSE STATEMENT IN WRITING WITH THE INTENT TO MISLEAD A PUBLIC SERVANT IN THE PERFORMANCE OF HIS OR HER OFFICIAL DUTY SHALL BE GUILTY OF A MISDEMEANOR OF THE SECOND DEGREE, PUNISHABLE AS PROVIDED IN § 775.082 OR § 775.083, FLA. STAT.

    • Sworn Statement Under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes (required)

      Please download the documents below, complete and have them notarized. An online notarization option will be provided for you when responding.

    • Affidavit of No Coercion (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Affidavit of Compliance with Section 287.138, Florida Statutes (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding.

    • Drug-Free Workplace Statement (required)

      By confirming, the Respondent, in accordance with Florida Statute 287.087 hereby certifies that the firm they are representing for this solicitation does the following:

      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.

      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.

      Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the Drug-Free statement.

      Notify the employees that as a condition of working on the commodities or contractual services that are under bid, employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or no lo contendere to, any violation of Chapter 1893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction.

      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.

      Make a good-faith effort to continue to maintain a drug-free workplace through the implementation of this section.

      As the person authorized to sign the statement, I certify that this business complies fully with the above requirements.

    • Public Records Act/Chapter 119 Requirements (required)

      By confirming, the successful Respondent agrees to comply with the Florida Public Records Acts to the fullest extent applicable and shall, if this engagement is one for which services are provided by doing the following:

      1. Successful Respondent shall keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service;
      2. Successful Respondent shall provide the public with access to such public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed that provided in Chapter 119, Florida Statutes or as otherwise provided by law;
      3. Successful Respondent shall ensure that public records that are exempt or that are confidential and exempt from the public record requirements are not disclosed except as authorized by law; and
      4. Successful Respondent shall meet all requirements for retaining public records and transfer to the public agency, at no cost, all public records in possession of the Successful Respondent upon the termination of the contract and shall destroy any duplicate public records that are exempt or confidential and exempt. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the City.

      The parties agree that if the Successful Respondent fails to comply with a public records request, then the City must enforce the contract provisions in accordance with the contract and as required by Section 119.0701, Florida Statutes. Notwithstanding any other requirement herein stated, the Successful Respondent shall comply fully with the requirements of Florida Statutes 119.0701.

    • Background Check Verification (required)

      SECTION 1: REQUIREMENTS

      The Respondent/Vendor shall agree to the following:

      1.1 Respondent/Vendor shall perform a Level I (Past 5 years) FDLE Computerized Criminal History (CCH) (FDLE CCH Website) background check in accordance with all applicable state and local laws, on any assignee being assigned and prior to assignment with the City. All background checks shall be accomplished prior to any assignment or work taking place on City property. The cost of the background checks shall be borne by the Respondent/Vendor.

      1.2 If the Respondent/Vendor has employed officials that have a current Level 2 Background Screening which was completed by a local government, school board, the Florida High School Activities Association, the Contractor agrees to provide a list of those officials to the City.

      1.3 Respondent/Vendor agrees to make its officials sign a sworn statement affirming that they have not pled guilty to or convicted of any of the crimes listed in Section 2: Prohibited Offenses prior to any assignment. This information shall always be kept current. The Respondent/Vendor shall be in complete compliance within thirty (30) days after award.

      1.4 Respondent/Vendor shall require its officials to report to the Contractor immediately if they have been convicted of any of the crimes listed in Section 2: Prohibited Offenses. Respondent/Vendor shall not use that official unless they have been cleared of the crime.

      SECTION 2: PROHIBITED OFFENSES

      Respondent/Vendor certifies that its officials/employees have not been arrested with disposition pending or found guilty of, regardless of adjudication, or entered a plea of nolo contender or guilty to or have been adjudicated delinquent and the record has not been sealed or expunged for, any offense prohibited under any of the following provisions of the Florida Statutes or under any similar statute of another jurisdiction for any of the offenses listed below:

      • Section 393.135 - sexual misconduct with certain developmentally disabled clients and reporting of such sexual misconduct
      • Section 394.4593 - sexual misconduct with certain mental health patients and reporting of such sexual misconduct
      • Section 415.111- adult abuse, neglect, or exploitation of aged persons or disabled adults or failure to report of such abuse
      • Section 741.28 - criminal offenses that constitute domestic violence, whether committed in Florida or another jurisdiction
      • Section 782.04 - murder
      • Section 782.07 - manslaughter, aggravated manslaughter or an elderly person or disabled adult, or aggravated manslaughter of a child
      • Section 782.071 - vehicular homicide
      • Section 782.09 -killing an unborn quick child by injury to the mother
      • Chapter 784 - assault, battery, and culpable negligence, if the offense was a felony 
      • Section 784.011 - assault, if the victim of offense was a minor
      • Section 784.03 - battery, if the victim of offense was a minor
      • Section 787.01 - kidnapping
      • Section 787.02 - false imprisonment
      • Section 787.025 - luring or enticing a child
      • Section 787.04(2) - taking, enticing, or removing a child beyond the state limits with criminal intent pending custody proceeding
      • Section 787.04(3) - carrying a child beyond the state lines with criminal intent to avoid producing a child at a custody hearing or delivering the child to the designated person
      • Section 790.115(1) - exhibiting firearms or weapons within 1,000 feet of a school
      • Section 790.115(2) (b) - possessing an electric weapon or device, destructive device, or other weapon on school property
      • Section 794.011 - sexual battery
      • Former Section 794.041 - prohibited acts of persons in familial or custodial authority
      • Section 794.05 - unlawful sexual activity with certain minors
      • Chapter 796 - prostitution
      • Section 798.02 - lewd and lascivious behavior
      • Chapter 800 - lewdness and indecent exposure
      • Section 806.01 - arson
      • Section 810.02 - burglary
      • Section 810.14 - voyeurism, if the offense is a felony
      • Section 810.145 - video voyeurism, if the offense is a felony
      • Chapter 812 - theft and/or robbery and related crimes, if a felony offense
      • Section 817.563 - fraudulent sale of controlled substances, if the offense was a felony
      • Section 825.102 - abuse, aggravated abuse, or neglect of an elderly person or disabled adult
      • Section 825.1025 - lewd or lascivious offenses committed upon or in the presence of an elderly person or disabled adult
      • Section 825.103 - exploitation of disabled adults or elderly persons, if the offense was a felony
      • Section 826.04 - incest
      • Section 827.03 - child abuse, aggravated child abuse, or neglect of a child
      • Section 827.04 - contributing to the delinquency or dependency of a child
      • Former Section 827.05 - negligent treatment of children
      • Section 827.071 - sexual performance by a child
      • Section 843.01 - resisting arrest with violence
      • Section 843.025 - depriving a law enforcement, correctional, or correctional probation officer means of protection or communication
      • Section 843.12 - aiding in an escape
      • Section 843.13 - aiding in the escape of juvenile inmates in correctional institution
      • Chapter 847 - obscene literature
      • Section 874.05 (1) - encouraging or recruiting another to join a criminal gang
      • Chapter 893 - drug abuse prevention and control only if the offense was a felony of if any other person involved in the offense was a minor
      • Section 916.1075 - sexual misconduct with certain forensic clients and reporting of such sexual conduct 
      • Section 944.35 (3) - inflicting cruel or inhuman treatment on an inmate resulting in great bodily harm
      • Section 944.40 - escape
      • Section 944.46 - harboring, concealing, or aiding an escaped prisoner
      • Section 944.47 - introduction of contraband into a correctional facility
      • Section 985.701 - sexual misconduct in juvenile justice programs
      • Section 985.711 - contraband introduced into detention facilities

      SECTION 3: CERTIFICATION

      I hereby certify that I will utilize FDLE Computerized Criminal History (CCH) system in accordance with the terms governing the use of the system to confirm the eligibility of the individuals being assigned and prior to assignment with the City. In accordance with s. 837.06, Florida Statutes, I understand and acknowledge that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in s. 775.082 or s. 775.083, Florida Statutes.

    • By confirming, the Respondent attests to their authority to execute this submittal and to bind the company herein named to perform as per agreement. Further, by confirming, the Respondent attests to the following: (required)
      • The Respondent is financially solvent and sufficiently experienced and competent to perform all of the work required of the Respondent in the contract;
      • The facts stated in the Respondent’s response pursuant to this Request for Qualification are true and correct in all respects;
      • The Respondent has read and complied with, and submits their response agreeing to all of the requirements, terms and conditions as set forth in the Request for Qualification;
      • Respondent will supply all labor, materials, equipment and supplies as set forth in this Request for Qualification;
      • Respondent understands that all information listed above may be checked by the City of Winter Park and Respondent authorizes all entities or persons listed in submittal to answer any and all questions. Respondent hereby indemnifies the City of Winter Park and the persons and entities listed above and holds them harmless from any claim arising from such authorization or the exercise thereof, including the dissemination of information pursuant thereto.

      Respondent agrees to provide myCOI with all necessary insurance documents. Respondent verifies that the following email address is current, monitored, and is acceptable for City use.

    • Type of Bid Surety (required)
    • A Copy of the Bid Surety (required)
    • Proof of Insurance (required)

      Respondent/Vendor shall ensure that all sub-consultants and/or subcontractors comply with the same insurance requirements that they are required to meet. Respondent/Vendor shall provide the City via myCOI with certificates of insurance meeting the required insurance provisions.

      The City of Winter Park must be included as an ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required.

      The Certificate Holder shall be named as City of Winter Park.

    • W-9 Form (required)

      Please upload your current W-9.

    • Non-Collusion Statement (required)
      1. The individual is the representative of the firm, the Respondent who has submitted the attached response.
      2. The individual is fully informed respecting the preparation and contents of the attached solicitation and of all pertinent circumstances respecting such solicitation.
      3. Such solicitation is genuine and is not a collusive or sham solicitation.
      4. Neither the said Respondent nor any of its officers, partners, owners, agent representatives, employees, or parties in interest, including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other Respondent, firm or person, to submit a collusive or sham response in connection with the Agreement for which the attached response has been submitted or to refrain from bidding in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other responder, firm or person to fix the price or prices in the attached solicitation or of any other Respondent, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other responder, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of Winter Park, Florida, or any person interested in the proposed Agreement.
      5. The response is fair and proper and is not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the proposer or any of its agents, representatives, owners, employees, or parties of interest, including affiant.
    • Redacted Bid containing any information deemed confidential?

      If your response contains any information deemed confidential, provide an additional redacted version of your response labeled “Redacted”. An electronic copy shall be in Adobe – the most recent software version.

    • Authorized Signatory
    • Name and Title of the Authorized Signatory (required)
    • By clicking confirm, the authorized signatory is confirming that they are authorized to bind the entity to the contract. (required)
    • Proposal Response

      Unless a question requires a file to be uploaded, proposals will not be accepted via pdf, word doc, etc. Respondents shall not state "see attachment" or similar as their response to the questions.

      The City reserves the right to disqualify a proposal that is not submitted in the format delineated below.

    • Description of Project (required)

      Provide a description of the project that provides information regarding the company’s familiarity and interest in working with governmental entities to provide the services defined in this RFQ. Indicate your company’s understanding of the scope of services of this formal solicitation. A person authorized to commit the Respondent’s organization to provide the services included in the response must acknowledge the description with Name, Title and Contact Information.

    • Overview of Firm (required)

      Provide an organizational chart detailing the proposed staff for this contract.

    • Professional Contacts (required)

      Provide names, addresses, and phone numbers, including municipalities or other organizations that would be capable of explaining and confirming your firm’s capacity to successfully complete these services. (Minimum of three (3), maximum of five (5) contacts)

    • Financial Stability and Capacity (required)

      Describe your firm's financial stability and capacity to perform the required professional services in accordance with Section 287.055, Florida Statutes, including the following:

      • The firm's overall financial condition and ability to sustain operations for the duration of the contract, including the ability to perform multiple concurrent task assignments, if awarded.
      • The firm's years in business and any material changes in ownership, organization, or financial condition within the past five (5) years.
      • The firm's ability to obtain and maintain all required insurance coverages for professional services of this nature.
      • Any history of bankruptcy, insolvency, or financial restructuring within the past five (5) years (or a statement affirming none).
      • Any other information the firm deems relevant to demonstrate financial responsibility and capacity.

      Pricing, fee schedules, cost data, or rate information shall not be included in the response.

    • Firm Licensure Documentation (required)

      Provide the following licensure documentation in this Section:

      1. State of Florida Business License
      2. State of Florida Professional License Renewal
    • Qualifications of Project Staff (required)

      Provide a completed Standard Form (SF) 330 for all proposed key personnel assigned to this account. Designate a team member with the primary responsibility of managing the day-to-day oversight of this account and indicate relevant qualifications and experience, specifically as it relates to experience in providing these services to entities similar to the City of Winter Park. Indicate the role that each of the key personnel will be playing in the development of the requested work products. Standard Form (SF) 330 can be obtained at:
      https://www.gsa.gov/system/files/2024-08/SF330-21a.pdf 

      The following changes to the SF 330 shall be incorporated for this submittal:

      1. Part I, Section E. Resumes – Limit resumes for each individual to 1 page, and provide a maximum of 5 relevant projects.
      2. Part I, Section F. Example Projects – Provide a maximum of 5 projects each for the following project types:
        1. Master Planning related to water, wastewater, and reclaimed water.
        2. Water and Wastewater Treatment related to groundwater treatment, ozone, membranes, and PFAS removal.
        3. SCADA and HMI Programming and Integration
        4. Alternative Water Supply
        5. Collaborative Project Delivery for Construction Management At-Risk, Fixed-Price Design-Build, and Progressive Design Build projects. Projects where the firm's role was only the designer will not be considered.
        6. Utility Rate Studies
      3. Part II, Item “a” – Where requested to provide revenues for Federal work, Respondent shall give revenues on Municipal contract work.
    • Upload Copy of Proposal

      Please upload your proposal in PDF format.

    • Miscellaneous

      Additional information that the Respondent feels will assist in the evaluation should be included.

    • Is there a pre-proposal meeting? (required)
    • Attendance Requirement (required)
    • Is this a construction project? (required)
    • Does RFQ require a Bid Surety bond? (required)

      Bid must be accompanied by the respondent’s money order, cashier’s check, certified check, or bid bond

    • Bid Surety % (required)

      Please enter the Bid Surety percentage or dollar amount.

      Example: five percent (5%) of the amount of the bid

    • Does RFQ require a Performance & Payment (P&P) bond? (required)

      The P&P Bond shall be furnished in the amount equal to one hundred percent (100%) of the annual contract price, in such a form as the City may prescribe and with a surety company acceptable to the City.

    • Insurance Requirements (required)

      Consultant shall ensure that all subconsultants and/or subcontractors comply with the same insurance requirements that he/she is required to meet. Consultant shall provide the City via myCOI with certificates of insurance meeting the required insurance provisions.

      The 'Organization Name must be included as an ADDITIONAL INSURED on the Insurance Certificate for Commercial General Liability where required.

      The Certificate Holder shall be named as 'Organization Name.

    • Will you be using other contracts (including piggybacking) for this RFQ? (required)
    • Are federal provisions applicable to this project? (required)
    • Is SF330-16J Architect-Engineer Qualifications Form required for this project? (required)
    • Vendor Type (required)

    Questions & Answers

    Q (Number of Firms Awarded): Does the City plan to select one firm or multiple firms for this solicitation?

    A: Per Section 7.10 Contract Award, the City reserves the right to award to more than one Respondent.


    Q (Confirming this is SCADA contract): Is this for a SCADA services contract? The job name says “continuing engineering services” but I read the bid specifications and it reads more like a SCADA services contract. Please confirm.

    A: The solicitation includes experience and knowledge in a wide variety of water and wastewater categories, including SCADA services. We are looking for a full-service engineering firm.


    Q (No subject): Does the prime consultant need to have experience in all project types requested under 14.6.B. Qualifications of Project Staff, or can a subconsultant be included on our team?

    A: Please review Section 7.30 Subcontractors. Be advised that the prime contractor is fully responsible for their work.


    Q (No subject): Please confirm whether the City will hold a pre-proposal meeting regarding this solicitation.

    A: The City will not hold a pre-proposal meeting for this solicitation.


    Q (Current Incumbents): Will you be able to provide copies of previously submitted proposals, review committee notes and list of current incumbents

    A: Please see the attachment in Notice #1. In accordance with Chapter 119, Florida Statutes (Public Records), proposals from other Respondents were retained and disposed of after the required 10-year retention period. Accordingly, only the awarded vendor’s proposal is provided.


    Q (No subject): Please provide the name of the firms holding the current contract.

    A: This contract has since expired; however, the previous holder was Jacobs Engineering Group, Inc.


    Q (No subject): Does the City intend to issue task work order(s) for design-build and/or CMAR projects as a part of this CCNA contract?

    A: The City may issue these types of task work orders under this contract, subject to funding availability; however, this is not guaranteed.


    Q (SF330): Could you please confirm whether Standard Form (SF) 330 Part I Sections G and H are required as part of the submission for Section 14.6 “Qualifications of Project Staff”

    A: Yes. Per Section 14.6 of the solicitation, the Standard Form (SF) 330 shall be submitted in its entirety, inclusive of all applicable sections. This includes, but is not limited to, the required components identified in Items A, B, and C of Section 14.6, “Qualifications of Project Staff.”


    Q (No subject): With the Master Planning Process included in the Scope of Work do we need to also include an "Impact Fee Analysis" with the Rate Study?

    A: If available, the Impact Fee Analysis is encouraged to be included in your submittal.


    Key dates

    1. February 27, 2026Published
    2. March 31, 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.