Active SLED Opportunity · FLORIDA · CITY OF PORT ST. LUCIE

    Glades Wastewater Treatment Facility Expansion Owner's Agent

    Issued by City of Port St. Lucie
    cityRFQuCity of Port St. LucieSol. 252315
    Open · 15d remaining
    DAYS TO CLOSE
    15
    due May 29, 2026
    PUBLISHED
    Apr 28, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    The City of Port St. Lucie seeks a qualified Owner's Agent for the Glades Wastewater Treatment Facility expansion project. The role involves managing design-build activities for increasing capacity from 12 to 18 MGD, with a potential for 24 MGD, including planning, permitting, construction oversight, and coordination with city departments.

    Opportunity details

    Solicitation No.
    252315
    Type / RFx
    RFQu
    Status
    open
    Level
    city
    Published Date
    April 28, 2026
    Due Date
    May 29, 2026
    NAICS Code
    541330AI guide
    State
    Florida
    Agency
    City of Port St. Lucie

    Description

    Pursuant to the Port St. Lucie City Code of Ordinance 35.07, this electronic Request for Qualifications (RFQu) is being issued to establish a contract with a qualified proposer who will serve as the Glades Wastewater Treatment Facility Expansion Owner's Agent to the City of Port St. Lucie (hereinafter, “City”) as further described in this RFQu.

    The City of Port St. Lucie, Florida (“City”) provides Potable Water, Wastewater, and Reclaimed Water services throughout the Utility Systems Department service area. The utility system includes:

    • Two (2) wastewater treatment facilities with a total of 18 million gallons per day (MGD) permitted capacity.
    • Two (2) water treatment facilities in service comprising of one (1) lime softening water treatment plant and two (2) reverse osmosis treatment plants with 41.65 MGD in permitted capacity. 
    • One (1) additional reverse osmosis water treatment facility is anticipated by 2029 with a minimum of 10 MGD in capacity.

    Given the projected population growth, expansion of the existing 12 MGD Glades Westwater Treatment Facility (WWTF) to 18 MGD with a potential for 24 MGD will be necessary to meet future demands.  Current Master Plan projections require partial operation by end of 2030.

    The City will contract the services of a qualified Progressive Design-Build Team to design and construct the Glades WWTF expansion, including any required upgrades to the existing system.  The project includes, but is not limited to, planning, design, permitting, construction, and other services to deliver a ‘turnkey” project. The wastewater treatment facility expansion and related improvements will be constructed at the existing Glades Wastewater Treatment Facility site located at 10700 NW Glades Cutoff Road, Port St. Lucie, Florida. 

    The City is seeking Statement of Qualifications from qualified firms for the provision of owners’ agent services relating to the progressive design-build activities for the Glades Wastewater Treatment Facility Expansion in accordance with the terms, conditions, and specifications contained in this Request for Qualifications.

    Project Details

    • Reference ID: 20260202
    • Department: Utility System
    • Department Head: Kevin Matyjaszek (Director)

    Important Dates

    • Questions Due: 2026-05-18T21:00:00.000Z
    • Answers Posted By: 2026-05-21T21:00:00.000Z
    • Pre-Proposal Meeting: 2026-05-12T13:00:00.000Z — 10700 NW Glades Cut-off Road Port St. Lucie, FL 34987

    Evaluation Criteria

    • 1A. Qualifications & Personnel Experience - History (15 pts)

      A brief history of the Proposer (years in business, annual volume of work over the past five (5) years, company ownership, officers, etc.).  2 Pages Maximum

    • 1B. Qualifications & Personnel Experience - Resumes of Key Individuals (15 pts)

      Resumes for each key individual needed to carry out the proposal and describe their proposed role/responsibilities.  2 Pages Per Resume Maximum - 10 Resumes Maximum

    • 1C. Qualifications & Personnel Experience - Organizational Chart (15 pts)

      Organizational chart for key personnel who will be involved with the project.

    • 2. Owners' Representative Experience (75 pts)

      A minimum, five (5) similar projects that have been completed in the past ten (10) years.  At least one (1) must have used Design-Build as the delivery method.  Maximum of eight (8) projects allowed.

    • 3A. Methodology & Approach - Planning (30 pts)

      What due diligence will be required for a successful wastewater treatment plant expansion?

    • 3B. Methodology & Approach - Schedules & Cost Approach (30 pts)

      The Owner's Agent should clearly define: (a.) GMP review methodology; (b.) Cost model validation; (c.) Schedule risk analysis; (d.) Critical path monitoring; (e.) Contingency management

    • 3C. Methodology & Approach - Coordination with the Owner (30 pts)

      Will other departments need to be involved, will public outreach be necessary, etc.?   (a.) Owner coordination support; (b.) Public meeting participation; (c.) Permit tracking; (d.) Funding agency reporting; (e.) Media/communications advisory (if required)

    • 3D. Methodology & Approach - Quality Assurance (QA) / Quality Control (QC) (30 pts)

      What is the QA/QC process? (a.) Existence of a formal, written QA/QC process?; (b.) Internal peer review procedures; (c.) Documented checklists and review protocols; (d.) Escalation procedures for critical findings

    • 3E. Methodology & Approach - Document Control (30 pts)

      How does the Team manage the flow of information, documents, approvals, etc.?  How does the Team monitor progress and milestones? (a.) Suggested document management software (Procore, e-Builder, SharePoint, etc.); (b.) Cloud accessibility; (c.) Role-based permissions; (d.) Integration with BIM; (e.) Real-time tracking dashboards; (f.) Mobile field accessibility

    • 3F. Methodology & Approach - Closeout (30 pts)

      Consultant's role in the closeout process: (a.) Startup coordination; (b.) Operations and Maintenance (O&M) Manual review oversight; (c.) Warranty tracking process; (d.) Performance guarantee verification

    Submission Requirements

    • Mandatory Forms
    • Proposal Upload (required)
    • Proof that Consultant qualifies as a design criteria professional under section 287.055, Florida Statutes (required)
    • Consultant's General Information Worksheet (required)

      It is understood and agreed that the following information is to be used by the City to determine the qualifications of prospective Consultant to perform the work required. The Consultant waives any claim against the City that might arise with respect to any decision concerning the qualifications of the Consultant.

      The undersigned attests to the truth and accuracy of all statements made on this questionnaire. Also, the undersigned hereby authorizes any public official, Engineer, Surety, bank, material or equipment manufacturer, or distributor, or any person, firm or corporation to furnish the City any pertinent information requested by the City deemed necessary to verify the information on this questionnaire.

      Please download the below documents, complete, and upload.

    • E-Verify Form (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Copy of W-9 (required)
    • Copy of Certificate of Insurance (required)
    • Electronic Confirmation
    • Cone of Silence and Communication Document (required)

      To ensure fair consideration is given for all Proposers, it must be clearly understood that upon release of the proposal and during the proposal process, firms and their employees of related companies as well as paid or unpaid personnel acting on their behalf shall not contact or participate in any type of contact with City employees, department heads or elected officials, up to and including the Mayor and City Council. The “Cone of Silence” is in effect for this solicitation from the date the solicitation is advertised on the OpenGov Portal, until the time an award decision has been approved by City Council and fully executed by all parties. Information about the Cone of Silence can be found under the City Code of Ordinances, Section 35.13. Contact with anyone other than the Issuing Officer may result in the vendor being disqualified. All contact must be coordinated through the Issuing Officer, for the procurement of these services.

    • Consultant's Code of Ethics (required)

      The City of Port St Lucie (“City), through its Procurement Management Division (“Procurement  Management Division”) is committed to a procurement process that fosters fair and open competition, is  conducted under the highest ethical standards and enjoys the complete confidence of the public. To achieve  these purposes, Procurement Management Division requires each vendor who seeks to do business with  the City to subscribe to this Consultant's Code of Ethics.  

      ♦ A Consultant's proposal will be competitive, consistent and appropriate to the proposal documents. 

      ♦ A Consultant will not discuss or consult with other Consultants intending to bid on the same Contract or similar City Contract for the purpose of limiting competition. A Consultant will not make any attempt to induce any individual or entity to submit or not submit a proposal. 

      ♦ Consultant will not disclose the terms of its proposal, directly or indirectly, to any other competing Consultants prior to the proposal closing date. 

      ♦ Consultant will completely perform any Contract awarded to it at the contracted price pursuant to the terms set forth in the Contract. 

      ♦ Consultant will submit timely, accurate and appropriate invoices for goods and/or services actually performed under the Contract. 

      ♦ Consultant will not offer or give any gift, item or service of value, directly or indirectly, to a City employee, City official, employee family member or other vendor contracted by the City. 

      ♦ Consultant will not cause, influence or attempt to cause or influence, any City employee or City Official, which might tend to impair his/her objectivity or independence of judgment; or to use, or attempt to use, his/her official position to secure any unwarranted privileges or advantages for that Vendor or for any other person. 

      ♦ Consultant will disclose to the City any direct or indirect personal interests a City employee or City official holds as it relates to a Vendor contracted by the City. 

      ♦ Consultant must comply with all applicable laws, codes or regulations of the countries, states and localities in which they operate. This includes, but is not limited to, laws and regulations relating to environmental, occupational health and safety, and labor practices. In addition, Consultant must require their suppliers (including temporary labor agencies) to do the same. Consultant must conform their practices to any published standards for their industry. Compliance with  laws, regulations and practices include, but are not limited to, the following:  

      o Obtaining and maintaining all required environmental permits. Further, Consultant will endeavor to minimize natural resource consumption through conservation, recycling and substitution methods. 

      o Providing workers with a safe working environment, which includes identifying and evaluating workplace risks and establishing processes for which employee can report health and safety incidents, as well as providing adequate safety training. 

      o Providing workers with an environment free of discrimination, harassment and abuse, which includes establishing a written antidiscrimination and anti-bullying/harassment policy, as well as clearly noticed policies pertaining to forced labor, child labor, wage and hours, and freedom of association.

      DISCLAIMER: This Code of Ethics is intended as a reference and procedural guide to Consultants. The  information it contains should not be interpreted to supersede any law or regulation, nor does it supersede the  applicable Consultant Contract. In the case of any discrepancies between it and the law, regulation(s) and/or  consultant contract, the law, regulatory provision(s) and/or consultant contract shall prevail. 

    • Drug Free Workplace (required)

      The undersigned Consultant in accordance with section 287.087, Florida Statutes, hereby certifies that they comply fully with the below requirements.

      1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 

      2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 

      3. Give each employee engaged in providing the commodities or contractual services that are under proposal a copy of the statement specified in subsection (1). 

      4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 Florida Statutes 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. 

      5. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 

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

    • Affidavit of Nongovernment Entity Anti-Human Trafficking Laws (required)

      In accordance with section 787.06(13), Florida Statutes, the representative of the nongovernmental entity bidder (“Entity”), attests under penalty of perjury that the Entity does not use coercion for labor or services as defined in section 787.06.

    • Vendor Scrutinized Companies List Certification (required)

      Sections 287.135 and 215.473, Florida Statutes, prohibit Florida municipalities from contracting with companies, for goods or services over $1,000,000 that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or to engage in any Business operations with Cuba or Syria. Sections 287.135 and 215.4725 also prohibit Florida municipalities from contracting with companies, for goods or services in any amount that are on the list of Scrutinized Companies that Boycott Israel.

      The list of "Scrutinized Companies" is created pursuant to Section 215.473, Florida Statutes. A copy of the current list of "Scrutinized Companies" can be found at the following link:

      https://www.sbafla.com/media/mqodaonn/2024_12_17_-israel-scrutinized-companies-list-for-web.pdf

      As the person authorized to sign on behalf of the Respondent Vendor, I hereby certify that the company identified above in the section entitled "Respondent Vendor Name" is not listed on either the Scrutinized Companies with Activities in Sudan List; or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; is not participating in a boycott of Israel; and does not have any business operations with Cuba or Syria. I understand that pursuant to Sections 287.135 and 215.473, Florida Statutes, the submission of a false certification may subject the Respondent Vendor to civil penalties, attorney's fees, and/or costs.

      I understand and agree that the City may immediately terminate any contract resulting from this solicitation upon written notice if the company referenced above are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) for any contract for goods or services in any amount of monies, it has been placed on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii) for any contract for goods or services of one million dollars ($1,000,000) or more, it has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business operations in Cuba or Syria.

    • I certify that I have read, understood, and agreed to the terms outlined in this solicitation, including all Addenda, Notices, and the Question & Answer section. Furthermore, I confirm that I am authorized to submit this response on behalf of my company. (required)
    • What type of award is this? (required)
    • What insurance terms should be included? (required)

      Please select all applicable from the following:

    • Is this project federally funded? (required)

    Key dates

    1. April 28, 2026Published
    2. May 29, 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.