SLED Opportunity · FLORIDA · CITY OF BRADENTON
AI Summary
City of Bradenton seeks qualified firms for progressive design-build services to relocate Lift Station 8 and improve the collection system, including wet well, pumps, piping, and electrical components.
The City of Bradenton is seeking proposals from qualified respondents to provide progressive design build services to furnish and install a replacement facility for the existing Lift Station 8 Relocation and Collection System Improvements Phase 1, which shall include an upsized lined wet well, new pumps, upsized discharge piping and all necessary electrical and instrumentation components. The new location will be constructed at 1302 4th Ave W Bradenton, FL 34205. The City is looking to have Phase 1 completed by July 1, 2027.
The existing lift station sits 12 feet from the Manatee River and is located in an AE FEMA flood zone. As part of the City's ongoing resiliency efforts and hardening of the sanitary collection system, it is prudent to move the lift station out of the floodplain. The City has received grant funding for a portion of the design-build effort and the project is subject to AIS, Davis-Bacon, and other State and Federal requirements attached to funding.
Please use the See What Changed link to view all the changes made by this addendum.
Added Attachment B - Capacity Analysis Report
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Experience and qualifications of the Proposer.
Experience and qualifications of the Proposer’s Key Personnel and sub-contractors
Relevant project experience of Proposer and sub-contractors with projects that indicate proficiency in similar work with public outreach.
Project management techniques, controls, program and technologies.
Proposed public outreach approach and components.
Proposed project management techniques & controls.
Personnel assigned.
Innovation
Proposed timeline, indicating major milestones.
Failure to complete and submit any of the forms listed below with a submittal may cause a Proposer to be declared non-responsive.
Please download the below documents, complete, and upload.
Upload a copy of your SunBiz registration certificate establishing your firm as authorized to conduct business in the State of Florida as provided by the Florida Department of State, Division of Corporations. Please refer to www.sunbiz.org.
Please upload a copy of the required licenses as listed in Section 2.3 Qualifications
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Do you need to disclose any negligence of breach of contract actions that have occurred over the past 10 years.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Failure to acknowledge and certify the statements listed below may cause a Proposer to be declared non-responsive.
In submitting this proposal, Proposer makes all representations required by the Instructions to Proposers and further warrants and
represents that:
Preference shall be given to businesses with drug-free workplace programs. Pursuant to Section 287.087, Florida Statutes, whenever two or more competitive solicitations that are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a response received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie responses will be followed if none of the tied providers has a drug free workplace program. In order to have a drug-free workplace program, a business shall:
As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements.
Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of $1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473, Florida Statutes.
Certification:
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the section entitled “Respondent Vendor Name” is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List. I further certify that the company is not engaged in a boycott of Israel. I understand that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney’s fees, and/or costs.
In addition to the required forms and certifications listed above, proposals must include the documents below. Failure to provide any of the below documents with a submittal my cause a Proposer to be deemed non-responsive.
Upload a copy of the required documents listed in the INSTRUCTION TO PROPOSERS Section of the solicitation.
Select an option below.
Identify the Qualifications the Vendors must meet to provide the goods and services needed. Include any required licenses and/or certificates they must provide documentation for when submitting their bids.
Q (Photo Documentation): Will there be any requirements OR interest in Drone Services on this project? ie pre/post site conditions, progress photos, video, 360° aerial panoramas, 2D site overview, etc.?
A: Drone services are not required but vendors may propose as they wish.
Q (Time Extension): Is it possible to get an extension of 1-2 weeks?
A: City is not looking to extend at this time.
Q (Additional Time): We respectfully request that the City consider extending the submission deadline for this solicitation. With the release date of March 11, 2026, and a current due date of April 1, 2026, respondents are provided approximately 21 days to prepare a response. For similar solicitations of this nature, the City has typically provided at least a 30-day response period. Allowing a comparable timeframe for this solicitation would support the development of more comprehensive and competitive proposals, ultimately benefiting the City.
A: See Addendum No. 2
Q (No subject): Are any firms precluded from participating in this project?
A: There are no firms precluded from participating on this project.
Q (No subject): Because Jacobs authored the Capacity Analysis, are they precluded from participating on a Design‑Build team for this project?
A: The Capacity Analysis performed by Jacobs has been posted for all bidders to review therefore no issues appear to preclude any firm from participating on this project.
Q (No subject): Who are the members of the Selection Committee?
A: This will be determined by City of Bradenton and is subject to change.
Q (Record Drawings): Can the City provide the record drawings for the existing Lift Station 8?
A: Upon contract award, the City will provide the best information available.
Q (Hydraulic Model): Does the City have an existing wastewater hydraulic model that can be provided at this time?
A: No the City does not have an existing wastewater hydraulic model.
Q (Existing WW Infrastructure): Can the City provide GIS Shapefiles for the existing gravity and/or force mains connected the existing and proposed LS 8?
A: No the City cannot provide GIS Shapefiles for the existing gravity or force mains connected to the existing and proposed LS 8. The City's sewer atlas map is provided in the attachment section
Q (Required Forms): Some of the links included in the RFQ do not work (or have access) to open and download, can you provide PDFs for all required forms?
A: If you are having any technical issues or downloading documents please reach out to OpenGov.
Q (Sign-in Sheet): Can the City provide the sign-in for the pre-proposal meeting?
A: Please see sign-in sheet in the attachments section
Q (Project Timeline): A key deadline of July 1st was mentioned. What needs to be accomplished by then? Is the goal full operational status, or is substantial completion sufficient? Additionally, how does the City define substantial completion?
A: Lift station to be in service by July 1, 2027.
Q (11 x 17 Pages): Are we allowed to submit 11 x 17 pages? This format would be particularly useful for the organizational chart and the project schedule/timeline.
A: No please format all pages on 8.5 x 11.
Q (Funding): Aside from FDEP, do you foresee any additional federal funding sources for this project?
A: At this time we do not anticipate any additional federal funding sources for this project.
Q (Draft Contract): Can you share a draft version of the contract?
A: Contract will be negotiated with awarded vendor.
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
AI-powered intelligence for the right opportunities, the right leads, and the right time.