Active SLED Opportunity · FLORIDA · SARASOTA COUNTY

    Engineering Services for Fixed Span Bridge Rehabilitation, Repair, and Inspection

    Issued by Sarasota County
    countyRFPSarasota CountySol. 252584
    Open · 32d remaining
    DAYS TO CLOSE
    32
    due May 25, 2026
    PUBLISHED
    Apr 20, 2026
    Posting date
    JURISDICTION
    Sarasota County
    county
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Sarasota County seeks qualified engineering firms for a 5-year contract to provide services for fixed-span bridge rehabilitation, repair, and inspection. The opportunity includes detailed submission and evaluation criteria, emphasizing qualifications, experience, and local business preferences.

    Opportunity details

    Solicitation No.
    252584
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    April 20, 2026
    Due Date
    May 25, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    Sarasota County
    State
    Florida
    Agency
    Sarasota County

    Description

    Request For Professional Services Library

    The County intends to establish a Professional Services Library of qualified engineering firms to provide engineering services for fixed-span bridge rehabilitation, repair, and inspection.

    The County anticipates an initial contract term of 5 years.

    Refer to the Solicitation Documents and Attachments section for minimum qualifications, scope/specifications, and insurance requirements.

    Project Details

    • Reference ID: 262849FB
    • Department: Transportation
    • Department Head: Spencer Anderson (Director)

    Important Dates

    • Questions Due: 2026-05-04T20:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-22T13:54:24.346Z) —

      Submittal Deadline changed to 5/26/2026 @ 2:30 p.m. EST.

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

    Evaluation Criteria

    • Qualifications (15 pts)

       Qualifications of the Proposer and individual experience of key personnel and proposed subconsultants. 

    • Experience (20 pts)

      Proposer’s past experience providing the requested services.

    • Approach (30 pts)

      Proposed approach to providing the requested services. 

    • Compensation (15 pts)

      Overall value provided to the County.  Compensation will be scored individually by each member of the evaluation committee.

    • Compensation (10 pts)

      Compensation will not be scored by the evaluation committee.  Points will be calculated by procurement based on the formula provided in the solicitation.

    • Local Business Preference (8 pts)

      Only proposers who submit a Local and American Business Certification Form with their proposal will be considered for local and American business preference points.

    • American Business Preference (2 pts)

      Only proposers who submit a Local and American Business Certification Form with their proposal will be considered for local and American business preference points. 

    • Ability of Professional Personnel (25 pts)

      Qualifications and experience of key personnel, including subconsultants. 

    • Ability of Professional Personnel (RPS Library) (40 pts)

      Qualifications and experience of key personnel.

    • Proposer’s Past Performance & Experience (25 pts)

      Relevant experience of Proposer and subconsultants with projects that indicate proficiency in similar work.

    • Proposer’s Past Performance & Experience (RPS Library) (40 pts)

      Relevant experience of Proposer with projects that indicate proficiency in similar work.

    • Location of Proposer’s Office (10 pts)

       Ten points will be awarded based on the location of the Proposer’s office.  For the purposes of this section, “local” shall be defined as having a staffed office located within Sarasota, Charlotte, or Manatee County that has been in operation for one or more years.  When calculating location points, the County will only consider information provided on the Proposer Information Form that is submitted with the proposal.

    • Local Experience (5 pts)

      Proposers will receive 1 point for each project submitted on the Summary of Professional Experience & Capabilities Form that meets all of the following criteria. A maximum of 5 points is available for this criterion:

      • Project is located within Sarasota, Manatee, or Charlotte County
      • Project is either on-going or was substantially completed within seven years of the submittal deadline for this RPS.
      • Project demonstrates scope of services that is substantially similar to the scope of services being solicited.
      • Proposer, or Proposer’s key personnel or subconsultant acted as prime or subcontractor on the project. 
    • Certified Minority Business Enterprise Status (5 pts)

      Proposers who submit proof of their certified minority business enterprise status as defined by the Florida Small and Minority Business Assistance Act, will be awarded 5 points. 

    Submission Requirements

    • Vendor Information Form (required)

      All bidders are required to complete the Vendor Information Form.  Bidders who fail to upload a completed Vendor Information Form with their submittal may be found non-responsive 

    • RPS Proposer Information Form (required)

      All Proposers are required to complete the Proposer Information Form.  Proposers who fail to upload a completed Proposer Information Form with their submittal may be found non-responsive. 

    • Construction Bidder Information Form (required)

      All bidders are required to complete the Construction Bidder Information Form.  Bidders who fail to upload a completed Construction Bidder Information Form with their submittal may be found non-responsive. 

    • Written Proposals (required)

       Proposers are required to upload their written proposal as a single document.    File must be uploaded in a format that is compatible and easily read (pdf, doc, docx, etc.)

      The written proposal should include the following Sections.  Proposers are responsible for reviewing the Part I of the Solicitation Documents attached to this RFP for specific requirements for each section of the Written Proposal.   

      1. Qualifications (typically includes a letter of interest, licenses & certifications, resumes)
      2. Experience (typically incudes a narrative describing experience, customer list or references)
      3. Approach (typically includes a project approach, schedule/timeline, Organization)
      4. Compensation
    • Bid Bond (required)

      All bidders are required to provide a copy of the required Bid Bond. Bidders who fail to upload a copy of their Bid Bond with their submittal may be found non-responsive.  

      Upon notification by the County, the apparent low bidder will be required to deliver the original Bid Bond (or cashier’s check) to the County within 5 business days. 

    • Reference Form (required)

      Bidders must use the Reference Form provided to submit references meeting the requirements specified in the solicitation.  Only references provided using this form will be used to verify qualifications have been met.  Bidders who fail to complete and upload the provided reference form with their submittal may be found non-responsive.   

    • Licenses (required)

      License requirements are specified in the solicitation. Bidders must submit proof of all required licenses with their submittal. License(s) must be active at time of bid opening.  

    • Certifications (required)

      Certification requirements are specified in the solicitation. Bidders must submit proof of required certifications with their submittal. Certifications must be achieved prior to bid opening. Bidders who fail to submit proof of required certifications may be found non- responsive.

    • Certifications- Construction

      Certification requirements are specified in the solicitation. Bidders must submit proof of required certifications with their submittal.  Certifications must be achieved prior to bid opening. Bidders who fail to submit proof of required certifications may be found non-responsive.

    • Separate Fee Proposal Upload (required)

      Please download the below documents, complete, and upload. Bidders who fail to submit a completed Fee Proposal may be found non- responsive.

    • Local and American Business Certification Form

      Bidders who qualify as a local or American business must download and complete the Local and American Business Preference Certification Form. Bidders who fail to complete and upload this form will not be considered for local or American business preference. Submittal of this form is optional.

    • Joint Venture Form

      Bidders submitting as a joint venture or partnership must complete the Joint Venture Form.  Bidders who do not complete the Joint Venture Form and upload required documentation will not be considered as a Joint Venture. Submittal of this form is optional.

    • Public Records Disclosure Form

      All responses submitted to Sarasota County are subject to the requirements of Florida Public Record laws. Bidders claiming an exemption from public records under Florida public records law must complete and upload the Public Records Disclosure form and all required documentation with their submittal. Submittal of this form is optional.

    • Certified Minority Business Entity

      Please upload the certification if it applies. Submittal of this form is optional.

    • Grant documents (required)

      This solicitation includes additional requirements due to grant funding.  By clicking Confirm, Bidder acknowledges receipt of those documents and confirms they will comply with any grant requirements Confirm that you have receive the grant documents and will comply if awarded the solicitation.   

    • Grant documents with Signature Required (required)

      This solicitation includes additional requirements due to grant funding.  Bidder must download and complete the required grant forms.  Bidders who fail to upload the completed grant forms with their submittal may be found non-responsive. 

    • Contractor Qualification Forms

      If a bidder is meeting qualifications through demonstrated experience, they must complete the provided Contractor Qualification Form(s).  Bidders who fail to upload completed Contractor Qualification Form(s) with their submittal may be found non-responsive.  

    • FDOT Prequalification Form

      If Bidder is meeting qualifications by being FDOT prequalified, they must complete the provided FDOT Prequalification Form. Bidders who fail to upload a completed FDOT Prequalification Form with their submittal may be found non-responsive.

    • Letter of Bondability
      All bidders are required to upload a Letter of Bondability from their Surety Company showing their bonding capacity.  Bidders who fail to upload a Letter of Bondability meeting the requirements contained in the solicitation documents may be found non-responsive.
    • Proof of FDOT Certification

      If a Bidder is meeting qualifications by being FDOT prequalified, they must provide evidence of FDOT precertification for each required work class. Acceptable documents include (1) FDOT Pre-qualification Letter or (2) FDOT Certificate of Qualification.  Bidders who fail to upload required documentation may be found non-responsive.  

    • Written Proposals RPS (required)

      Proposers are required to upload their written proposal as a single document.  File must be uploaded in a format that is compatible and easily read (pdf, doc, docx, etc.)

      The written proposal should include the following.  Proposers are responsible for reviewing Part I of the Solicitation Documents attached to this RPS for specific requirements for each section of the Written Proposal.   

           A. Ability of Professional Personnel (typically includes a letter of interest, licenses & certifications, resumes)

           B. Organizational Chart (Corporate management structure)

    • Summary of Professional Experience & Capabilities (required)

      Proposers must download the Summary of Professional Experience & Capabilities Form and upload the completed form with their submittal.  Proposers who fail to provide a completed Summary of Professional Experience & Capabilities form with their submittal may be found non-responsive.  

    • Current & Projected Workload (required)

      Proposers must download the Current & Projected Workload Form and upload the completed form with their submittal.   Proposers who fail to provide a completed Current & Projected Workload Form with their submittal may be found non-responsive.   

    • State of Florida Certified Business Entity

      Bidders submitting as a Certified Business Entity must complete the State of Florida Certified Business Entity Form Form.  Bidders who do not complete the FL CBE Form and upload required documentation will not be considered as a FL CBE. Submittal of this form is optional.

    • Public Entity Crime Statement (required)

      Sworn Statement under Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes. By answering "yes" to the statements below, vendor agrees to provide additional documentation upon request by the County.  Vendors responding "no" may be deemed non-responsible. 

      *By responding "yes", vendor attests that neither the vendor, nor any officer, director, executive, partner, shareholder, employee, member or agent who is active in the management of the vendor nor any affiliate of the vendor has been convicted of a public entity crime subsequent to July 1, 1989.

    • Foreign Country of Concern Attestation Form (PUR 1355) (required)

      All Respondents are required to download and complete the Foreign Country of Concern Attestation Form (PUR 1355).  Respondents who fail to upload a completed Foreign Country of Concern Attestation Form (PUR 1355) with their submittal may be found non-responsive. 

      This attestation is required pursuant to Section 287.138 (4)(a), Florida Statutes which states: 

      (4)(a) Beginning January 1, 2024, a governmental entity may not accept a bid on, a proposal for, or a reply to, or enter into, a contract with an entity which would grant the entity access to an individual’s personal identifying information unless the entity provides the governmental entity with an affidavit signed by an officer or representative of the entity under penalty of perjury attesting that the entity does not meet any of the criteria in paragraphs (2)(a)-(c). 

    • Common Carrier Attestation (PUR 1808) Requirement (required)

      Respondent acknowledges that selected respondent(s) shall be required to submit a Common Carrier or Contracted Carrier Attestation Form (PUR 1808) prior to contract execution. The attestation form will be provided by the County.

      This attestation is required pursuant to Section 908.111 (3), Florida Statutes, which states:  

       (3) A contract between a governmental entity and a common carrier or contracted carrier which is executed, amended, or renewed on or after October 1, 2022, including a grant agreement or economic incentive program payment agreement, must include:

      (a) An attestation by the common carrier or contracted carrier, in conformity with s. 92.525, that the common carrier or contracted carrier is not willfully providing and will not willfully provide any service during the contract term in furtherance of transporting a person into this state knowing that the person is an unauthorized alien, except to facilitate the detention, removal, or departure of the person from this state or the United States. A governmental entity is deemed to be in compliance with subsection (2) upon receipt of the common carrier’s or contracted carrier’s attestation; and
      (b) A provision for termination for cause of the contract, grant agreement, or economic incentive program payment agreement if a common carrier or contracted carrier is found in violation of its attestation.
    • Human Trafficking Attestation Requirement (required)

      Respondent acknowledges that selected respondent(s) shall be required to submit a Human Trafficking Attestation form prior to contract execution.  The attestation form will be provided by the County. 

      This attestation is required pursuant to Section 787.06 (13), Florida Statutes, which states: 

      (13)  When a contract is executed, renewed, or extended between a nongovernmental entity and a governmental entity, the nongovernmental entity must provide the governmental entity with an affidavit signed by an officer or a representative of the nongovernmental entity under penalty of perjury attesting that the nongovernmental entity does not use coercion for labor or services as defined in this section. For purposes of this subsection, the term "governmental entity" has the same meaning as in s. 287.138(1).

    • What is the solicitation method? (required)

      Select the solicitation method for this project.

    • Do you have any required licenses or certifications? (required)

      Select all that apply

    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through OpenGov?

      OpenGov Pricing Table should be the default for price based solicitations. Only use an excel spreadsheet when it is not possible to create an pricing table in OpenGov.

    • Separate Fee Proposal Upload (required)

      If you are NOT using the Electronic Pricing Table option, will you want your bidder to separate a Price Proposal from the rest of their Response? You'll want to do this if you open your bids initially WITHOUT showing price, and then come back in after a technical evaluation to unseal pricing later.

    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Is this project grant funded? (required)
    • FS 287.138- Foreign Country of Concern (required)

      Will the awarded vendor have access to an individual's personal identifying information per 287.138 FS?

    • Common Carrier (required)

      Does the project involve the transportation or delivery of goods or passengers by common carrier?

    Questions & Answers

    Q (No subject): Who are the selection committee members and project manager for this library contract?

    A: James Stock (Project Manager), Janine Busz, Crystal Miller Refer to the General Terms and Conditions of Solicitations, Section 3.14. CONTACT WITH COUNTY STAFF.


    Q (No subject): Can you please disclose the current contract holders of the existing library contract?

    A: The previous Library consisted of Kinsinger Campo and Associates, Corp., Kimley-Horn and Associates, Inc., and AtkinsRealis USA Inc.


    Q (No subject): The current proposal due date is Monday, May 25th, which is Memorial Day. Would it be possible to extend the deadline to Tuesday, May 26th instead?

    A: Yes. Please see Addendum 1.


    Key dates

    1. April 20, 2026Published
    2. May 25, 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.