SLED Opportunity · FLORIDA · COUNTY OF FLAGLER

    Flagler County Beach Nourishment Project - Reach II FPN 429573-1-38-01

    Issued by County of Flagler
    countyIFBCounty of FlaglerSol. 233104
    Closed
    STATUS
    Closed
    due Apr 16, 2026
    PUBLISHED
    Mar 5, 2026
    Posting date
    JURISDICTION
    County of
    county
    NAICS CODE
    237990
    AI-classified industry

    AI Summary

    Flagler County seeks bids for a beach nourishment project to restore 5.5 miles of eroded coastline by placing 1.8 million cubic yards of sand to improve community resilience.

    Opportunity details

    Solicitation No.
    233104
    Type / RFx
    IFB
    Status
    open
    Level
    county
    Published Date
    March 5, 2026
    Due Date
    April 16, 2026
    NAICS Code
    237990AI guide
    Jurisdiction
    County of Flagler
    State
    Florida
    Agency
    County of Flagler

    Description

    Flagler County is seeking bids for the Flagler County Beach Nourishment Project - Reach II to restore the dune and beach along 5.5 miles of critically eroded coastline to improve community resilience within the communities of Painter's Hill, Beverly Beach, and northern Flagler Beach city limits. The beach nourishment project, known as the "Reach II" project, will consist of placing approximately 1.8 million cubic yards of offshore beach compatible sand within the project limits, and will be located immediately north of the USACE Coastal Storm Risk Management project that was recently completed in 2024.

    Background

    Flagler County, FL, has 18 miles of Atlantic Ocean shorefront (Figure 1). The County beaches were severely impacted by storm surge and waves from Hurricane Matthew in October 2016, Hurricane Irma in September 2017, Hurricanes Ian and Nicole in late September and early November 2022, and numerous seasonal nor’easters over the past 5 to 10 years. The cumulative impacts of these storm events to the County’s beaches and dunes have been significant. In many areas, the entire primary frontal dune has been completely lost. Beach erosion and dune loss have exposed large areas of upland development and infrastructure, including State Road A1A along the southern area of the County, and increased threats from future coastal storms. The USACE has recently completed 3.5 of beach nourishment along the southern Flagler Beach coastline along SR A1A. The Flagler County Board of County Commissioners is pursuing a plan to restore the beach and dune along the 18-miles of coastline outside of the USACE Coastal Storm Risk Management Project, and this project will restore and additional 5.5 miles of the County's coastline through the City of Flagler Beach, Beverly Beach, and the unincorporated areas extending past Varn Park into the Hammock Dunes community.

    Project Details

    • Reference ID: 25-ITB-078
    • Department: Engineering
    • Department Head: Hamid Tabassian, PE, DBIA (County Engineer)

    Important Dates

    • Questions Due: 2026-04-03T18:00:00.000Z
    • Pre-Proposal Meeting: 2026-03-31T17:00:00.000Z — 3rd Floor Financial Services Conference Room 1769 East Moody Blvd Bldg. 2 Bunnell, FL 32110

    Meetings & Milestones

    EventDateLocation
    Solicitation Opening Date/Time2026-05-07T18:00:00.000Z3rd Floor Financial Services Conference Room 1769 East Moody Blvd Bldg. 2 Bunnell, FL 32110 Microsoft Teams meeting Join on your computer, mobile app or room device https://www.microsoft.com/en-us/microsoft-teams/join-a-meeting Meeting ID: 239 761 819 406 3 Passcode:KY7qf9xZ

    Addenda

    • Addendum #1 (released 2026-03-18T15:34:44.000Z) —

      Pre-bid Meeting Change

    • Official Notice #1: Pre-Bid Meeting Sign-in Sheets - 3.31.26 (released 2026-03-31T18:57:46.514Z)
    • Addendum #2 (released 2026-03-26T18:32:08.292Z) —

      Added Attachments W, X, Y, Z, & AA

    • Addendum #3 (released 2026-04-02T11:55:20.210Z) —

      Added Attachment BB. 

    • Addendum #4 (released 2026-04-06T19:08:36.653Z) —

      Extension of Final Addendum and Bid Deadline/Opening

    • Addendum #5 (released 2026-04-15T21:16:36.584Z) —

      Extension of Final Addendum and Bid Deadline/Opening

    • Addendum #6 (released 2026-04-21T13:38:25.965Z) —

      Final Addendum

    • Addendum #7 (released 2026-04-22T14:05:17.648Z) —

      Additional revision inadvertently left out of Final Addendum.

    Submission Requirements

    • Forms/Documentation
    • Bidders Checklist (required)

      Please download the below documents, complete, and upload.

    • Bid Bond (required)

      Please download the below documents, complete, and upload.

    • Bid Submittal Form (required)

      Please download the below documents, complete, and upload.

    • Affidavit of Non-Collusion (required)

      Please download the below documents, complete, and upload.

    • Human Trafficking Attestation Pursuant to Section 787.06, Florida Statutes (required)

      Download the attached form, complete, and upload completed form.

    • Certification of Compliance with Florida Trench Safety Act (required)

      Please download the below documents, complete, and upload.

    • Drug-Free Workplace (required)

      Please download the below documents, complete, and upload.

    • E-Verify Acknowledgement (required)

      Please download the below documents, complete, and upload.

    • List of Proposed Subcontractors

      Please download the below documents, complete, and upload.

    • Sworn Statement Pursuant to Section 287.133 FS Public Entity Crimes (required)

      Please download the below documents, complete, and upload.

    • W-9 (required)

      Please attach current W-9 Form

    • Vendor Information Form (required)

      Please download the below documents, complete, and upload.

    • Proof of Insurance (required)

      Please provide Proof of Insurance - evidence of required insurance coverage or proof of insurability in the amounts indicated. If available, a properly completed ACORD Form is preferable. Upon award, final forms must contain the correct solicitation and/or project number and Flagler County contact person.

      Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall submit a copy with the response

    • Byrd Anti-Lobbying Certification (required)

      Please download the below documents, complete, and upload.

    • Acknowlegements
    • Registration on SAM.gov (required)

      For any federally funded project, bidder agrees to register on SAM.gov if awarded a contract under this solicitation.

    • Please provide your UEI# (required)
    • Registration on Sunbiz.org (required)
    • Please provide your Sunbiz.org Document Number (required)
    • Please upload your Sunbiz.org certificate. (required)
    • Procurement Type (required)

      This may seem like a redundant question as you have already selected a template. However, to quickly enter the procurement/solicitation type automatically in multiple areas throughout the document without having to do so manually you need to confirm your procurement/solicitation here.

      The selection you make here should be consistent with the selected template or you will need to start a new project/solicitation using the correct template.

    • Pre-Solicitation Meeting? (required)

      Is there a pre-solicitation meeting that will occur?

      If so, is this pre-solicitation meeting mandatory or non-mandatory?

    • Local Preference? (required)

      Does local preference apply to this solicitation/project?

    • Initial Contract Term (required)

      Fill in the blank with length of the initial contract term.

      Examples:

      one (1) year

      two (2) year

      three (3) year

      until project completion

    • Contract Renewals (required)

      Fill in the blank with length of the appropriate renewals.

      Examples:

      one (1) subsequent one (1) year renewal

      two (2) subsequent one (1) year renewals

      three (3) subsequent one (1) year renewals

      four (4) subsequent one (1) year renewals

      No renewals

    • New Material Section? (required)

      Is the "New Material" section in Special Terms and Conditions applicable to this solicitation?

    • Price Redeterminations? (required)

      Do any price redeterminations apply to this solicitation/contract?

    • Wage Redeterminations (required)

      If the county will consider wage redeterminations based on: "Trade, transportation, and utilities" skip this question.

      OR

      If the county will consider wage redeterminations based on something other than "Trade, transportation, and utilities" then enter the category(ies) here.

    • IT Project? (required)

      Is this an IT Project or Software procurement/solicitation?

    • Federal Provisions (required)

      Do Federal Provisions apply to this contract or project?

    • Federal Transit Administration (FTA) Regulations? (required)

      Do Federal Transit Administration (FTA) regulations as indicated in the FTA Master Agreement and Best Practices Procurement applicable to this project?

    • Liquidated Damages? (required)

      Are liquidated damages applicable to this project/contract?

    • Amount of Liquidated Damages (if applicable) (required)

      Enter the amount of liquidated damages per day, using the following format:

      EXAMPLE:

      - Five Thousand Dollars ($5,000) per day

      - One thousand Dollars ($1,000) per day

      For Reference your answer will populate the bold wording below:

      Time is of the essence for this project. Any delays from the dates contained in the Agreement issued to the Contractor shall inconvenience the Public and result in monetary losses and damages to the County. The losses and damages shall be difficult to determine. In the event that the deliverables are not provided by the date set in the resulting Agreement, there shall be deducted, as agreed, fixed liquidated damages from the Agreement price being paid by the County of Flagler. This computed sum shall be: Five Thousand Dollars ($5,000.00) per day, including Saturdays and Sundays.

    • Submittal Bond? (required)

      Is there a submittal bond required for this project?

    • Amount of Submittal Bond (required)

      What is the submittal bond dollar amount required for this project?

      EXAMPLE:

      $5,000

      $10,000

      $15,000

    • Payment and Performance Bond? (required)

      Is a Payment and Performance Bond required for this project?

    • Brand Name or Equal? (required)

      Are "Brand Name or Equals" allowed on this project?

    • Navigable Water? (required)

      Does this project include Navigable Water activities?

    • Insurance Requirements (required)

      Select all that apply for this solicitation/project.

      Commercial General Liability
      Will the commercial general liability policy be provided on a project or location specific basis for the location or project site where the work or services are to be performed under the Agreement? If yes, then select here.

      Garage Liability
      Only select this if Garage Liability is required in the Required Types and Limits of Insurance Chart.

      Garage Keeper's Legal Liability
      Only select this if Garage Liability is required in the Required Types and Limits of Insurance Chart.

      Excess/Umbrella Liability
      Select if Excess/Umbrella Liability is required in the Required Types and Limits of Insurance Chart.

      Motor Vehicle Liability
      Only select this if Automobile Liability is required in the Required Types and Limits of Insurance Chart.

      Professional Liability
      Only select this if Professional Liability is required in the Required Types and Limits of Insurance Chart.

      Installation Floater
      Only select this if Installation Floater is required in the Required Types and Limits of Insurance Chart.

      Builder's Risk Insurance
      Only select this if Builder’s Risk is required in the Required Types and Limits of Insurance Chart.

      Contractor's Pollution Liability
      Only select this if Contractor’s Pollution is required in the Required Types and Limits of Insurance Chart.

      Transportation Pollution Liability
      Only select this if Transportation Pollution Liability is required in the Required Types and Limits of Insurance Chart.

      Pollution Liability
      Only select this if Pollution Liability is required in the Required Types and Limits of Insurance Chart.

      Crime Insurance
      Only select this if Crime Insurance Policy is required in the Required Types and Limits of Insurance Chart.

      Cyber Insurance
      Only select this if Cyber Insurance is required in the Required Types and Limits of Insurance Chart.

      Computer Software and Services (Technology) Errors and Omissions Liability
      Only select this if Computer Software and Services Errors and Omissions Liability is required in the Required Types and Limits of Insurance Chart.

      Protection & Indemnity
      Only select this if Protection & Indemnity is required in the Required Types and Limits of Insurance Chart.

      Marine/Vessel Pollution
      Only select this if Marine/Vessel Pollution is required in the Required Types and Limits of Insurance Chart.

      Aerial Applicator Aviation Insurance
      Only select this if Aerial Applicator Aviation is required in the Required Types and Limits of Insurance Chart.

      Worker's Compensation
      Only select this if Worker's Compensation is required in the Required Types and Limits of Insurance Chart.

      Employer's Liability
      Only select this if Employer's Liability is required in the Required Types and Limits of Insurance Chart.

       

    • Rental Equipment? (required)

      Will the County be renting any equipment for this project?

    • Proposal Acceptance Period (required)

      When/what date should proposals/bids/submittals continue to remain valid until?  Specify a complete date, being sure to note Month, Day Year.

      Example:
      June 30, 2025

    • Indemnification for Grant Funded Projects (required)

      The design professional shall indemnify and hold harmless the County, and its officers and employees, Florida Department of Emergency Management, its employees and/or their contractors (FDEM) and the government of the United States, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the design professional and other persons employed or utilized by the design professional in the performance of the contract.

      In all claims against FDEM or US, Contractor’s indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or any benefits payable by or for Contractor, or its employees, agents, contractors, or subcontractors.

    Questions & Answers

    Q (Dredging): Is the bidding contractor responsible for dredging the material to the beach or will this be done by others?

    A: The bidding contractor is responsible for providing the services, pursuant to construction of the project, as described within the Invitation To Bid.


    Q (Contracting): 4) The specifications state that bids will be opened and read aloud publicly via the bid submission website. a) Will the Contractor be able to attend the bid opening in person in Flagler County, if so please provide an address for this opening.

    A: Yes, this meeting is open to the public. As this is an ITB, the award basis will be based solely on lowest cost. Solicitation Opening Date/Time (Non-Mandatory):April 16, 2026, 2:00pm 3rd Floor Financial Services Conference Room 1769 East Moody Blvd Bldg. 2 Bunnell, FL 32110 This information is also available in the Timeline section of this solicitation.


    Q (Contracting): 1) Section 20.2- Basis for Payment on page 30 of 62 in the Tech Specs Flagler Reach 2 states that Mob/Demob will be paid at a 60/40 split with mob being paid after placement of 1,000 CYs in a 24-hour period. However, Article 18- Method of Payment on page 60 of 74 in the Flagler County Beach Nourishment Project Reach II document states that 30% of mob would be paid at the first progress payment application with the remaining 70% paid in equal monthly payments throughout the life of the project. a) Please clarify which requirement will be adhered to.

    A: See Special Provisions Article 16 – Contract Documents – Order of Precedence on page 58 to 70. Technical Specifications take precedence over Special Provisions. Payment for Mobilization/Demobilization will follow Technical Specifications Section 20.2.


    Q (Design ): 2) Note 1 on page 1 of 137 of exhibit 5BQ 5D USACE Permit states the hydraulic dredging would be conducted via a hopper dredge to -64.5 foot depth NAVD 88 with a 2 foot allowable overdepth. Page 26 of 33 within the Contract Plans states the design excavation depth is -64.5’ NAVD88. a) Please clarify if 64.5’ is the maximum dig depth or if there is an additional allowable 2’ overdepth making the maximum dig depth 66.5’.

    A: The design excavation depth is -64.5 ft, NAVD88, and includes a 2-foot allowable disturbance depth to -66.5 ft, NAVD88. The contractor may incidentally disturb material between -64.5 ft and -66.5 ft in order to leave a post-dredging seabed no deeper than -64.5 ft, NAVD88.


    Q (Contracting): 3) Section 55.5- Work hours on page 56 of 62 in Technical Specifications Reach 2 Revised states that work can take place between the hours of sunrise to sunset, 7 days per week. a) Due to the nature of the work please strike this restriction and allow work to take place 24 hrs per day 7 days per week.

    A: Please review Section 10.0 Permissible Work Days and Hours of the Technical Specifications for clarification.


    Q (Contracting): 5) Pages 25 and 26 within the Contract Plans appear to be missing additional pictures, as there are references to the Autocad drawing but they are not included. a) Please provide those files.

    A: Sheets 25 and 26 have been corrected and are available for download in Section 8 "Attachments", as attachment W & X."


    Q (Contracting): Please provide the xyz survey data files for the beach and borrow area.

    A: The beach and borrow area survey data noted in the plans have been provided as attachments, in Section 8 "Attachments", as attachment Y, Z & AA. Please note these are for informational purposes only and are not to be relied upon as a signed and sealed survey product.


    Q (Contracting): Please confirm by written Addendum that (e) Builder’s Risk/Installation Floater is not required for this Project under Invitation For Bid #25-ITB-078, item 13. Insurance, and, confirm that the requirement for such coverage will be removed from any awarded Contract.

    A: A Builder’s Risk/Installation Floater will not be required.


    Q (Bonds): Please modify the Instruction to Bidders and remove Special Provisions Article 8 which require the Contractor to provide a Warranty (Maintenance) Bond in the amount equal to the final project value. Warranty Bonds for dredging projects are not appropriate as there is no warranty for dredging (see Technical Specifications Article 42.18 entitled “Maintenance of Beach Fill”). Unlike land-based construction, completed dredging activities are subject to natural forces that are entirely outside the control of the Contractor. Contractor in no way represents, guarantees or warrants that any dredging or excavation will stay open, dredged or excavated for any period of time whatsoever.

    A: The warranty provisions herein do not apply to dredging and beach fill placement.


    Q (Contracts): The Contract Documents state County may perform additional Work related to the Project by itself, or have additional Work performed by utility service companies, or let other direct Contracts therefore. Please confirm whether any such work is scheduled or anticipated, and if so, please describe the schedule, nature and extent of such work.

    A: County confirms there is no scheduled or additional work related to the project at this time.


    Q (Contracting): Please confirm that despite the language in Article 5 of the Special Provisions stating that no claim for escalation or adjustment for any price or rate increases will be considered, in the event of changes in laws or regulations, including applicable tariffs and duties, taking effect after submission of Contractor’s bid, Contractor shall be entitled to an equitable adjustment to the extent such change impacts Contractors’ cost and/or time of performance, and update and contract accordingly.

    A: No claim for escalation or adjustment will be considered.


    Q (Contracting): Since liquidated damages are assessed not as a penalty but as a reasonable pre-estimate of probable damages when actual/direct damages are difficult to calculate, please confirm and update the contract documents to reflect that in the event of delayed performance, liquidated damages will be assessed in lieu of actual/direct and consequential damages.

    A: As noted in Special Provisions Article 15, liquidated damages will be deducted for failure to meet the overall Total Contract Time. Also see response to Question 13.


    Q (Contracting): To reduce unnecessary contingencies in Contractor bids, please include a waiver of consequential damages: “Notwithstanding anything herein to the contrary, Contractor shall not be responsible or liable for any indirect, consequential or special damages of any type or nature whatsoever and howsoever arising, including, without limitation, delay, loss of profits, loss of income, loss of business opportunity, business interruption, loss of use and/or loss of ability to use undamaged component or system parts, whether resulting from negligence, breach of contract or otherwise, and regardless of whether such damages may have been foreseeable."

    A: Owner waives any right to claims against Contractor, including Contractor’s agents and employees, for business interruption or loss of use of Owner’s property within the project limits. However, Owner does not waive the right to other consequential damages or claims asserted by third parties for which Contractor is obligated to indemnify Owner pursuant to Sections 6.11 and 6.29 of the Standard General Terms, Article 2 of the Special Provisions.


    Q (Contracting ): Please confirm that Contractor shall be entitled to an equitable adjustment in the Contract Time and/or Contract Price for delays caused by the negligent acts or omissions of the Owner, other contractors of Owner, or anyone for whom Owner is responsible. The Contractor should not be required to bear the costs associated with such delays.

    A: Confirmed. As provided in Article 12.2 of the Standard General Terms and Article 14 of the Special Provisions, Contractor is not responsible for delays caused by the negligence of the Owner.


    Q (Contracting): Will this project receive Federal financial assistance (it is funded in whole or in part by the U.S. Government), yes or no?

    A: Yes, there is FEMA Category G (Public Assistance) funding used for a portion of this project.


    Q (Contracting): Please provide the full name of the Federal agency providing financial assistance for this project.

    A: Federal Emergency Management Agency


    Q (Contracting): Please provide the date (day, month, and year) the Federal financial assistance grant or loan for this Project was awarded.

    A: 4673DR-FL (Hurricane Ian), award date 09/30/2022. 4680DR-FL (Hurricane Nicole), award date 12/17/2022


    Q (Contracting): Please confirm which domestic product preference requirements (e.g. 2 CFR 184 and the “Buy America” preference in BABA) apply to this Project, and conform the contract documents.

    A: Buy America applies to products that are purchased for the project, including items like post & rope, wooden boards for dune fencing, wires, nails, etc. This would not apply to items such as the steel pipe and materials of the equipment that the Contractor retains ownership of.


    Q (Contracting): If this project will receive Federal financial assistance and 2 CFR part 184 does not apply, please provide complete documentation from the Federal funding agency about the applicable domestic project preference requirements, and conform the contract documents.

    A: See response to question 18.


    Q (Contracting): Please confirm Contractor is responsible only for hazardous materials brought to the Project site and/or generated by the Contractor, and will not be responsible for any pre-existing materials containing substances classified as hazardous, potentially hazardous, infectious, toxic or dangerous under applicable law, which shall be disposed of in strict compliance with all regulations as directed by Owner. With respect to any such pre-existing materials, Owner is the generator.

    A: Contractor is not responsible for hazardous material identified at the project site to be pre-existing. Contractor shall immediately notify Owner of any pre-existing hazardous materials that are encountered in order to coordinate proper disposal.


    Q (Contracting): Please remove "and equipment" from Section 15.2.3 of the Standard General Conditions, entitled "Completion of Work by County." It is unacceptable for any third party to take possession of Contractor's highly specialized marine tools and equipment.

    A: The phrase “and equipment” from Section 15.2.3 of the Standard General Conditions will not apply and is hereby stricken.


    Q (Contracting ): Please confirm Contractor is solely responsible for damage to known utilities and will not be responsible for damage to utilities not shown on the plans and specifications or identified by the local utility locator service and update the contract documents accordingly. Contractor should not be responsible for damage to unknown, unidentified utilities located on the Owner’s project site that cannot reasonably be discovered.

    A: Contractor is not responsible for unknown or unidentified utilities. Utilities are likely to be encountered in the vicinity of access areas. Contractor shall not excavate below existing grade in these areas.


    Q (Contracting): Unlike land-based construction, completed dredging activities are subject to natural forces that are entirely outside the control of the Contractor. To clarify the intent of the warranty, please include the following warranty provision: “The warranty provisions herein do not apply to the dredging portion(s) of the work. With respect to dredging, upon Contractor’s advising Owner that the dredging has been completed, Owner shall inspect the Work and, if acceptable, shall advise Contractor of Owner’s acceptance thereof. Contractor in no way represents, guarantees or warrants that any dredging or excavation will stay open, dredged or excavated for any period of time whatsoever.”

    A: See Question #9 response.


    Q (No subject): Will a call in number be available for the bid opening

    A: The bid opening will be available as an in person meeting or you may join via Teams. Meeting information is below, and also listed in the Timeline Section of this solicitation. April 16, 2026, 2:00pm 3rd Floor Financial Services Conference Room 1769 East Moody Blvd Bldg. 2 Bunnell, FL 32110 Microsoft Teams meeting Join on your computer, mobile app or room device https://www.microsoft.com/en-us/microsoft-teams/join-a-meeting Meeting ID: 239 761 819 406 3 Passcode:KY7qf9xZ


    Q (Confirm Bid Due Date): Addendum 3 lists the due date as April 16, while the OpenGov site shows April 29. Please confirm the correct bid due date.

    A: Addendum No. 4 was posted on 4/6/2026 changing the Proposal Submission Deadline from April 16 to April 29.


    Q (Attachment BB): Can you please provide Attachment BB that was referenced in attached addendum 3 in relation to the slideshow presentation from Pre-Bid meeting that was held on 3/31/26? I don’t see that it was posted with the addendum or in OpenGov.

    A: Attachment BB can now be found in the Attachments Sections.


    Q (Sediment Sampling): Can you verify that the Engineer (not the Contractor) is responsible for sediment sampling along the beach? (Based on 37.6 Beach Fill Berm Sediment Sampling)

    A: That is correct.


    Q (Beach Access): Can we use the beach access that was offered in 2024 across from Veterans Park (just south of the fill template)?

    A: County cannot offer this. Should Contractor want to use this access, the Contractor should contact the City of Flagler Beach and FDOT.


    Q (Varn Park Access): Can the Varn Park access be used for equipment and pipe access if grubbed and the restored post-construction?

    A: The Contractor shall submit their transport, storage, staging, and use of access areas pursuant to Technical Specification 2.7, and provide for site restoration pursuant to Technical Specification 14.


    Q (Warranty): Since this project involves dredging and placing of sand in dynamic shoreline conditions, can the 1-year warranty be waived for dredging and beach placement?

    A: See Question #9 response.


    Q (Builder's Risk): Since this project involves dredging and placing of sand in dynamic shoreline conditions, can builder’s risk requirements be waived?

    A: A Builder’s Risk/Installation Floater will not be required.


    Q (Contract): Does Section titled 15.2.2 Termination of Contract for Convenience in the Standard General Conditions includes costs associated with demobilization and direct termination expenses?

    A: Contractor would be paid for demobilization if the contract is terminated for convenience, by the Owner, in accordance with Technical Specifications Section 20.


    Q (Build America/Buy America): Does Build America/Buy America apply to this contract?

    A: See response to Question #18.


    Q (Insurance): Can the primary policy insurance limits be met in combination with follow-form excess policies?

    A: No


    Q (No subject): In the invitation for bid, the Contract Execution states that the contractor must fully complete all work within 240 calendar days from the NTP. In the Technical specifications, 1.4 states that the contractor's period of performance to complete the work shall be 12 months (365 days) from the date of the NTP. Please clarify which is correct.

    A: The period of performance is 365 days from NTP.


    Q (No subject): In the invitation for bid, the Advertisement states that All Bids must be firm for a period of 120 days after the time set for opening Bids. Also, the invitation for bids, 18. Receipt and Opening of Bids states that the bidder agrees that this Bid shall be good and may not be withdrawn for a period of 90 days. Please clarify which is correct.

    A: 90 days is the correct period.


    Q (No subject): How many Dune and Information Signs are required to be placed under the bid item Project Signs?

    A: One (1) project sign (Line Item 13) and thirty (30) dune awareness signs (Line Item 14) are required. See Plans Sheet 33.


    Q (No subject): Does a Contractor that holds a State of Florida General Contractors License have to register that license before bid with Flagler County or can the contractor wait until apparent low bidder to register such license?

    A: Contractor should meet the minimum licensure requirements at the time of bid. Contractor can wait until bid is awarded before registering their license with the County.


    Q (No subject): Is the intent to award the full beach / dune fill quantity? The below statement allows for a potential significant under run. "The unit cost quantities for Line Items 2 and 3 are only estimates. The unit costs provided in this bid shall remain valid for actual Fill and Mechanical Screening and Spreading placed up to20% above or below these estimated quantities."

    A: County intends to award the project as advertised and reserves the right to adjust quantities within the terms of the Contract.


    Q (Contracting): Section 3 on page 7 of 137 within the USACE permit states that draghead screening may become required, which conflicts with Section 37.4 Screening on page 39 of 62 within the contract specifications stating screening shall be achieved at point of discharge. Will the Owner confirm that all cost and schedule impacts for the initiation of draghead screening will be addressed via contract modification for changes in the work?

    A: Yes, Contractor would be eligible for reasonable adjustment to the Contract.


    Q (No subject): Can the dredge plant pumpoff from within the pipeline corridor?

    A: The Contractor shall utilize the pipeline corridors as described in the Plans and Technical Specifications to deploy pipeline only. All sand placement shall occur on the beach. Anchoring will also be allowed within the pipeline corridor, should the Contractor’s dredge’s draft allow them to anchor landward of the seaward extent of the noted corridors.


    Key dates

    1. March 5, 2026Published
    2. April 16, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.