Active SLED Opportunity · FLORIDA · CITY OF PETERSBURG

    Disaster Remediation Services

    Issued by City of Petersburg
    cityRFPCity of PetersburgSol. 242858
    Open · 11d remaining
    DAYS TO CLOSE
    11
    due May 5, 2026
    PUBLISHED
    Mar 17, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    562910
    AI-classified industry

    AI Summary

    The City of St. Petersburg, Florida, seeks proposals for disaster remediation services including water, fire, mold, and biohazard cleanup to support emergency response and recovery at city properties. The RFP evaluates qualifications, project approach, cost, and business inclusion efforts.

    Opportunity details

    Solicitation No.
    242858
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 17, 2026
    Due Date
    May 5, 2026
    NAICS Code
    562910AI guide
    Jurisdiction
    City of Petersburg
    State
    Florida
    Agency
    City of Petersburg

    Description

    The City of St. Petersburg is soliciting proposals from experienced and properly licensed firms to provide comprehensive emergency restoration services. Required services include water damage restoration, fire and smoke damage restoration, mold removal and remediation, and biohazard cleanup inside various City owned and City leased properties. These services will support the City’s response and recovery efforts following natural disasters and other emergency events.

    Project Details

    • Reference ID: RFP- 26 - 166
    • Department: Citywide
    • Department Head: City (City)

    Important Dates

    • Questions Due: 2026-04-09T16:00:00.000Z
    • Answers Posted By: 2026-04-20T19:00:00.000Z

    Meetings & Milestones

    EventDateLocation
    Evaluation/Shortlisting Meeting 2026-05-19T17:00:00.000ZOne 4th St. North St. Petersburg, FL 33701, Conference Room 900

    Addenda

    • Addendum #1 (released 2026-03-23T17:07:18.018Z) —

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

      Preferred Qualification line regarding certification was removed and all certification and licensing requirements were moved to the proposal requirements. Two lines were also added to the cost analysis. 

    • Official Notice #1: Clarification - Debris Removal (released 2026-04-09T19:45:13.856Z) —

      Debris removal and site stabilization under this solicitation are limited to interior conditions within City-owned and leased buildings as a result of disaster-related events. This includes the removal of damaged interior materials (e.g., drywall, flooring, fixtures) and actions necessary to stabilize interior environments.

      This solicitation does not include exterior debris removal services. The City maintains a separate contract for external debris management, and those services are expressly excluded from this scope.

    • Addendum #2 (released 2026-04-01T19:06:55.438Z) —

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

    • Official Notice #2: Clarification of Scope (released 2026-04-21T14:46:37.355Z) —

      Limitation of Scope – No Construction Services. The services contemplated herein are limited to disaster remediation, restoration, and related emergency response services, including but not limited to water extraction, drying, fire and smoke remediation, mold remediation, biohazard cleanup, and site stabilization. This solicitation and resulting Agreement are not intended to procure, and do not include, construction, capital improvement, or permanent repair work, including but not limited to structural repairs, building system replacement, or reconstruction of facilities (collectively, “Construction Services”). Contractor shall not perform any Construction Services under this Agreement.

    • Addendum #3 (released 2026-04-01T19:06:58.330Z) —

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

    • Addendum #4 (released 2026-04-09T18:53:47.653Z) —

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

    • Addendum #5 (released 2026-04-13T19:49:24.348Z) —

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

    • Addendum #6 (released 2026-04-20T16:51:02.213Z) —

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

    • Addendum #7 (released 2026-04-20T18:25:28.047Z) —

      FEMA Rider and revised agreement attached.

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

    Evaluation Criteria

    • Qualifications and Experience of Firm and Staff (30 pts)

      This section evaluates the Proposer’s qualifications, relevant experience, and capacity to successfully perform the required services. Scoring will be based on the firm’s history of similar projects, technical expertise, organizational structure, key personnel credentials, and demonstrated past performance.

    • Project Approach (35 pts)

      This section evaluates the Proposer’s proposed methodology for delivering the services, including processes used on similar projects and the approach envisioned for this engagement. Scoring will be based on the clarity and feasibility of the project plan, schedule, key activities, deliverables, and the proposed coordination process with the City’s Project Manager. 

    • Cost Analysis (20 pts)

      This section evaluates the Proposer's completed cost analysis and proposed fee for the project. Scoring will be based on the completeness, clarity, and reasonableness of the pricing information provided. 

    • Business Enterprise Program Outreach and Utilization (15 pts)

      This section evaluates the Proposer’s status as an SBE, MBE, WBE, or combination, and the firm’s demonstrated commitment to outreach, inclusion, and utilization of small and minority-owned businesses in performance of the contract. Scoring will be based on documented outreach efforts, planned mentoring and capacity-building initiatives, and processes for inclusive subcontracting. 

    Submission Requirements

    • Is the Vendor registered with the Florida Department of State, Division of Corporations (Sunbiz) in accordance with Florida Statute §607.1501? (required)
    • Is the Vendor a City of St. Petersburg certified SBE? (required)

      If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. 

    • Is the Vendor a City of St. Petersburg certified MWBE? (required)

      If you have submitted an application and it is pending, please send an email to osd@stpete.org. In the subject line- provide the solicitation number and due date. 

    • Address for Headquarters location. (required)
    • Address of office providing service, if different than above.
    • Signature Authority (required)

      Please provide a letter certifying who is authorized to execute the agreement on behalf of Company. 

    • Describe the nature of company’s business. (required)
    • Year the Company was Founded. (required)
    • Number of years company has operated under the current name. (Note: if the company has modified its corporate structure since its founding (e.g., from a corporation to an LLC), you may list the number of years the company was founded under the original corporate structure). (required)
    • Company’s bank of record. (required)
    • Describe any litigation that the vendor has been a party to in the last five years where it was alleged that the offeror breached a contract for similar services with a client/customer and describe any contracts for similar services that the vendor failed to complete for similar services. Describe the facts and status of any such litigation or contract. (required)

      Type N/A if not applicable.

    • Identify any government entity that has debarred or otherwise prohibited the vendor from responding to its competitive solicitations within the last five years. Describe the circumstances surrounding such debarment or other prohibition. (required)

      Type N/A if not applicable.

    • The vendor acknowledges that it has read, understands and will comply with Florida Statute §448.095 pertaining to required use of the U.S. Department of Homeland Security E-Verify system. Should the City terminate the contract with the vendor for violation of §448.095, vendor may not be awarded a contract with the City for at least one year. (required)
    • The vendor acknowledges that its quote response is subject to Public Records laws (Chapter 119, Florida Statutes). (required)
    • Will vendor allow other agencies to piggyback the contract if awarded? (required)
    • The vendor hereby makes all certifications required by Florida Statute §287.135 related to scrutinized companies. (required)
    • Is vendor required to provide any disclosures to the City regarding a foreign country of concern pursuant to Florida Statutes §286.101 (3)(a)? (required)
    • If YES, please provide the disclosure(s) in accordance with the requirements of Florida Statute §286.101 (3)(a).
    • The vendor certifies that it takes no exceptions to the agreement attached. (required)

      The City has deemed the following contract terms to be non-negotiable. Vendor is advised that if it wishes to take exception to any of the terms contained or referenced in the contract, it must explicitly identify the term and the exception in its response to the solicitation. Vendor's stated exception to a non-negotiable contract term may disqualify it from consideration: 

      1. Indemnification.
      2. Insurance coverage.
      3. Governing Law and Venue.
      4. The City will not agree to the addition of any provision requiring a dispute resolution process or method, including but not limited to binding arbitration.
      5. The City will not agree to the addition of any provision waiving any remedy available to the City in law or equity (including but limited to the right to a jury trial)
      6. The City will not agree to the addition of any provision providing for the award of attorney’s fees to the prevailing party.
      7. The City will not agree to the addition of any provision limiting the liability of Vendor to a maximum dollar amount.
    • If exceptions are taken to the attached agreement, please provide.
    • Has the vendor identified any trade secrets or confidential information in its response? (required)
    • If yes to the above question, please upload your redacted proposal here.
    • I currently have the required insurance coverage as specified in the solicitation and will be able to provide a Certificate of Insurance if awarded. (required)
    • References (required)

      Please download the below document, complete, and upload.

    • Submittal Documents (required)

      Upload all other documents relating to this solicitation. Including but not limited to proposals/statements of qualifications, applicable bonds, warranty information, etc. 

    • Living Wage Questions (required)

      Please download the below documents, complete, and upload.

    • What type of project is this? (required)
    • Is this a service contract, exceeding $200k? (required)

      Make sure this in compliance with the living wage ordinance. 

    • Is the construction project over $1M? (required)
    • Number of Awards (required)
    • Will background checks be needed? (required)
    • What type of background check? (required)
    • Will subcontractors/subconsultants be allowed? (required)
    • Will a performance and payment bond be needed? (required)

    Questions & Answers

    Q (General Liability Insurance Amount): I wanted to confirm the insurance requirements outlined. My understanding is that it calls for $5M in general liability per occurrence and $7M in aggregate. Can you please confirm if these limits are strictly required for remediation services, or if there is any flexibility? Would these thresholds impact our eligibility if we don't offer those requirements? Thank you in advance for your clarification.

    A: The insurance requirements have been confirmed with our Risk Management Department. Respondents may take exception to the insurance provision of the agreement and indicate that exception in their response. The insurance coverages will not impact a respondents eligibility to submit a response.


    Q (Piggyback): 15. Will vendor allow other agencies to piggyback the contract if awarded?* Can you explain this in more depth

    A: Piggyback clauses allow other government agencies to use the pricing and terms from this competitively solicited contract without having to go through their own separate bid process. If awarded, other eligible agencies could purchase from you under the same contract terms and pricing.


    Q (Cost):

    A: How will the future use of subcontractors on any job that involves more specialties than my company provides be accounted for on the cost proposal? The use of subcontractors should be incorporated into the costs provided. It is understood that the cost analysis represents an estimate, as not all project-specific costs, particularly those related to specialized subcontracting can be fully determined in advance.


    Q (Pricing): Please confirm if price increase is permissible during the first 3 years of contract.

    A: Per the "Payment" section of the attached base agreement, "The Services Pricing must remain firm for the initial Term. If the Parties opt to renew this Agreement, an increase in the Services Pricing, if any, must be made by mutual agreement between the Parties in writing, provided that Contractor notified the City thirty (30) days prior to expiration of the then-current Term of its intent to increase the Services Pricing. Further, Contractor shall maintain competitive prices for the Term, and such prices must be comparable to those provided to other customers receiving similar services as the City."


    Q (Bid Bond & payment bond): Please confirm if bid bond and payment/ performance bond are applicable?

    A: a Performance and Payment Bond may be required on a project-by-project basis.


    Q (Pricing): Are you willing to accept a contractors 2026 lowest available price in lieu of favored nation language?

    A: We do not have a favored pricing structure. We ask that submissions contain best pricing available in accordance with the proposal requirements.


    Q (Insurance Limits): Are the required insurance limits permitted to be satisfied through excess coverage?

    A: Yes you can use excess limits to meet underlying requirements as long as the excess policy does not limit your requirements/coverages as outlined in the contract.


    Q (Coordination with City During Event): In the event of a city-wide debris producing situation (hurricane), What level of coordination, resources, leadership, etc. should us solicitors expect from the city?

    A: In the event of a city-wide disaster response, the city would take the lead on coordination, prioritizing/scheduling, and overseeing completion of the response. It should be noted that the city has a debris removal contractor for external debris (C&D, veg, etc.) placed on the right-of-way. This solicitation involves remediation of the interior of facilities.


    Key dates

    1. March 17, 2026Published
    2. May 5, 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.