SLED Opportunity · FLORIDA · ORANGE COUNTY, FLORIDA

    Orange County Landfill Class I Cell 9-12 Phase 2 Closure

    Issued by Orange County, Florida
    countyRFPOrange County, FloridaSol. 232695
    Closed
    STATUS
    Closed
    due Mar 26, 2026
    PUBLISHED
    Jan 31, 2026
    Posting date
    JURISDICTION
    Orange County,
    county
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    Orange County, Florida seeks sealed bids for the closure of Landfill Class I Cell 9-12 Phase 2. Estimated cost over $45 million. Electronic submissions only via OpenGov platform. Questions due by March 13, 2026. Bid due March 26, 2026.

    Opportunity details

    Solicitation No.
    232695
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    January 31, 2026
    Due Date
    March 26, 2026
    NAICS Code
    237310AI guide
    State
    Florida
    Agency
    Orange County, Florida

    Description

    NOTICE IS HEREBY GIVEN that Orange County, Florida, henceforth referred to as the County is accepting sealed bids for Orange County Landfill Class I Cell 9-12 Phase 2 Closure (Y26-725)

    Sealed offers for furnishing the above will be accepted up to 4:00 pm EST on Thursday, April 9, 2026.

    The Estimated Cost for this project is $44,054,100.00 for Part A. The Estimated Cost for this project is $1,519,900.00 for Part B.

    NOTE: Respondents are required to submit responses electronically via the OpenGov e-Procurement Platform. Respondents shall not be permitted to hand-deliver, mail, telephone, fax or email offers.

    Responses received after the submission deadline and/or transmitted outside of the designated OpenGov e-Procurement Platform shall be rejected.

    Important Instructions for Electronic Submittal

    The County is ONLY accepting electronic bid submissions using the OpenGov e-Procurement Platform. Respondents shall create a FREE account with OpenGov by signing up at https://procurement.opengov.com/login Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.

    It is the respondent's responsibility to ensure they commence their upload efforts timely to meet the submission deadline. The County shall not be responsible for delays caused by any occurrence, including the respondent's network delays, bandwidth issues, internet outages, or technical difficulties.

    OpenGov Technical Support
    For Technical Support, respondent's can reach the OpenGov Service Desk:
    Chat (preferred): Click the button in the lower right hand corner of the portal
    Email: procurement-support@opengov.com
    Phone: 1 (650) 336-7167
    Hours: Mon-Fri 7am - 10pm EST

    Timely Questions Regarding this Solicitation

    The question and answer module of OpenGov IS being utilized for this solicitation. Timely questions concerning this solicitation shall be submitted in accordance with the deadline for questions: Friday, March 13, 2026 at 4:00 pm EST. Respondents are instructed not to contact the initiating division directly.

    Consideration for modification or alteration of the documents contained in this solicitation shall be requested during the specified question period, before the applicable deadline. No oral interpretation of the meaning of the plans, specifications, or other Contract documents shall be considered binding. The County shall be bound by information and statements only when such statements are written and executed under the authority of the Manager, Procurement Division.

    Answers for timely questions will be addressed in the OpenGov question and answer module or as an addenda to this solicitation depending on volume, participants are encouraged to subscribe as a follower and monitor all notifications. Beyond questions and answers, any and all modifications, clarifications, interpretations and supplemental instructions will be in the form of a written addendum which, if issued, will be available for download. All addenda and questions/answers so issued shall become part of the Contract Documents and receipt shall be acknowledged as specified herein.

    This provision exists solely for the convenience and administrative efficiency of Orange County. No respondent or other third party gains any rights by virtue of this provision or the application thereof, nor shall any respondent or third party have any standing to sue or cause of action arising there from.

    Untimely questions are unable to be submitted in the question and answer module, thereafter respondents raising critical concerns must email gian.otero@ocfl.net. Critical clarifications may be made via addenda, however, untimely questions may not be considered.

    Background

    Orange County exercises the rights and privileges conveyed to it by the State of Florida, and the Orange County Charter. It presently operates with an elected chief executive officer, Orange County Mayor, and six elected district commissioners, who together comprise the Board of County Commissioners.

    Procurement is an essential function of the County, affecting all operational departments, ongoing projects and future initiatives. The Procurement Division is divided into three (3) Sections, the “Buying Section”, the “Purchasing Section” and the “Contracts Section”.

    The Orange County Procurement Division operates under the leadership of Carrie Mathes, MPA, NIGP-CPP, CFCM, CPPO, CPPB as Procurement Division Manager and Chief Procurement Official in accordance with the Orange County Ordinance.

    Project Details

    • Reference ID: Y26-725
    • Department: Administrative Svcs., Procurement Division
    • Department Head: Carrie Mathes (Procurement Division Manager)

    Important Dates

    • Questions Due: 2026-03-13T20:00:48.506Z
    • Pre-Proposal Meeting: 2026-02-09T15:00:14.287Z — A Non-Mandatory Virtual Pre-Proposal Conference will be held on Monday, February 9, 2026, 10:00 AM, via Webex Events at the following website: https://ocfl.webex.com/ocfl/j.php?MTID=md6438eb0c7930db2a013eb9514a89115

    Meetings & Milestones

    EventDateLocation
    Site Visit (Non-Mandatory)2026-02-19T15:00:00.000ZA Non-Mandatory Site Visit has been scheduled for February 19, 2026 at 10:00AM. The location is: Orange County Solid Waste Management Facility Administration Building 5901 Young Pine Road Orlando, Florida 32829 Attendance is not mandatory but is encouraged.

    Addenda

    • Addendum #1 (released 2026-02-09T22:08:15.490Z) —

      This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via strikethrough.

      1. A Non-Mandatory Site Visit has been scheduled for February 19, 2026 at 10:00AM. The location is:
        Orange County Solid Waste Management Facility - Administration Building
        5901 Young Pine Road
        Orlando, Florida 32829
      2. Revision
        1. A - Technical Specifications - Special Project Procedures 01 35 13-4 - 1.06 Construction Conditions and Subsurface Investigation 
          • Prior to submission of a bid, the Contractor shall visit the site to observe the
            site conditions, and to determine and investigate the nature and location of the
            Work, the conformation of the ground, the character and quality of the
            substrata, the types and quantity of materials to be encountered, the nature of
            the work conditions, the character of equipment and facilities needed during
            the execution of the Work, the general and specific conditions and all other
            matters which can in any way affect the Work under this Contract. Any claim
            of the Contractor due to nature of the Work, substrata, groundwater, landfill
            gas and leachate, and other such site conditions will not be allowed or
            acceptable by the Owner.
          • Prior to submission of a bid, the Contractor is encouraged to visit the site to observe the
            site conditions, and to determine and investigate the nature and location of the
            Work, the conformation of the ground, the character and quality of the
            substrata, the types and quantity of materials to be encountered, the nature of
            the work conditions, the character of equipment and facilities needed during
            the execution of the Work, the general and specific conditions and all other
            matters which can in any way affect the Work under this Contract. Any claim
            of the Contractor due to nature of the Work, substrata, groundwater, landfill
            gas and leachate, and other such site conditions will not be allowed or
            acceptable by the Owner.

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

    • Official Notice #1: Pre-Bid Meeting & Site Visit Sign in Sheet (released 2026-03-05T20:09:04.268Z)
    • Addendum #2 (released 2026-03-02T21:23:02.433Z) —

      This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via strikethrough.

       

      1. Changes to the Project Specifications

      1. Section 01 26 57 Sup 1 Contract Clarification/Interpretation Request Form

      (CCIR)

      DELETE: Section 01 26 57 Sup 1 in its entirety

      REPLACE with: Updated copy of Section 01 26 57 Sup 1 (copy attached)

       

      2. Section 01 29 00 Measurement and Payment, Paragraph 1.03.C.1.a(1):

      Updated text. Copy attached.

       

      3. Section 01 29 00 Measurement and Payment, Paragraph 1.03.C.2.a: Updated

      text. Copy attached.

       

      4. Section 01 33 00 Submittals,

      DELETE: Section 01 33 00 in its entirety

      REPLACE with: Updated copy of Section 01 33 00 (copy attached)

       

      5. Section 01 35 13 Special Project Procedures: Inserted new Paragraph 1.06.

      Construction Sequencing Plan. Copy attached.

       

      6. Section 31 23 33 Excavation, Trenching, Backfilling and Embankment,

      Paragraph 1.01.C:

      DELETE: “Contractor shall …”

      REPLACE with: “Contractor is encouraged to …”

       

      1. Changes to the Project Bid Drawings
        1. Sheets G-4, G-5, G-7, G-8, G-15, G-16, G-17, G-18

      DELETE: In their entirety.

      REPLACE with: Updated Drawings G-4, G-5, G-7, G-8, G-15, G-16, G-17, G-18 (copies attached)

    • Addendum #3 (released 2026-03-19T19:44:10.705Z) —

      This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via strikethrough.

      • The bid due date has been extended to April 9, 2026 at 4:00 PM.

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

    • Addendum #4 (released 2026-03-30T21:18:01.072Z) —

      This Addendum is hereby incorporated into the bid documents of the project referenced above. The following items are clarifications, corrections, additions, deletions and/or revisions to and shall take precedence over the original documents. Additions are indicated by underlining and deletions via strikethrough.

       PART I- CHANGES TO SOLICITATION

      1.1. Reference Requirements*

      Please download the below documents, complete, and upload.

      Respondent should supply a list of at least three (3) similar projects successfully completed by the Respondent, as a Prime Contractor or Sub-Contractor within the last ten (10) years, immediately preceding the due date of bids for this Invitation for Bids. Failure to provide this information may be cause for rejection of the response.

      For purposes of demonstrating the required experience, the County will consider only the experience of the Respondent.

      Similar projects should be for work similar in scope and demonstrate the following elements: 

      • Three (3) landfill closure projects in the last 10 years covering a minimum of 30 acres each where Bidders served as the General Contractor. Performance of portions of the work may have been carried out by a subcontractor; however, the Contractor must have retained full responsibility for coordination, supervision, and completion of the project.
      • At least one project has to be a landfill closure construction project constructed in Florida.
      • The projects must include earthwork balancing, installation of 40-mil LLDPE geomembrane and composite drainage net, landfill gas transmission piping, stormwater structures and piping. 
      • The Contractor must have served in a lead contractual role and provided overall oversight and management for at least one (1) leachate collection system upgrade project. Performance of portions of the work may have been carried out by a subcontractor; however, the Contractor must have retained full responsibility for coordination, supervision, and completion of the project.

      All bidders, as part of their submittal, shall provide written quotations from vendor for the 40-mil LLDPE geomembrane, composite drainage net, granular fill deliver to the construction site and diesel fuel including on-road, off-road and bulk delivered to the construction site.

      Negative feedback from references may result in offer being found non-responsible.

      Respondents are encouraged to provide references beyond the minimum requested references in support of demonstration qualification.

       

      PART II- CHANGES TO THE TECHNICAL SPECIFICATIONS

      1. Section 31 23 33 Excavation, Trenching, Backfilling and Embankment Updated text. Copy attached.

       

      PART III- CHANGES TO THE PROJECT BID DRAWINGS

      1. Sheets C-1, M-2, M-3, M-4, M-5, M-6, M-9, M-12

      DELETE: In their entirety.

      REPLACE with: Updated Drawings C-1, M-2, M-3, M-4, M-5, M-6, M-9, M-12 (copies attached)

      1. Sheet M-13 ADD New Sheet M-13 (copy attached)
      2. Sheet C-12, Detail 15 CHANGE “… Elev 166 Bench” to “… Elev 106 Bench.”
      3. Attachment D ADD New Attachment D (copy attached)

       

      PART IV Clarifications

      1. Replacement and Addition of LFG Wells by Others - The County’s Operation and Maintenance Contractor will be installing replacement wells in the Phase 1 and 2 Closure Areas prior to the start of construction of the Phase 2 Closure. The replacement wells will be installed in close proximity to the existing wells, and the existing wells will be abandoned below landfill surface. In addition, some new horizontal LFG wells will be installed. The new wells are outside the limits of the Phase 2 Closure project. A table showing the proposed location of the new and replacement wells has been added to the Bid Documents as Attachment D. The installation of the replacement wells and new wells are not expected to impact the construction activities associated with Phase 2 Closure.

       

      1. Documentation Requirement with Bid Package - Contract Terms and Conditions, Article 10.3 has been amended to require written documentation of unit prices for 40-mil LLDPE geomembrane, composite drainage net (CDN), and on-road and off-road diesel fuel. This documentation is required to support a potential request for price modification under Article 7.41.H and shall be applicable to price increases or price decreases. 

       

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

    Evaluation Criteria

    • References (1 pts)

      Check references and provide results of reference checks using the comment boxes.

      • For, at minimum, the low three (3) firms, provide the following:
        • Ensure references conform to qualification criteria outlined in the submittal requirements. Indicate "Pass/Fail" and provide comments for each.
        • Please check in-county references first. ( A list of past OC projects can be accessed here)
        • You may request documentation of poor performance from public entities based upon the Public Records Disclosure Law.
        • If additional references are required to satisfy the requirement reach out to your Procurement Division Contact for support.

      If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.

    • Price Reasonableness (1 pts)

      Provide an assessment of price reasonableness.

      • For, at minimum, the low three (3) firms provide analysis on the following:
        • Is the bid in alignment with the engineers estimate? (within 10%)
        • If this is a unit price bid, are the unit prices balanced?
        • If applicable, have the mobilization limitations been adhered to?
        • Is this bid possibly a “low-ball” bid that underrepresents realistic project costs?

      If a Firm, beyond the low three (3), is NOT being evaluated, indicate "Pass" and type "Not Evaluated" in the comments.

    • Conflict of Interest (1 pts)

      I have no conflict of interest in the evaluation of these materials.

    Submission Requirements

    • QUALIFICATION
    • Reference Requirements (required)

      Please download the below documents, complete, and upload.

      Respondent should supply a list of at least three (3) similar projects successfully completed by the Respondent, as a Prime Contractor or Sub-Contractor within the last ten (10) years, immediately preceding the due date of bids for this Invitation for Bids. Failure to provide this information may be cause for rejection of the response.

      For purposes of demonstrating the required experience, the County will consider only the experience of the Respondent.

      Similar projects should be for work similar in scope and demonstrate the following elements: 

      • Three (3) landfill closure projects in the last 10 years covering a minimum of 30 acres each where Bidders served as the General Contractor. Performance of portions of the work may have been carried out by a subcontractor; however, the Contractor must have retained full responsibility for coordination, supervision, and completion of the project.
      • At least one project has to be a landfill closure construction project constructed in Florida.
      • The projects must include earthwork balancing, installation of 40-mil LLDPE geomembrane and composite drainage net, landfill gas transmission piping, stormwater structures and piping. 
      • The Contractor must have served in a lead contractual role and provided overall oversight and management for at least one (1) leachate collection system upgrade project. Performance of portions of the work may have been carried out by a subcontractor; however, the Contractor must have retained full responsibility for coordination, supervision, and completion of the project.

      All bidders, as part of their submittal, shall provide written quotations from vendor for the 40-mil LLDPE geomembrane, composite drainage net, granular fill deliver to the construction site and diesel fuel including on-road, off-road and bulk delivered to the construction site.

      Negative feedback from references may result in offer being found non-responsible.

      Respondents are encouraged to provide references beyond the minimum requested references in support of demonstration qualification.

    • Owner Direct Purchase (required)

      The County is seeking to purchase the following units as owner direct. Please attach supplier quotations for the following equipment:

      • Unit Description
      • Unit Description
      • Unit Description

      Additional specifications are located in the #Scope of Services / Specifications and #Solicitation Documents

    • Completion Requirements (required)

      If awarded this construction contract, the Respondent agrees to complete the work covered by this Contract as follows:

      1. Work shall start at the project site within fourteen (14) days of the effective date of the Notice to Proceed.
      2. Substantially complete in six hundred and seventy (670) consecutive calendar days from date of Official Notice to Proceed.
      3. Final completion in seven hundred and thirty (730) consecutive calendar days from date of Official Notice to Proceed.
    • Licenses (required)

      In accordance with #Solicitation Terms and Conditions, Respondent shall upload copies of all applicable licenses and certifications required to lawfully perform the proposed work.

    • CONTRACT COMPLIANCE
    • Contract Compliance Packet (required)

      Please download the below documents, complete and have notarized. An online notarization option will be provided for you when responding. Failure to provide complete contract compliance documentation may result in disqualification.

    • Current W-9 (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Certification (required)

      The respondent nor any other person, firm or corporation nor anyone else to the knowledge of the undersigned, have themselves solicited or employed anyone else to solicit favorable action for this solicitation by the County, also that no head of any department or employee therein, or any officer of Orange County, Florida is directly interested therein.

      This offer is genuine and not collusive or a sham; the respondent has not colluded, conspired, connived or agreed directly or indirectly with any other respondent, person, firm or corporation, to put in a sham offer, or compel such other person, firm or corporation, to refrain from making an offer.

      The Respondent has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, firm or corporation, to fix the prices of this offer or the offer of any other respondent.

    • Drug Free Workplace Certification (required)

      Respondent certifies the firm has implemented a drug free workplace program which complies with Florida Statute 287.087and the Orange County Ordinance Sec. 17-310. Failure to confirm shall deem this offer non-responsive.

    • E-Verify Certification (required)

      The Respondent acknowledges the use of the E-Verify system for newly hired employees is an ongoing obligation for so long as the contractor provides labor under the contract and that the workforce eligibility of all newly hired employees will be properly verified using the E-Verify system.

      In accordance with Section 837.06, Florida Statutes, Contractor acknowledges that whoever knowingly makes a false statement in writing with the intent to mislead a public servant in the performance of his or her official duties shall be guilty of a misdemeanor in the second degree, punishable as provided in Section 775.082 or Section 775.083, Florida Statutes.

      In addition, the respondent certifies the contractor:
      (SELECT ONE)

       

    • Conflict of Interest Statement (required)

      Respondent shall disclose all material facts pertaining to potential conflicts of interest due to any other clients, contracts, or property interest for this project.

      Select "No" for no conflicts of interest
      Select "Yes" to disclose potential conflicts of interest

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of a possible conflict of interest may result in disqualification. 

       

    • Conflict of Interest Statement (Attachment) (required)

      The respondent, by attachment to this response, shall submit all information which may be a potential conflict of interest due to other clients, contracts, or property interest for this project. 

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Felony Convictions and/or Charges (required)

      Respondent shall disclose all material facts pertaining to any felony indictments or convictions in the last ten (10) years, or any pending felony charges, anywhere in the United States, against: 1) Respondent, 2) any business entity related to or affiliated with Respondent, or 3) any present or former executive employee, senior management, key employee, officer, director, stockholder, partner or owner of Respondent or of any such related or affiliated entity. This Disclosure shall not apply to any person or entity who is, or was, solely a stockholder, owning less than 5% of the outstanding shares of a Respondent whose stock is publicly owned and traded.

      Select "No" to indicate no felony convictions and/or charges during the time period specified above.

      Select "Yes" to disclose felony convictions and/or charges

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of felony convictions and/or charges may result in disqualification. 

       

    • Statement of Felony Convictions and/or Charges (Attachment) (required)

      The respondent, by attachment to this response, submits a summary of all material facts pertaining to any felony indictments or convictions or any pending felony charges, anywhere in the United States during the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Local, State or Federal Entity Litigation (required)

      Respondent shall disclose a summary of past litigation and/or judgments entered against it by any local, state or federal entities for the past ten (10) years. Additionally, the Respondent shall disclose  any litigation and/or judgments entered against such entities for the same time period. 

      Select "No" to indicate no Local, State or Federal entity litigation during the time period specified above.

      Select "Yes" to disclose Local, State or Federal Entity Litigation

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of Local, State or Federal entity litigation may result in disqualification. 

       

    • Statement of Local, State or Federal Entity Litigation (Attachment) (required)

      The respondent, by attachment to this response, submits a summary and disposition of individual cases of litigation and/or judgments entered by or against any local, state or federal entity, by any state or federal court, during the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Statement of Civil Conviction and/or Civil Litigation (required)

      Respondent shall disclose all material facts pertaining to any civil citations, infractions, or convictions for any reason, or any civil litigation, administrative proceeding, or notice of default during the last ten (10) years, anywhere in the United States, in which Respondent or any business controlled by or affiliated with Respondent is, or was, a party.

      Select "No" to indicate no civil convictions or civil litigation during the time period specified above.

      Select "Yes" to disclose civil convictions or civil litigation.

      Note: Respondents indicating "Yes" will be required to submit additional documentation as part of this response. Failure to provide documentation of civil convictions or civil litigation may result in disqualification. 

       

    • Statement of Civil Conviction and/or Civil Litigation (Attachment) (required)

      The respondent, by attachment to this response, submits a summary and disposition of civil convictions and/or civil litigation during  the last ten (10) years.

      The statement may be in the form of a memo, table or narrative format in Portable Document Format (pdf).

    • Anti-Human Trafficking (required)

      In accordance with #Solicitation Terms and Conditions, Respondent shall confirm they do not engage in or permit the use of coercion for labor or services as defined in Section 787.06(2), Florida Statutes. 

      By submitting an offer in response to this solicitation, the respondent acknowledges that, if recommended for award, the timely execution of a Human Trafficking Affidavit is a condition of the contract. 

      Failure to confirm shall deem the offer non-responsive.

    • Other Forms (if applicable)

      If none of the below are applicable leave this area blank

      Upload the following forms only if applicable:

    • BOND REQUIREMENTS

      Upload Applicable Items.

    • Statement of Compliance with Surety Requirements (required)

      Respondents indicating "BID BOND" below shall utilize the "Electronic Bid Bond" section of this portal to submit their documentation.

      Failure to provide a valid surety instrument shall result in disqualification.

      The required Bid Bond Template is provided on the County's Forms and Resources website (https://www.ocfl.net/vfr).

      Respondents are cautioned to refrain from editing the Bid Bond Template structure and requirements, any such deviations shall result in rejection of the bid.

      For additional information see: #Bond Requirements and #Submittal Instructions & Solicitation Terms .

    • Electronic Bid Bond

      Use this feature to upload requirements:

      • Electronic Bid Bond with a certified and effectively dated copy of the Power of Attorney (required unless using alternative surety). Respondents shall ensure the County's required Bid Bond Template is utilized.

      Note: Offers exceeding $100,000 are required to comply with this requirement, failure to submit a bid bond shall deem the offer non-responsive.

      If offer is less than $100,000 you may leave this area blank

    • SUB-CONTRACTING
    • Sub-Contracting with Minority and Women Owned Business Entities (M/WBE) Goal Requirements (required)

      All Respondents are required to meet the following requirements A and/or B:

      1. Comply with M/WBE subcontracting goals established by the County Minority/Women Business Enterprise Ordinance, No. 94-02 and amended by Ordinance No.2009-21.
        The Goal for this Procurement is TBD.

        Complete and upload the following:
        Contract and Sub-Contract Goal Participation Schedule

      2. Respondents unable to fully comply with requirement A above (any submittal with M/WBE participation less than TBD) shall submit the following additional documentation to successfully demonstrate Good Faith Effort or qualified exception, or they shall be deemed non-responsive by the Procurement Manager.

        Complete and upload the following:
        Good Faith Effort Form and applicable attachments

        Submittal must include applicable documentation/evidence.

      The Contract and Sub-Contract Goal Participation Schedule and Good Faith Effort Form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

      Note: Effective August 11, 2020, the Board of County Commissioners approved a change to the M/WBE Ordinance, removing the sliding scale from all construction formal solicitation opportunities.

    • Orange County Minority and Women Owned Business Entity Ordinance Information (required)

      By submission of a bid I am confirming the following:

      • The Minority and Women Owned Business Entity goal for this procurement is TBD.
      • Failure to either meet the above goal or document good-faith effort shall deem my bid as non-responsive.
      • I have been provided resources to assist with participation goals https://ocfl.diversitycompliance.com/FrontEnd/searchcertifieddirectory.asp?TN=ocfl
      • All listed sub-contractors and suppliers have been advised of the scope and dollar values attributed to them on this form.
      • If recommended for award, the timely submission of sub-agreements (if applicable) will be required to demonstrate program compliance prior to contract execution.
    • Schedule of Sub-Contracting (required)

      Provide a schedule of all sub-contractors anticipated to be engaged in this procurement.

      Complete and upload the following:
      Schedule of Sub-Contracting and Location

      The Schedule of Sub-Contracting and Location can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Affirmative Steps for Sub-Contracting (required)

      2 CFR §200.321 (or 45 C.F.R. §75.330 for Health and Human Services funds) mandates that the Prime Contractor partakes in five “affirmative steps” designed to ensure that small and minority-owned, women-owned business enterprises, and labor surplus area firms have been, and for the duration of the project continue to be, afforded subcontracting opportunities.

       

      Complete and upload the following:
      Affidavit of Compliance with 2 CFR §200.321 Requirements

      Schedule of Sub-Contracting and Location

      These forms can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

       

    • FEDERAL PROCUREMENT STANDARDS
    • Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements (required)

      The following certification and disclosure regarding payments to influence certain federal transactions are required to be made per the provisions contained in 31 U.S.C 1352, the “Byrd Anti-Lobbying Amendment.”

      Complete and upload the following:
      The Certification Regarding Lobbying for Contracts, Grants, Loans, and Cooperative Agreements.

      This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Federal Debarment Certification Form (required)

      This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989) at 2 C.F.R. Part 180.

      Complete and upload the following:
      Federal Debarment Certification Form

      This form can be found at on the County's Forms and Resources website (https://www.ocfl.net/vfr).

    • Davis–Bacon Act (required)

      By checking this box, the respondent acknowledges receipt of the applicable U.S. Department of Labor wage determination(s) included in this solicitation and confirms understanding of, and intent to comply with, all requirements of the Davis–Bacon Act. The proposer further certifies that all covered workers will be paid not less than the prevailing wages and fringe benefits as determined by the U.S. Department of Labor, and that certified payroll records will be maintained and submitted as required.

    • SOLICITATION CHECKLIST
    • Mandatory Pre-Bid Conference (required)

      Respondent confirms that a representative of the firm was present at the Mandatory Pre-Bid Conference and signed in to the meeting, as required to document attendance.

    • Mobilization Fee Restrictions (required)

      The Bidder acknowledges and agrees that the mobilization fee shall not exceed any caps prescribed in the fee schedule. In the event of a miscalculation or submission of a mobilization line item exceeding this percentage, it is understood and agreed that the mobilization fee shall be capped as prescribed. The bidder acknowledges that the County will adjust the bid accordingly to reflect any prescribed caps, and the adjusted amount shall be used for purposes of evaluation, award and administration. This adjustment shall be made without further action or consent from the Bidder.

    • Acknowledgment of Addenda and Q&A (required)

      Respondent acknowledges that they are solely responsible for reviewing the latest questions and answer, notices and addenda associated with this procurement process. Failure to consider key information and changes within your submission may result in your offer being deemed non-responsive if key data or forms are omitted.

    • Quality Assurance for File Uploads (required)

      Respondent acknowledges that they are solely responsible for reviewing their submission to ensure all files and attached documents uploaded are uncorrupted. Failure to perform quality assurance on this submission may result in the offer being deemed non-responsive if key data is omitted or inaccessible.

    • Bid Additives (required)

      As part of this bid submittal the County is seeking pricing on bid additives and/or deductive. To this end, you are instructed as follows:

      Complete all required 

       

    • Documentation Requirement with Bid Package (required)

      All bidders, as part of their submittal, shall provide written quotations from vendor for the:

    • Procurement Objective
    • Project Overview (required)

      Provide 3-5 sentences about the objective of this procurement. Use proper grammar and formatting before copying and pasting here.

    • Project Estimate (required)

      IF APPLICABLE ONLY enter a statement concerning the estimated cost. Enter this in sentence format!

      ( e.g. "The Estimated Cost for this project is $465,000.00.")

      IF NOT APPLICABLE - ENTER A DASH ONLY ( e.g. "-")

    • Document Structure
    • Is a MANDATORY pre-bid conference required? (required)

      Consult with Supervisors before allowing mandatoryconferences.

    • Project Type (required)
    • Substantial Completion (required)

      Substantially complete in ______ calendar days from date of Official Notice to Proceed.

      Enter number of days in wordsand numbersbelow (lowercase):

      i.e. one hundred and eighty (180)

    • Final Completion (required)

      Final completion in ______ consecutive calendar days from date of Official Notice to Proceed.

      Enter number of days in wordsandnumbersbelow (lowercase):
      i.e. two hundred and ten (210)

    • What is the Consideration? (required)
    • Fee Schedule Structure (required)
    • Are Additives, Deductives, or Alternates a part of the bid form? (required)
    • County Permits (required)

      This question pertains to Orange County permits only. Permits from outside agencies are not required to be itemized.

    • Owner Direct Purchases (required)

      Is the County seeking to make Owner Direct Purchases through this contract?

    • Special Terms and Conditions (required)

      Select special terms and conditions to be included in your draft. These can be modified or deleted in editing later.

    • Regulatory Considerations
    • Is reciprocal preference a consideration of this procurement? (required)

      Default for this is "No". Consult with your supervisor before considering reciprocal preference.

    • Funding Considerations (required)

      Is Federal Funding a consideration of this Procurement?

      Carefully consider both funding sources and pass-through sources when answering.

    • Is Davis-Bacon Act (DBA) and prevailing wage a consideration of this contract? (required)
    • Enter Name of Federal Funding Agency (required)

      Orange County is/may be receiving federal funding through ________________________for the services solicited herein.

    • Sub-Contracting Impacts (required)

       

      • For Federal Compliance confirm you have identified sources using the Small Business Administration's Dynamic Small Business Search
        https://web.sba.gov/pro-net/search/dsp_dsbs.cfm

      • For Orange County Compliance confirm you have coordinated with the Business Development Division .

      SELECT ONE BELOW:

    • Minority and Women Owned Business Enterprise Goal (required)

      The Business Development Division has established the Minority and Women Owned Business Enterprise Goal at the following percentage:

    • Qualifications
    • Is a pre-qualification applicable to this procurement (required)
    • What is the solicitation number and title for the Pre-qualification? (required)

      Enter using this format:

      Y0-0000, Title of my Pre-Qualification Solicitation

    • Quantity of Similar Projects Required (required)

      Respondent shall supply a list of at least

    • Reference Type (required)

      Indicate if the references must be for Prime Contractor work onlyor if references are allowable for work as both a Prime Contractor and a Sub-Contractor.

    • Reference Time Period (required)

      References shall be within the last ___ years, immediately preceding the due date of bid submittal.

    • Risk Management Requirements

      The following insurance coverages are included by Default

      • Workers’ Compensation
      • Commercial General Liability
      • Business Automobile Liability
    • Specify any Additional Insurance Requirements: (required)
    • Are liquidated damages a consideration of this procurement? (required)
    • Amount of Liquidated Damages (required)

      Do not include a "$", enter only the numeric value.

    • Are bonds required for this project? (Bid/Payment/Performance) (required)
    • Evaluation Procedure
    • Configure Department Technical Evaluation (required)
      • Confirm by indicatingYES.
        Default value is configured to be yes - do not override.
      • Do not select NO.
        Only Supervisors are authorized to Override this setting.
        Standard Evaluation will have to be manually deleted.

        This is NOT Recommended.

    Questions & Answers

    Q (Drawings Scale): Scale labeled on drawings G-4, G-5, G-15, G-16, G-17, G-18 do not match measurable scale please advise which is correct? G-7, G-8 shows not to scale but has a scale to measure please advise if this is scaled?

    A: For Drawing G-4, G-5, G-7 and G-8, the numeric scales in the title block have been deleted. Drawings G-15, G-16, G-17 and G-18 were prepared by others and cannot be modified. A note has been added to the drawing to clarify the scale. Updated drawings are included with this addendum.


    Q (Solid Waste Grading): For the Solid Waste Grading is the contractor expected to strip of the existing (6"/12" Please confirm depth) intermediate cover then relocate the waste and reinstall the intermediate cover before the 6" leveling course is installed?

    A: The existing soil covering the waste within the project area is assumed to be contaminated with waste and is only to be used as part of the solid waste grading process and to prepare the surface for installation of the 6-inch Leveling Course. The 6-inch Leveling Course and the 24-inch Protective Cover are required to be granular fill as specified. The quantities of off-site granular fill and waste grading will be evaluated based on the Contractor’s updated topographic survey and the updated grading plan described in Section 01 29 00, Measurement and Payment and agreed upon by Contractor, Engineer and Owner prior to the start of onsite construction activities. An updated copy of Section 01 29 00 is included with this addendum.


    Q (Granular FIll Borrow ): Are we to assume the Granular Fill will come from the southern borrow area?

    A: No. The on-site borrow areas are not available to the Contractor for use on this Project. The Contractor shall supply all fill material required for completion of this project from offsite sources.


    Q (Bid Response Form 8.1 .1): Can the Reference Requirements of "Respondent" be expanded to include a specialty subcontractor's qualifications to be utilized along with the Prime Contractor (including similar projects elements)?

    A: Article 8, Paragraph 8.1.1 states: “…at least three (3) similar projects successfully completed by the Respondent, as a Prime Contractor or Sub-Contractor within the last ten (10) years…” To clarify, the required similar project experience must have been performed by the Respondent itself, either as a Prime Contractor or as a Sub-Contractor. Projects completed by a separate company that the Respondent proposes to use as a subcontractor for this solicitation may not be used to satisfy this requirement. The intent of this provision is to ensure that the bidding entity itself possesses the requisite experience.


    Q (No subject): Section 31 23 33 appears to indicate that soils material may be obtained from an onsite permitted borrow area or from offsite sources, as required. However, Section 01 11 00 indicates that no onsite borrow pits are available and that required fill materials, including the 24-inch protective cover, shall be provided from offsite sources. Please clarify the following: Is any onsite permitted borrow area available for use on this Project for: Protective cover soil Leveling course material General embankment or ditch restoration fill If an onsite permitted borrow area exists, may suitable onsite soils (subject to testing and Engineer approval) be used to meet the requirements for the 24-inch protective cover layer? If no onsite borrow is available, please confirm that all protective cover and other closure fill materials are required to be imported from offsite sources.

    A: Onsite borrow material is not available for this project. Section 31 23 33 has been revised accordingly, and the revised section is included in Addendum #4.


    Q (No subject): We have reached out to several reputable and large Geomembrane and Geocomposite installation firms that meet the relevant project criteria. However, they have all declined to bid this project as a prime contractor due to the other major scopes required. They only want to perform the scopes that they specialize in as a subcontractor. As a general contractor, we have successfully completed the other scopes of work required that would compliment the specialized Geomembrane and Geocomposite installation. We respectfully request that the County allow a qualified general contractor to utilize some of the specialized subcontractor's experience to satisfy the project criteria. This will allow the County to increase the amount of bidders and potentially save costs through competitive pricing.

    A: Portions of the Similar Project work may have been completed by Specialty Subcontractors, but the Bidders must have been the Prime Contractor for the overall scope of the similar project. Clarifying language has been added to Solicitation, Article 8.1.1


    Q (Borrow Material): Section 31 23 33 appears to indicate that soils material may be obtained from an onsite permitted borrow area or from offsite sources, as required. However, Section 01 11 00 indicates that no onsite borrow pits are available and that required fill materials, including the 24-inch protective cover, shall be provided from offsite sources. Is any onsite permitted borrow area available for use on this Project for: Protective cover soil Leveling course material General embankment or ditch restoration fill If an onsite permitted borrow area exists, may suitable onsite soils (subject to testing and Engineer approval) be used to meet the requirements for the 24-inch protective cover layer? If no onsite borrow is available, please confirm that all protective cover and other closure fill materials are required to be imported from offsite sources.

    A: Onsite borrow material is not available for this project. Section 31 23 33 has been revised accordingly, and the revised section is included in Addendum #4.


    Q (No subject): Can you post the sign in sheet from the pre-bid meeting?

    A: The sign-in sheets have been uploaded to the Addenda and Notices section.


    Q (Alternate Geocomposite or Geocomposite/Geomembrane Design Submittal): Regarding specification section 33 46 23.19 Composite Drainage Net (CDN) Part 1.03 Manufacturer's Qualifications Sections 6 (A-H) & 7 where do we submit the engineered stamped submittal package and physical samples?

    A: Please see Solicitation Terms and Conditions, Section 2, paragraph 2.25 Substitute Materials And Equipment- Substitution of materials or equipment may only be considered after a Contract for the Work is executed if sufficient information is supplied by the selected Contractor to demonstrate the proposed substitution is an equal or superior material or equipment to allow the County and Engineer to evaluate the proposed substitution, unless the naming of the item is followed by words indicating that no substitution is permitted. Applications for substitution of materials and equipment shall only be evaluated after the Contract is executed. The Owner's decision on evaluation of the substitution request will be final. The Base Bid and Alternates shall reflect the costs for the materials and equipment named or specified only.


    Q (Alternate Geocomposite Design): In reference to Spec Section 33 46 23.19 Composite Drainage Net Part 1.04 Installer Qualifications Section 4 - where should the alternate geocomposite design be submitted?

    A: Please see Solicitation Terms and Conditions, Section 2, paragraph 2.25 Substitute Materials And Equipment- Substitution of materials or equipment may only be considered after a Contract for the Work is executed if sufficient information is supplied by the selected Contractor to demonstrate the proposed substitution is an equal or superior material or equipment to allow the County and Engineer to evaluate the proposed substitution, unless the naming of the item is followed by words indicating that no substitution is permitted. Applications for substitution of materials and equipment shall only be evaluated after the Contract is executed. The Owner's decision on evaluation of the substitution request will be final. The Base Bid and Alternates shall reflect the costs for the materials and equipment named or specified only.


    Q (excavators of central fl. LlC): WHO CAN I SPEAK WITH TO HAVE AN INSIGHT OF THIS PROGET TO HAVE A COPY OF THE PLANS

    A: All plans, specifications, and related documents are available for download through OpenGov. Please direct any questions to Contracting Agent Gian Otero at Gian.Otero@ocfl.net


    Q (No subject): for detail 31 on page c-20 can the lengths of the under drain be shown? do they run the entire length of the swale area?

    A: The terrace swale underdrains run the entire length of the terraces.


    Q (CDN Termination): Sheet C-10, Detail 2 shows the CDN continuing along all slopes and stormwater terraces, while Sheet C-12, Detail 15 shows the CDN terminating at the Elevation 166 bench. Please confirm the correct termination point for the CDN.

    A: The note on Sheet C-12, Detail 15 has been revised to read CDN TERMINATION AT ELEV 106 BENCH instead of CDN TERMINATION AT ELEV. 166 BENCH.


    Q (No subject): Contractors have recently received communications from multiple geosynthetic manufacturers indicating significant volatility in polyethylene resin pricing due to geopolitical developments affecting oil markets and global transportation. Current manufacturer quotations for geomembranes, geotextiles, and related products are being issued with validity periods as short as 14 days, with additional announced increases scheduled for early Q2 2026. Given that the bid validity period and anticipated award timeline for this project may exceed the manufacturer quotation validity periods, contractors are unable to secure firm pricing for geosynthetic materials through the bid and award process. Question: Can the County clarify how geosynthetic material price escalation occurring between bid submission and material procurement will be addressed? Specifically: Will the County consider an allowance or escalation provision for geosynthetic materials if manufacturer pricing changes prior to procurement? Alternatively, will the County allow separate material pricing and documented pass-through adjustments for geomembranes, geotextiles, GCL, and geocomposite materials similar to mechanisms used on other landfill projects? If neither approach will be used, should contractors assume that all geosynthetic price escalation risk between bid and procurement remains with the Contractor?

    A: A bid is considered a firm, non-withdrawable offer for 120 days from the public opening date, or until the contract is awarded. If the County does not make an award within those 120 days, the bidder may either withdraw their offer or agree in writing to extend it without making any changes. Separately, after contract execution contractors may request a price adjustment only during the pre-construction phase—before purchasing materials or starting onsite work. The request must be submitted in writing and must explain unexpected increases in material costs that are affecting the specific contract. These increases cannot already be covered under another price adjustment or change order in the contract. The County has full discretion to approve or deny the request, including determining the scope, amount, and duration. Any approved adjustment will not include overhead or profit for the contractor or subcontractors, though increases related to insurance or bond costs may be considered if applicable.


    Q (Closure Question ): For the qualification’s requirements, would the county accept 1 cell construction project in FL in place of 1 of the 3 requested closure projects in the last 10 years?

    A: This is up to the County’s Solid Waste and Procurement Divisions. This would mean requiring 2 closure projects and one landfill bottom liner project, rather than three closure projects. Landfill bottom liner projects require similar geosynthetics capabilities but typically are not as susceptible to differential settlement and erosion/stormwater management issues than closure projects. The Phase 2 closure project will require close coordination with landfill operations. This coordination will be more important to project success than it would be for a bottom liner project.


    Q (No subject): What is the depth of the existing intermediate cover that the contractor will need to strip?

    A: The current depth of intermediate cover over the closure project area varies. The Contractor is not required to strip the intermediate cover. The currently in place intermediate cover will be incorporated into the waste grading activity required to prepare the subgrade prior to placement of the 6-inch leveling course. The leveling course shall be granular fill from an offsite source.


    Q (No subject): If all of the stripping’s from the intermediate cover layer cannot be utilized in the solid waste grading application, what will the contractor need to do with the leftover contaminated materials?

    A: If cut for the grading process exceeds the fill requirements, excess waste from the grading activities shall be transported by the Contractor to the active working face of the landfill. Contractor shall coordinate the hauling and placement with County Landfill Operations. The Contractor will not be charged a tipping fee for disposal at the working face.


    Q (No subject): Confirm that the contractor will be responsible for the NOI, NOT, and SWPPP requirements?

    A: All environmental control and compliance notifications related to construction activities will be the responsibility of the Contractor.


    Q (No subject): Can a CY of material be estimated that would need to be stripped?

    A: Stripping of material is not required under this contract. The existing solid waste surface areas must be re-graded in accordance with the updated grading plan to prepare the site for installation of the 6-inch leveling course. The compensation to the contractor for solid waste grading is included in the unit price bid items. Bid quantities for waste grading are provided on the Bid Form so all Bidders will be using the same quantities. The Bid Quantities will be re-evaluated and agreed upon by the Owner and Contractor prior to the start of onsite earthwork activities as described in Section 01 29 00, Paragraph 1.03.C.1.


    Q (No subject): Can the contact for an aggregate vendor be provided who has provided granular fill to the site before?

    A: The County is not aware of available aggregate vendors that can provide granular fill in the quantities needed for this work. Prices for the Opinion of Probable Construction Cost were obtained from similar projects in Central FL and from FDOT prices.


    Q (No subject): Where can the imported general fill material be stockpiled?

    A: Within designated laydown areas as shown on the plans.


    Q (No subject): Confirm that all of the Stormwater pipes and inlets within the phase 2 closure and mobilization area will need to be removed/replaced?

    A: Phase 2 temporary stormwater pipes and inlets shall be removed and replaced as indicated on the plans. New stormwater pipes shall be connected to existing Phase 1 or perimeter manhole stormwater pipes as indicated on the plans.


    Q (No subject): Can a schedule of values be provided for the GCCS construction scope or at least a color-coded drawing which differentiates the existing and proposed installations?

    A: Drawing Sheet M-1 shows the gas and condensate collection system (GCCS) pipelines to be capped and abandoned in the Phase 1 closure area of the landfill, as well as the temporary GCCS pipelines to be abandoned or removed in the Phase 2 closure area and above. Modified versions of Sheets M-2 through M-6 showing the new GCCS pipes to be installed in Phase 2 and above in greater detail are included with this addendum. It is up to the contractor to estimate quantities based on these drawing sheets.


    Key dates

    1. January 31, 2026Published
    2. March 26, 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.