SLED Opportunity · FLORIDA · CITY OF CAPE CORAL, FL

    Insurance Brokerage Services

    Issued by City of Cape Coral, FL
    cityRFPCity of Cape Coral, FLSol. 246315
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Mar 23, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    524210
    AI-classified industry

    AI Summary

    The City of Cape Coral, FL, requests proposals for Insurance Brokerage Services covering a broad range of insurance types for the city and related entities. The RFP emphasizes qualifications, experience, financial strength, and cost. Proposals are due April 23, 2026.

    Opportunity details

    Solicitation No.
    246315
    Type / RFx
    RFP
    Status
    open
    Level
    city
    Published Date
    March 23, 2026
    Due Date
    April 23, 2026
    NAICS Code
    524210AI guide
    State
    Florida
    Agency
    City of Cape Coral, FL

    Description

    The City of Cape Coral was incorporated in 1970 and operates under the Council/City Manager form of government. The City Council has eight members consisting of the mayor and seven members all elected at large on a nonpartisan basis. City Council is responsible for all policy-making functions of the government and retains the services of a City Attorney, City Auditor and City Manager. The City Manager is responsible for all administration of the City, which provides a comprehensive range of municipal services including general government, public safety, community services, public works, planning, utilities, and parks and recreation.


    Cape Coral is the 8th largest city by population and the 3rd largest by land mass in Florida. Cape Coral currently has a population of more than 200,000 residents and is experiencing high growth. As a pre-platted community, Cape Coral could have more than 360,000 residents at buildout. The city has a sub-tropical lifestyle with thousands of waterfront residential properties on almost 400 miles of canals. About two-thirds of these canals provide boaters with direct access to the Gulf of Mexico.

    Background

    The City of Cape Coral, Florida (the “City”) is seeking proposals from qualified firms to provide Insurance Brokerage Services for a comprehensive range of coverages, including Property; Boiler & Machinery; Data Processing Equipment; Crime; Public Official Liability; Excess Automobile Liability; Cyber Liability; Excess General Liability; and Excess Workers’ Compensation.

    The City’s insurance program supports multiple entities, including the City of Cape Coral, the Community Redevelopment Agency (CRA), and the City of Cape Coral Charter Schools, all of which maintain annual renewal cycles from October through October.

    Project Details

    • Reference ID: 2026-RFP-FN-005-SS
    • Department: Procurement
    • Department Head: Wanda Roop (Procurement Manager)

    Important Dates

    • Questions Due: 2026-04-09T16:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-04-03T18:51:12.902Z) —

      Adjusted table formatting in Project Documents section 5. Technical Specification or Scope of Work in order to correct formatting issues in Pages 46-53 inThe Insurance Brokerage Services RFP document under "Downloads"   

    • Addendum #2 (released 2026-04-07T13:08:21.132Z) —

      Addendum 2 is being issued to provide responses to questions received and provide a formal Addendum attachment.

    • Addendum #3 (released 2026-04-14T12:19:07.034Z) —

      Addendum 3 is being issued to provide responses to questions received and provide a formal Addendum attachment.

    Evaluation Criteria

    • Title Page (1 pts)

      List the Request for Proposal subject, the name of the firm, address, telephone number, email address, contact person, and date of submittal, and who has corporate authority to sign for the Firm.

    • Letter of Transmittal (1 pts)

      Please provide information on the firm and primary contact to include but not limited to:

      1. Corporate Name of Proposer;

      2. Federal Employer Identification Number (“FEIN”);

      3. Size of Firm;

      4. Reach (Local, National and/or; International);

      5. Location of the office from which services will be provided;

      6. Size of Staff (number of professional staff and overall experience of assigned staff for this project); and

      7. Team (with a Single Point of Contact) or Individual Based concept should the Proposer be awarded the business

      Primary Contact:

      For the primary person responsible for managing the relationship with the City to include the following: Name; Title, Office address, E-mail address, Telephone and Fax Numbers, and a brief resume of the individual’s role and relevant experience.

    • Table of contents (1 pts)

      Include a clear identification of the material included in the submittal by page number.

    • Professional Qualifications (20 pts)

      Describe the company's organization, date founded, size, office location(s) and ownership of your firm, history, parent company, and experience with projects of similar scope and size.

       

    • Responsiveness of the Proposal (20 pts)

      Provide a brief discussion of the company’s approach, understanding of the work required and range of activities performed by the office performing the required services. 

      Include the average processing time from receipt of data to mailing of documents and implementation approach.

      Complete and submit the Respondent Questionnaire Form located in the Supplier Acknowledgements section, item Respondent Questionnaire.

    • Financial Strength as Rated by A.M Best Guide or Acceptable Self-Insurance Fund (10 pts)

      Provide the A.M. Best Rating Category, Rating Symbol and any Non-Rating Designations to the company.

    • Project Understanding and Methodology (30 pts)

      Evidence of thorough knowledge and understanding of insurance needs, in general, and specific to the City of Cape Coral as put forward in the Scope of Services.

    • Prior Experience and References (10 pts)

      Describe in detail prior experience that the submitting firm has had and provide a verifiable reference.  Please provide a minimum of three (3) references for projects similar in size and scope to this project, if available.

      ***The minimum information required for each reference shall be as required on the Reference Survey Form found in Supplier Acknowledgements. CITY and/or their designee must be able to make contact with the reference.***

    • Cost Proposal (17 pts)

      Complete A - Cost Proposal Forms located in the Attachments and submit in the Supplier Acknowledgements section, item Price Proposal - Cost/Fees.

    Submission Requirements

    • Taxpayer Identification Number (FEIN or Social Security Number) (required)

      Enter your FEIN.

    • General Terms & Conditions (required)

      You have read, understand and agree to the General Terms & Conditions listed in the solicitation documents.

    • Specifications and Requirements (required)

      You have read, understand and agree to the specifications and requirements listed in the solicitation documents.

    • State of Florida - Division of Corporations (required)

      Please submit a copy of your registration  and the corresponding document number from the website www.sunbiz.org establishing your firm as authorized (including authorized representatives) to conduct business in the State of Florida, as provided by the Florida Department of State, Division of Corporations.

      Indicate the document is attached and you can add any notes as required.
    • Collusion Statement (required)

      The undersigned respondent affirms that the submittal is genuine and not collusive or sham; that the respondent has not colluded, conspired, connived or agreed, directly or indirectly, with any respondent or person, to put in a sham submittal or to refrain from submitting, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference, with any person, to fix the submitted price of affiant or of any other respondent, or to fix overhead, profit or cost element of said submitted price, or that of any other respondent, or to secure any advantage against the City of Cape Coral of any person interested in the proposed contract; and that all statements in said proposal or bid are true. 

    • Scrutinized Companies Certification (required)
      Pursuant to 287.135 Florida Statute, s. 215.4725 and s. 215.473, A Company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an agency (state) or local governmental entity for goods or services of:
      1. Any amount if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or
      2. One million dollars or more if, at the time of bidding on, submitting a proposal for, or entering into or renewing such contract, the company: 
        1. Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in Iran Terrorism Sectors List, created pursuant to s. 215.473; or
        2. Is engaged in business operations in Cuba or Syria.

      Please download the below documents, complete, and upload.

    • Public Entity Crimes Act (required)

      A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.

    • Discriminatory Vendor List (required)

      An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity.

    • Form 3A - Interest in Competitive Bid for Public Business (required)

      Sections 112.313(3) and 112.313(7), FL §, prohibit certain business relationships on the part of public officers and employees, their spouses, and their children. See Part III, Chapter 112, FL §, and/or the brochure entitled "A Guide to the Sunshine Amendment and Code of Ethics for Public Officers, Candidates and Employees" for more details on these prohibitions. However, Section 112.313(12), FL § (1983), provides certain limited exemptions to the above-referenced prohibitions, including one where the business is awarded under a system of sealed, competitive bidding; the public official has exerted no influence on bid negotiations or specifications; and where disclosure is made, prior to or at the time of the submission of the bid, of the official's or his spouse's or child's interest and the nature of the intended business. The Commission on Ethics has promulgated this form for such disclosure, if and when applicable to a public officer or employee.

      If this disclosure is applicable request form “INTEREST IN COMPETITIVE BID FOR PUBLIC BUSINESS” (Required by 112.313(12)(b), FL § (1983)) to be completed and returned with solicitation response. It is the respondent's responsibility to disclose this relationship, failure to do so could result in being declared non- responsive.

      Please download the below documents, complete, and upload.

    • Corporate Resolution (required)

      The corporate resolution form is utilized to provide names of individuals that are legally authorized to execute agreements on behalf of the corporation, company, partnership, joint venture or entity.  This may include signing of bid documents, contracts, forms, and agreements. The corporate resolution form includes the name of individuals, with their signatures and their official title with the entity submitting a bid or proposal.

      Respondents must provide either the corporate resolution form or the company’s official letterhead, indicating the authority of the individuals who may sign and legally bind the company in proposals, bids, contracts, and agreements. The authorized individuals name(s) should be shown on the corporate resolution or letterhead with their typewritten name, their official title and actual signatures shown beside their name. The document should be signed and dated by an authorized agent of the company. The document should include the company’s official address and phone number. If the primary qualifying agent is not the owner, an officer, a member, a joint venture managing partner, etc., describe the relationship to the company and provide proof of such relationship and/or license use agreement.

      Please download the below documents, complete, and upload.

    • Drug Free Workplace (required)

      Florida Statutes Section 112.0455 is the “Drug-Free Workplace Act”.  The purpose of the Act is:

      1. promote the goal of a drug-free workplace within government through fair and reasonable drug-testing methods for the protection of public employees and employers.
      2. Encourage employers to provide employees who have drug use problems with an opportunity to participate in an employee assistance program or an alcohol and drug rehabilitation program.
      3. Provide for confidentiality of testing results.

      Please download the below documents, complete, and upload.

    • Reference Survey Forms

      Please download the below documents, complete, and upload.  Ensure to include the number of references as stated in the Solicitation Specification section.

    • Insurance Requirements (required)

      See attached Minimum Insurance Requirements form for information relative to insurance requirements, found in this solicitation.

      Without limiting its liability under this solicitation, the awarded respondent(s) shall procure and continuously maintain, without interruption, at its own expense, insurance specified on the enclosed form.

      Neither approval nor failure to disapprove the insurance furnished by awarded respondent to the City shall relieve the awarded respondent of the awarded respondent's full responsibility to provide insurance, as required by this contract.  The awarded respondent shall be responsible for assuring that the insurance remains in force for the duration of the contractual period; included any and all option years that may be granted to that awarded respondent.  The certificate of insurance shall contain the provision that the City be given no less than thirty (30) days written notice of cancellation.  If the insurance is scheduled to expire during the contractual period, the awarded respondent shall be responsible for submitting new or renewed certificates of insurance to the City at a minimum of fifteen (15) calendar days in advance of such expiration.

      By submitting a response to the solicitation, respondent is agreeing to meet the insurance requirements of the project, which are subject to change.

      ACKNOWLEDGEMENT OF INSURANCE REQUIREMENTS:
      Respondent acknowledges to provide proof of Minimum Insurance Requirements as stated in this solicitation.  Certificate of Insurance to be provided post contract execution and approved by the City before the commencement of any work activities.
    • Deviations from Solicitation Specifications (required)
      Respondent shall clearly indicate all areas in which the items the respondent proposes does not fully comply with the requirements of this specification.  The decision as to whether an item fully complies with the stated requirements rests solely with the City of Cape Coral.
      Please indicate all deviations or add N/A.
    • Designated Contact (required)
      Provide a primary contact that will be available during normal work hours by phone or in person and knowledgeable of all terms of the contract.
      List the name, title, phone #, and email address for the primary contact below.
    • City Employees (required)

      Does your company employ any City of Cape Coral employees?  Please indicate "Yes" or "No".  If "Yes", note the employees name, department and division.

    • Annual Appropriation (required)

      The City's performance and obligation to pay under this contract is contingent upon an annual appropriation by the City Council.   This Contract is not a commitment of future appropriations.  Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the City if the City Council reduces or eliminates appropriations.

    • Electronic Funds Transfer (EFT'S) (required)
      Payments by Electronic Funds Transfer: All payments made by the City of Cape Coral, Florida will be made by Direct Deposit (ACH) via electronic funds transfer. Paper checks will no longer be issued to new vendors. Every new vendor must register for direct deposit with the City by providing a "Vendor Authorization Agreement for Electronic Funds Transfer” form (ACH Form) to the City’s Financial Services Accounting Division. It is strongly encouraged for current vendors to register for direct deposit with the City via Direct Deposit (ACH) Electronic Funds Transfer.  The form may be accessed on the City of Cape Coral website at:
      Please contact the Procurement Division at the number shown on this solicitation document herein as the first point of contact for more information.
      The link below will take you to the City of Cape Coral vendor Registration page:
      Suppliers submitting a response to any solicitation are not required to be registered vendors or set up EFT payment prior to submitting their response.  Suppliers do need to become register vendors and have the EFT payment form in place prior to the award of any contract.
    • E-Verify (required)
      As a condition precedent to entering into this CONTRACT and in compliance with The Immigration and Nationality Act (INA), 8 U.S.C. Section 1324a(e) Section 274A(e) and Florida Statute State Section §448.095, Contractor or Consultant and their subcontractors shall register with and use the E-Verify system to verify work authorization status of all employees hired after January 1, 2021. The Employment Verification System (E-Verify) is operated by the Department of Homeland Security in partnership with the Social Security Administration.

      A public agency must require in any contract that the contractor, and any subcontractor thereof, register with and use the E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor. A public agency or a contractor or subcontractor thereof may not enter into a contract unless each party to the contract registers with and uses the E-Verify system.  The website for E-Verify is https://e-verify.gov

      NOTE: Response to this Solicitation must include E-Verify Memorandum of Understanding (MOU) Verification document. Upload the E-Verify MOU document under the Response Attachment Tab.
      PUBLIC AGENCY CONTRACTING

      (a) A public agency must require in any contract that the contractor, and any subcontractor thereof, register with and use the E-Verify system to verify the work authorization status of all new employees of the contractor or subcontractor. A public agency or a contractor or subcontractor thereof may not enter into a contract unless each party to the contract registers with and uses the E-Verify system.

      (b) If a contractor enters into a contract with a subcontractor, the subcontractor must provide the contractor with an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. The contractor shall maintain a copy of such affidavit for the duration of the contract.

      (c)1. A public agency, contractor, or subcontractor who has a good faith belief that a person or an entity with which it is contracting has knowingly violated s. 448.09(1) shall terminate the contract with the person or entity.
      2. A public agency that has a good faith belief that a subcontractor knowingly violated this subsection, but the contractor otherwise complied with this subsection, shall promptly notify the contractor and order the contractor to immediately terminate the contract with the subcontractor.
      3. A contract terminated under this paragraph is not a breach of contract and may not be considered as such. If a public agency terminates a contract with a contractor under this paragraph, the contractor may not be awarded a public contract for at least 1 year after the date on which the contract was terminated. A contractor is liable for any additional costs incurred by a public agency as a result of the termination of a contract.

      (d) A public agency, contractor, or subcontractor may file a cause of action with a circuit or county court to challenge a termination under paragraph (c) no later than 20 calendar days after the date on which the contract was terminated.
       
      Upload the company's COMPLETE E-Verify Memorandum or Understanding Document.
    • Immigration Affidavit Certification (required)

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

    • Human Trafficking Affidavit (required)

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

    • ARTICLE VII: Purchase and Sale of Real and Personal Property: CONE OF SILENCE (required)
      In accordance with Article VII, Division 1, Section 2-151 (k) of the City of Cape Coral Ordinance.
       
      The Cone of Silence prohibits any communication regarding a particular RFP, RFQ or bid solicitation after they have been advertised. This Cone of Silence is designed to protect the professional integrity of the procurement process by shielding it from undue influences prior to the recommendation of contract award.
      § 2-151

      (k) Cone of Silence.
      (1)  Prohibited communication.  Except as set forth in subsection (4) below, during a Competitive Solicitation, a cone of silence shall be in effect between:
      a.  Any person or entity that seeks a contract, contract amendment, award, recommendation, or approval related to a Competitive Solicitation or that is subject to, or are currently being evaluated or having its response evaluated in connection with a Competitive Solicitation, including a person or entity's representative; and
      b.  Any City Council member, the City Manager and their respective support staff or any person or group of persons appointed or designated by the City Council or the City Manager to evaluate, select, or make a recommendation to the City Council or the City Manager regarding a Competitive Solicitation.
      (2) Effective dates.  A cone of silence shall begin and shall end for Competitive Solicitations as follows:
      a.  A cone of silence shall be in effect during a competitive solicitation process beginning upon the advertisement for the Competitive Solicitation, upon the receipt of an unsolicited proposal, or during such other procurement activities as declared by the City Council.
      b.  The cone of silence shall terminate when either a contract is finally approved, a protest is filed pursuant to section 2-150, or the city rejects all bids or responses to the Competitive Solicitation, or takes other action which ends the Competitive Solicitation process.
      (3) Notice.  When the cone of silence becomes effective for a particular Competitive Solicitation, the City Manager or designee shall provide notice of the cone of silence to the City Council. The solicitation document for the goods or services shall generally disclose the requirements of this section.
      (4) Permitted communication.
      a. The cone of silence shall not apply to written or oral communications to the Procurement Manager, Procurement Manager's designee or to the City Attorney's Office.
      b. Nothing contained in this section shall prohibit any person or entity subject to this section from:
      1.  Making public presentations at pre-bid conferences or at a selection or negotiation meeting related to the competitive selection.
      2.  Engaging in contract negotiations with the entity selected to negotiate the terms of the contract or with the City Council during a public meeting.
      3.  Making a presentation to the City Council or the selection advisory committee related to the competitive solicitation.
      4. Communicating with the person or persons designated in the competitive solicitation as the contact person for clarification or information related to the competitive solicitation. The contact person shall not be a member of the selection/evaluation committee, or the person designated to negotiate the agreement.
      5.  Communicating with the city attorney or purchasing and contract administration staff in writing as provided in subsection (c) below.
      (5)  Violations.  Any action in violation of this section may be immediate disqualification of the Competitive Solicitation or shall result in the disqualification of the vendor.
      (6)  Exceptions.  The cone of silence shall not apply to a competitive process which seeks to enter into a contract or award of money to perform governmental, or quasi-governmental, social or human services primarily for charitable, benevolent, humanitarian, or other philanthropic purposes, such as the award of grants or support assistance to organized nonprofit entities that promote or assist with the care, education, health, standard of living, or general welfare of people in the City of Cape Coral, or that promote or assist community or neighborhood enhancements.
      (Ord. 25-95, 6-12-1995; Ord. 68-07, 7-23-2007; Ord. 25-23 , § 1, 4-5-2023)
    • Upload current Business Tax Receipt (BTR) or the County your Business resides in exemption. (required)
      Per City of Cape Coral City Code, Chapter 11: A local business tax shall be collected from every person exercising the privilege of, or carrying on, or engaging in, or managing any business, profession or occupation, and pay the appropriate business tax before the commencement of any business.
      Additional Requirements: Businesses operating in the City of Cape Coral MUST have one of the following:
      1. A Florida Department of Business & Professional Regulations (DBPR) State License and a Business Tax Receipt (BTR) for any county or city; or
      2. A Cape Coral Business Tax Receipt (BTR)
      ​​
      The following Link will allow you to Renew your Business Tax Receipt:
      The following email addresses are to be used for obtaining a NEW Cape Coral Commercial Zoning Compliance/Local Business Tax Receipt:
      Zoning Compliance - zoning@capecoral.gov - 239-574-0553
      Fire Inspection - fireinspections@capecoral.gov - 239-424-3264
      Business Tax Receipts - businesstaxreceipts@capecoral.gov - 237-574-0430
      The following Link will take you to the City of Cape Coral's BTR Website:
      The following Link will take you to Lee County's Website:
      The following email address can be used for additional information, a list of exemptions and for general assistance related to local (BTR):
      By acknowledging this attribute and by submitting a response to a solicitation for the City of Cape Coral, you acknowledge and agree to provide a valid Business Tax Receipt for Cape Coral and Lee County for the submitting business.

       

    • Bid Bond (Bid Security) (required)

      Upload the Bid Bond of 5% of the base bid.

      The City will accept electronic copies of the Bid Bond, or Bid Security, with the raised seal shaded with pencil to show the seal is present.  The original bid security, or Bid Bond, will be requested from the awarded respondent prior to contract execution.  

      Any contract award will be dependent on the original being provided when requested.

    • Public Construction Bond or Other Bonds (required)

      For use on projects $200,000 or greater.

      Upload a Surety Letter proving proof of bonding capacity.

    • Local Vendor Preference

      In accordance with Article VII Division 1 Sections 2-144(a(10) of the City of Cape Coral Ordinance prior to award, a vendor who desires to be considered for local preference for a response must submit sufficient information with its bid/proposal to allow consideration, including a copy of a paid business tax receipt showing a full 12 months in advance of the response submittal date.

      If any grants are applicable to this procurement, local vendor preference will not be applicable. Grants may be obtained prior to, during, and after solicitation release.

      Per City Ordinance, local vendor preference will not be applied to Utility Extension Projects (UEP) or to projects that exceed $10M.

      Are you claiming Local Vendor Preference? If YES, please complete and attach the Local Vendor Preference Establishment form

    • Local Vendor Preference - Not Applicable for the Utilities Extension Projects (UEP) and Projects Greater than $10M (required)

      This solicitation is EXEMPT from Local Vendor Preference.

      Per City Ordinance, local vendor preference will not be applied to the Utilities Extension Projects (UEP) or to projects that exceed $10M.

    • SUSPENSION AND DEBARMENT: CERTIFICATION IS REQUIRED TO BE SUBMITTED (required)

      Please download the below documents, complete, and upload.

    • BYRD ANTI-LOBBYING AMENDMENT – CERTIFICATION REQUIRED TO BE SUBMITTED (required)

      Please download the below documents, complete, and upload.

    • BUILD AMERICA, BUY AMERICA ACT – CERTIFICATION REQUIRED TO BE SUBMITTED (required)

      Please download the below documents, complete, and upload.

    • Certification of Compliance for Participation of Disadvantaged Business Enterprises (DBE's) (required)

      Please download the below documents, complete, and upload.

    • Acknowledgement of Federal Terms & Conditions and 2 C.F.R. Requirements (required)

      Please download the below documents, complete, and upload.

    • FHWA-1273 - Federal-Aid Construction Contracts (required)

      Confirm you have reviewed and accept the FHWA-1273 requirements.

    • Federal Funding - 2 C.F.R. and Appendix II Compliance (required)

      Confirm you have reviewed and accept the 2 C.F.R Part 200 and Appendix II to Part 200 requirements.

    • Business Ethics Requirements & Expectations (required)

      Please download the below documents, complete, and upload.

    • Truth In Negotiations (required)

      The firm hereby certifies under the penalties of perjury that the wage rate and other costs used to support its compensation are accurate, complete and current at the time of contracting. The firm agrees that the original contract price and any additions to the contract may be adjusted within one year of completion of the contract to exclude any significant amounts if the City determines that the fee was increased by such amounts due to inaccurate, incomplete or non current wage rates or other costs.

      The awarded vendor will be required to sign a Truth-in-Negotiations form after the issuance of the Notice of Intent.

    • Respondent Questionnaire Form (required)

      Please download the below documents, complete, and upload.

    • Local Professional Preference

      In accordance with Article VII Division 1 Sections 2-144(h(4)c of the City of Cape Coral Ordinance prior to award, a vendor who desires to be considered for local professional designation for a response must submit sufficient information with its response to allow consideration, including a copy of a paid business tax receipt showing a full 12 months in advance of the bid submittal date.

      If any grants are applicable to this procurement, local vendor preference will not be applicable. Grants may be obtained prior to, during, and after solicitation release.

      Are you claiming Local Professional Designation? If YES, please complete and attach the Local Vendor Preference Establishment form

    • Certified Minority Business

      A certified minority business enterprise is defined by Florida Small and Minority Business Assistance Act of 1985. If applicable, the primary proposing firm should submit the Certified Minority Business (MBE -Minority Business Enterprise/WBE -Women Business Enterprise/SBE -Small Business Enterprise) certification documentation.

      During the vendor registration process, you will select all applicable classifications and provide supporting documents. For this solicitation, we will only consider those classifications of the prime firm submitting the proposal.  Per City Ordinance, all classifications must be certified from the State of Florida Department of Management Services.

      Are you claiming this preference? If so, please attach the applicable State of Florida certification document.

    • Standard Form SF330 for Professional Services (required)

      Respondent to submit completed Standard Form SF330.

      Please download the below documents, complete, and upload.

    • Business Qualification Questionnaire - Construction (required)

      Please download the below documents, complete, and upload.

    • Business Qualification Questionnaire - Design & Consulting (required)

      Please download the below documents, complete, and upload.

    • Business Qualification Questionnaire - Standard (required)

      Please download the below documents, complete, and upload.

    • The link below will redirect you to the City's Qualified Product List (QPL). (required)

      The City's Qualified Product list (QPL) can be found at:

      https://egov.capecoral.net/QPL/

    • Confidentiality Acknowledgement (required)

      This solicitation contains documents (including Exhibits and Attachments) that are not considered public records due to the infrastructure information they contain. The Homeland Security Act protects these records, drawings, maps and specifications from public record and distribution to protect the infrastructure information from becoming public knowledge. By being a Pre-Qualified Public Utilities Instrumentation & Control Services Vendor, you acknowledge and agree to protecting the information contained in this solicitation is confidential and not to be shared or distributed.

    • Confidentiality Agreement (required)

      This solicitation contains documents (including Exhibits and Attachments) that are not considered public records due to the infrastructure information they contain. The Homeland Security Act protects these records, drawings, maps and specifications from public record and distribution to protect the infrastructure information from becoming public knowledge. In order to view those documents, a confidentiality agreement will need to be signed and a time set up to view those documents at City Hall. Contact the Procurement  Professional named on the "Events Detail" Tab to request the confidentiality agreement and to schedule a time to view those documents.

      Please download the below documents, complete, and upload.

    • Compliance with the Jessica Lunsford Act (required)

      In order to comply with the requirements of the Jessica Lunsford Act., Level 2 Screening is required of all subcontracted employees who meet one or more of the following requirements.

      1. contractor’s employees are at the school when students are present or,
      2. contractor’s employees have direct contact with students or,
      3. contractor’s employees have access to or control of school funds.

      All costs associated with Level 2 screening shall be borne by the Contractor or subcontractor.

      Level 2 screening includes fingerprinting, statewide criminal and juvenile justice records checks through the Florida Department of Law Enforcement (FDLE) and Federal Criminal records checks through the Federal Bureau of Investigation (FBI). Any certificate issued by a Law Enforcement Agency must clearly indicate that the employee has successfully passed a Level 2 Screening background investigation. All costs associated with level 2 screening shall be borne by the Respondent or subcontractor.

      Upon completion of Level 2 Screening, any results indicating an employee has been found guilty of, regardless of adjudication or have entered a plea of nolo contendere or guilty to, any crime in Florida Statue 435.04(2), or any other comparable statute of another state, or of the federal government, including, but not limited to, crimes involving moral turpitude, multiple felonies, or crimes against children, shall not be permitted to perform work for the Charter School Authority (AUTHORITY), on the Charter School Campus.

      The results of such shall be provided to the City of Cape Coral and the Charter School Administrator or his designee for approval prior to the employee being assigned to the Charter School campus. Furthermore, the Charter School Administrator or his designee has the right, at his sole discretion, to reject any employee deemed incompetent, careless, insubordinate, or in any way objectionable, or any personnel whose actions may be contrary to the public interest or inconsistent with the best interests of the Charter School Authority. In such a case it shall be
      the responsibility of the contractor, at no additional cost to the Charter School Authority or the City of Cape Coral, to provide a suitable replacement and documentation of Level 2 Screening for that individual.

      Failure to complete Level 2 Screening shall be considered a material breach of Contractor’s duties and responsibilities entitling the Charter School Authority to terminate any business relationship with the Respondent immediately. In addition, all Respondents will be required to indemnify and hold harmless the Charter School Authority, its officers, agents, and employees from any liability in the form of physical injury, death, or property damage resulting from your failure to comply with the requirements of the Jessica Lunsford Act. Contractor employees are required to wear, at all times on any AUTHORITY site, State issued identification badges per AUTHORITY policies and the Jessica Lunsford Act. Employees will not be allowed on any AUTHORITY site without proper badges. Failure to meet this requirement will result in the immediate removal of any employee without a badge from any site. Continued non-compliance with this clause may result in the termination of contract(s). Please note that Contractor(s) must submit all Certificate of Insurance and Licenses before badges can be issued. 

      Contractor may be required to submit a list of badged employees to AUTHORITY within thirty (30) days after commencement of contract. Any changes during the course of the contract must be updated and submitted immediately.

      Contractor employees using badges from another, terminated or retired employee is strictly PROHIBITTED and will be cause for immediate termination of contract. 

      Contractor must immediately return any and all badges of terminated or retired employees to AUTHORITY. Failure to do so may be cause for termination of contract.

      Fingerprinting and badging procedures are subject to change without notification. It will be the Contractor’s responsibility to ensure they meet all State and AUTHORITY requirements.

    • Level 2 Background Screening (required)

      The City requires all vendors entering into an agreement for this solicitation to undergo a Level 2 Background Screening.

      Vendors are not required to undergo a Level 2 Screening prior to the issuance of an agreement offer. However, upon the offer of an agreement, the City will schedule an appointment for the vendor to complete Level 2 Screening through the Cape Coral Police Department. The vendor must successfully pass this screening as a condition of final approval.

      All costs associated with Level 2 screening shall be borne by the Contractor or subcontractor.

      Level 2 screening includes fingerprinting, statewide criminal and juvenile justice records checks through the Florida Department of Law Enforcement (FDLE) and Federal Criminal records checks through the Federal Bureau of Investigation (FBI).  Any certificate issued by a Law Enforcement Agency must clearly indicate that the employee has successfully passed a Level 2 Screening background investigation. All costs associated with level 2 screening shall be borne by the Respondent or subcontractor.

      Upon completion of Level 2 Screening, any results indicating a vendor has been found guilty of, regardless of adjudication or have entered a plea of nolo contendere or guilty to, any crime in Florida Statue 435.04(2), or any other comparable statute of another state, or of the federal government, including, but not limited to, crimes involving moral turpitude, multiple felonies, or crimes against children, shall not be permitted to perform  work for the City of Cape Coral.

      The results of such shall be provided to the City of Cape Coral for approval prior to the vendor being assigned work on City property. Furthermore, the City of Cape Coral has the right, at sole discretion, to reject any vendor deemed incompetent, careless, insubordinate, or in any way objectionable, or any personnel whose actions may be contrary to the public interest or inconsistent with the best interests of the City. In such a case it shall be the responsibility of the contractor, at no additional cost to the City of Cape Coral, to provide a suitable replacement and documentation of Level 2 Screening for that individual.
       
      Failure to complete Level 2 Screening shall be considered a material breach of Vendor’s duties and responsibilities entitling the City to terminate any business relationship with the Respondent immediately. In addition, all Respondents will be required to indemnify and hold harmless the City, its officers, agents, and employees from any liability in the form of physical injury, death, or property damage resulting from your failure to comply with the requirements of the Level 2 Screening. 
       
      Fingerprinting and badging procedures are subject to change without notification. It will be the Vendor’s responsibility to ensure they meet all State and AUTHORITY requirements.
       
      By submitting a  response to this solicitation, suppliers are stating they agree, acknowledge and will be able to pass a Level 2 Screening prior to final approval of an agreement.
    • Trench Safety Compliance Form (required)

      Please download the below documents, complete, and upload.

    • Publicly Owned Vacant Site Form

      Please download the below documents, complete, and upload.

    • Upload your Division 00 Document Response Packet (required)

      Include all sections to be completed and returned (00100 through 0481).  License(s) are to be included as an attachment with section 00301.

    • Upload your Firm's Proposal (required)

      Using the Evaluation Criteria, upload your firms proposal to be reviewed and evaluated.

    • Upload your COMPLETE Proposal - Proposal and Costs/Fees (required)

      Upload should contain proposal and pricing, costs or fees.

    • Upload your Proposal - Excluding Costs/Fees (required)

      Proposal only.  Upload should not contain pricing, costs or fees.  Price Proposal will be uploaded as separate document.

    • Upload your Price Proposal - Cost/Fees (required)

      Price Proposal (costs/fees) only. Understanding, Qualifications and Approach will be uploaded as separate document.

    • Upload Additional Documents

      Upload any additional documents you feel are relevant to this solicitation

    • DBE BID PACKAGE INFORMATION - FDOT FORM #275-030-11

      Please download the below documents, complete, and upload.

    • TRUTH IN NEGOTIATION CERTIFICATION - FDOT FORM #375-030-30 (required)

      Please download the below documents, complete, and upload.

    • CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSIONLOWER TIER COVERED TRANSACTIONS FOR FEDERAL AID CONTRACTS - FDOT FOR #375-030-32 (required)

      Please download the below documents, complete, and upload.

    • CERTIFICATION FOR DISCLOSURE OF LOBBYING ACTIVITIES ON FEDERAL-AID CONTRACTS - FDOT FORM #375-030-33 (required)

      Please download the below documents, complete, and upload.

    • DISCLOSURE OF LOBBYING ACTIVITIES - FDOT FORM #375-030-34 (required)

      Please download the below documents, complete, and upload.

    • LOCAL AGENCY PROGRAM FEDERAL-AID TERMS For PROFESSIONAL SERVICES CONTRACTS - FDOT FORM #375-040-84

      Please download the below documents, complete, and upload.

    • LAP CERTIFICATION OF CURRENT CAPACITY - FDOT FORM #525-010-46 (required)

      Please download the below documents, complete, and upload.

    • NON-COLLUSION DECLARATION AND COMPLIANCE WITH 49 CFR § 29 - FDOT FORM #575-060-13 (required)

      Please download the below documents, complete, and upload.

    • Solicitation Type (required)

      Select the Solicitation type.

    • Will the RFP be following the CCNA requirements? (required)
    • Will the solicitation be utilizing the EJCDC guidelines or the Division? (required)
    • Will the vendor need to be bonded (Construction Bond or Performance Bond and Payment Bond)? (required)

      Public Construction Bond or Performance & Payment Bonds are required for construction project $200,000 and greater.

    • Will valid License(s) through the State of Florida be required? (required)
    • Are "Liquidated Damages" applicable to this project? (required)
    • Is this grant funded? (required)
    • What Grant funding type will be utilized? (required)
    • Local Vendor or Local Professional Preference (required)
    • Will a Business Qualification Questionnaire be required? (required)
    • Select the Business Qualification Questionnaire to be added to the solicitation. (required)

      Construction - document to use for construction projects.  Similar to the Div. 01 version.  includes bonding, Contractor Info., Resumes, Affiliates, Organization, Licensing, Financials, Certifications, Experience and Performance.

      Design & Consulting - document to use for design & consulting projects. Does not include bonding or financial information.

      Standard - standard document to use for Non-Construction or Design & Consulting. Obtains vendors information, bonding, financial references (no financial or legal statements) and experience.

    • Will Line-Items be required? (required)

      Yes, if Line Items are used for obtaining pricing (e.g. quantity, unit of measure, unit cost).

    • Is a Cost/Pricing proposal required? (required)

      If solicitation requires the respondent to upload a pricing proposal with their response.

      Note: if the Solicitation is ONLY using Line-Items and does not require Respondent to upload separate pricing proposal, answer NO.  

    • How does the proposal need to be uploaded by the supplier? (required)

      Select how you would like to receive the proposal.

    • Will the Reference Form need to included with this solicitation? (required)

      Procurement has a standard Reference Survey Form included with the templates. Selection should be based off the following.

      Yes - If the supplier needs to complete the standard form and return.  Form will automatically populate.

      No - if utilizing a separate Reference Form or no Reference Form is needed.

    • Will a Trench Safety Compliance Form be required? (required)
    • Will a Publicly owned Vacant Site Form be required? (required)
    • Will a Confidentiality Acknowledgement or Agreement need to be utilized? (required)

      Does the solicitation contain information (drawings or specifications) protected by the Department of Homeland Security?  If yes, select one of the following:

      Acknowledgement - supplier confirms information is or may be protected and is to keep it confidential.

      Agreement - respondent must come to City Hall and sign a Confidentiality Agreement prior to viewing drawings or specifications.

    • Does the solicitation require compliance with Level 2 Background Screening? (required)
    • If Level 2 Background Screening applies, select the appropriate option. (required)
    • Will the City's Qualified Product List (QPL) be utilitzed? (required)

    Questions & Answers

    Q (No subject): Please provide a revised RFP document (pages 46-53 appear to be cut off)

    A: Thank you for bringing this to our attention. Please re-download the "Full Document" under Export. Thank you!


    Q (Revised RFP): Please clarify that a new RFP has been uploaded as the "downloads" tab still shows the original version. Thank you!

    A: Can you provide me with your email or send me an email at ssafford@capecoral.gov? It is downloading fine on my end so I would like to discuss further and see what's happening on your end. Thank you!


    Q (No subject): Please provide the current insurance policies for all coverages referenced in this RFP, including current premiums

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please provide the property schedule

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please provide the most recent property appraisal

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please provide the Inland Marine/equipment schedule

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please provide the 5-year loss run history for all lines of coverage to be quoted

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please provide the Auto Schedule

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please confirm if a separate Marina Operators Liability policy is to be included

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please confirm who the current Third Party Claims administrator is

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (No subject): Please provide a schedule of insurance including insurance premiums

    A: Refer to Addendum 2 Located under the Addenda & Notices Section.


    Q (Third-Party Administrator): Would the City consider implementing a professional third-party administrator for liability claims management?

    A: Refer to Addendum 3 Located under the Addenda & Notices Section.


    Q (Pricing Indications): Are pricing indications expected along with the proposed program structure?

    A: Refer to Addendum 3 Located under the Addenda & Notices Section.


    Key dates

    1. March 23, 2026Published
    2. April 23, 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.