SLED Opportunity · FLORIDA · CITY OF PORT ST. LUCIE

    Rangeline Water Treatment Plant Class I Injection Well System

    Issued by City of Port St. Lucie
    cityIFBCity of Port St. LucieSol. 230079
    Closed
    STATUS
    Closed
    due Apr 20, 2026
    PUBLISHED
    Mar 10, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    221310
    AI-classified industry

    AI Summary

    The City of Port St. Lucie seeks bids for constructing a new reverse osmosis water treatment plant including two Class I deep injection wells and one dual zone monitoring well at the Rangeline Repump Station site.

    Opportunity details

    Solicitation No.
    230079
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    March 10, 2026
    Due Date
    April 20, 2026
    NAICS Code
    221310AI guide
    State
    Florida
    Agency
    City of Port St. Lucie

    Description

    Pursuant to the Port St. Lucie City Code of Ordinance 35.07, this electronic Invitation for Bid (IFB) is being issued to establish a contract with a qualified proposer who will provide Rangeline Water Treatment Plant Class I Injection Well System to the City of Port St. Lucie (hereinafter, “City”) as further described in this IFB.

    Due to the population projections in the Utility Systems Department Master Plan, it is necessary to construct a new reverse osmosis water treatment plant at the Rangeline Repump Station site at 11650 Range Line Road, Port St. Lucie, Florida 34986 .  As part of the new plant, two (2) new Class I deep injection wells and one (1) dual zone monitoring well will be required to meet current and future water treatment demands.  

    Project Details

    • Reference ID: 20260152
    • Department: Utility System
    • Department Head: Kevin Matyjaszek (Director)

    Important Dates

    • Questions Due: 2026-04-03T19:00:48.533Z
    • Answers Posted By: 2026-04-07T20:00:21.014Z
    • Pre-Proposal Meeting: 2026-03-23T14:00:57.967Z — Location: 11650 Range Line Road, Port St. Lucie, Florida 34986. Important: For the pre-bid meeting, bidders are advised to bring a hard copy of the solicitation, as the city will not provide copies at the meeting. Following the pre-bid meeting, a site visit (walk-through) will be conducted. This will give bidders the opportunity to review existing conditions that may affect the delivery of goods and/or services, including factors related to equipment, materials, and labor. **Attendance at the pre-bid meeting and site visit is strongly recommended**

    Addenda

    • Addendum #1 (released 2026-03-19T11:39:36.126Z) —

      Please use the See What Changed link to view all the changes made by this addendum. Please see the summary table outlining the changes included in this addendum. 

      Spec Section

       

       

      Invitation to Bid:

      Contractor Minimum Requirements, Required Demonstrated Experience

      ADD LANGUAGE

      • Must have successfully completed two large-diameter UIC Class I deep injection wells in Florida within the past five years.

       

      • Each well must have a final casing diameter of at least 24 inches and a setting depth of at least 2,000 feet below pad level.

       

      These two additional requirements were added to Section 2.1 of the Scope of Work - Contractor Minimum Requirements

      Specification Section:

      01025, Part 1.16.A.

      REMOVE: This item includes properly welded connections and centering guides; checking roundness in each IW-1 and IW-2 26-inch casing section; an approved cement “packer” seal for the FRP tubing strings; tubing with sand-impregnated rough coat finish for cement portion of DZMW-1; transition and stainless casing to complete the FRP tubing strings.

      REPLACE WITH:  This item includes properly welded connections and centering guides; checking roundness in each IW-1 and IW-2 26-inch casing section; an approved cement “packer” seal for the FRP tubing strings; performing XY caliper logging during IW-1 and IW-2 FRP tubing installation; tubing with sand-impregnated rough coat finish for cement portion of DZMW-1; transition and stainless casing to complete the FRP tubing strings.

       

      See attachment 01025 – Measurement and Payment

      Specification Section:

      02700, Part 3.2.Y.

      REMOVE:  Install nominal 18-inch diameter (16.55-inch I.D.) FRP tubing to approximately 10 feet above the base of the 26-inch O.D. steel final casing. Perform cement-bond log in the FRP tubing prior to cementing.

      REPLACE WITH:  Y.  Install nominal 18-inch diameter (16.55-inch I.D.) FRP tubing to approximately 200 feet above the approved setting depth.  Perform XY caliper log from approximately 30 feet below the base of the 26-inch O.D. final casing to approximately 30 feet above the base of the FRP tubing.  After completing logging, remeasure the remaining FRP sections to be installed.

       

      Z.  Install remaining nominal 18-inch diameter (16.55-inch I.D.) FRP tubing to approximately 10 feet above the base of the 26-inch O.D. steel final casing.  Perform cement-bond log in the FRP tubing prior to cementing.

       

      See attachment 02700 – Well Construction Sequence

      Specification Section:

      02700, Part 3.4.X.

      REMOVE:  Install nominal 18-inch diameter (16.55-inch I.D.) FRP tubing to approximately 2,800 feet bpl. Perform cement-bond log in the FRP tubing prior to cementing.

      REPLACE WITH:  X.  Install nominal 18-inch diameter (16.55-inch I.D.) FRP tubing to approximately 200 feet above the approved setting depth.  Perform XY caliper log from approximately 30 feet below the base of the 26-inch O.D. final casing to approximately 30 feet above the base of the FRP tubing.  After completing logging, remeasure the remaining FRP sections to be installed.

       

      Y.  Install remaining nominal 18-inch diameter (16.55-inch I.D.) FRP tubing to approximately 2,800 feet bpl.  Perform cement-bond log in the FRP tubing prior to cementing. 

       

      See attachment 02700 – Well Construction Sequence

      Specification Section:

      02755, Part 3.6

      BELOW PART 3.5.G. ADD LANGUAGE

      ADD:  3.6 CALIPER LOGGING DURING FRP TUBING INSTALLATION IN INJECTION WELLS

       

      A.         CONTRACTOR shall measure each section of FRP injection tubing and prepare a tubing tally prior to installation.  Based on the tubing tally, the CONTRACTOR shall install the FRP injection tubing to a depth approximately 200 feet shallower than the approved setting depth of the FRP injection tubing.  An XY caliper log shall then be performed inside the FRP injection tubing from approximately 30 feet below the base of the 26-inch O.D. final casing to approximately 30 feet above the base of the FRP injection tubing.  The intent of the XY caliper log is to verify the depth of the FRP injection tubing base compared to the base of the 26-inch O.D. final casing.  The CONTRACTOR shall then remeasure the remaining sections of the FRP injection tubing to be installed.  If necessary, adjustments shall be made to the tubing tally based on the results of XY caliper logging to ensure the FRP tubing will be installed to the approved setting depth. 

       

      See attachment 02755 – Borehole Geophysical and Video Logging

       

      Specification Section:

      02755, Part 3.7.A.

      ADD ROW TO GEOPHYSICAL LOGGING TABLE

      ADD:  During installation of FRP Injection tubing, perform XY caliper  

       

      See attachment 02755 – Borehole Geophysical and Video Logging

       

    • Addendum #2 (released 2026-03-30T12:38:48.913Z) —

      Please use the See What Changed link to view all the changes made by this addendum. This Addendum is issued to extend the question submission deadline to April 3, 2026, at 3:00 p.m.    

    Evaluation Criteria

    • General Pricing Rules

      By submitting a response, the Contractor agrees that it has read, understood, and will abide by the following instructions/rules:

      1. The submitted pricing must include all costs of performing pursuant to the resulting Contract; and

      2. All quantities and/or estimates are for information or tabulation purposes only; and

      3. No warranty or guarantee is expressed or implied on the volume of products and/or services that the City may require through the negotiated Contract period; and

      4. Bids containing a minimum order/ship quantity or dollar value, unless otherwise called for in the IFB, will be treated as non-Responsive and may not be considered for award; and

      5. The Contractor is required to provide net prices. In the event there is discrepancy between a Contractor’s unit price and extended price, the unit price shall govern; and

      6. In the event there is a discrepancy between (1) the Contractor’s pricing as quoted in Cost Table, and (2) the Contractor’s pricing as quoted by the Contractor in one or more single line entries directly into the Sourcing Event screen, the former shall govern; and

      7. The prices quoted and listed in the response shall be firm throughout the term of the resulting Contract, unless otherwise noted in the IFB or Contract; and

      8. Unless otherwise specified in any terms and conditions attached to the IFB, all product deliveries will be F.O.B. destination and all shipping charges must be included in the quoted pricing structure; and

      9. Unless expressly permitted by the IFB, responses containing provisions for late or interest charges cannot be awarded a Contract. Contractors must “strikethrough” any such provisions in printed forms and initial such revisions prior to submitting a response to the City; and

      10. Contractor responses requiring prepayment and/or progress payment requirements may be determined non-Responsive, unless otherwise permitted by the IFB; and

      11. Unless permitted by the IFB, responses requiring payment from the City in less than thirty (30) days will be considered non-Responsive.

    • IFB Introduction

      All the items described in this section are service levels and/or terms and conditions that the City expects to be satisfied by the selected Contractor.  Each Contractor must indicate its willingness and ability to satisfy these requirements in their response.

      Unless otherwise specified, references to brand name or trade name/mark products are intended to be descriptive, but not restrictive, and are used to indicate the quality and characteristics of products that may be offered. Other products may be considered for award if such products are clearly identified and are determined by the City to meet its needs in all respects. Each Contractor's response must indicate the brand name and model, or series number of the product offered and include such specifications, catalog pages, or other data that will provide an adequate basis for determining the quality and functional capabilities of the product offered.  

    • Purpose of Procurement

      Pursuant to the City of Port St. Lucie Code of Ordinances, Section 35.07, this electronic Invitation for Bid (“IFB”) is being issued to establish a Contract with one qualified Contractor who will provide Rangeline Water Treatment Plant Class I Injection Well System to the City of Port St. Lucie (hereinafter, “City”) as further described in this IFB.

      A descriptive overview of the City can be found at https://www.cityofpsl.com/discover-us/about-psl . Please visit the City’s website to familiarize yourself with how our city is structured and operates. Please contact the Issuing Officer with any questions.

    • Indemnification/Hold Harmless

      Proposer agrees to indemnify, defend, and hold harmless, the City, its officers, agents, and employees from, and against any and all claims, actions, liabilities, losses, and expenses including, but not limited to, attorney's fees for personal, economic, or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or may be alleged to have risen from the negligent acts, errors, omissions or other wrongful conduct of Proposer, agents, laborers, subcontractors or other personnel entity acting under Proposer control in connection with the Proposer's performance of services under the Contract. To that extent, Proposer shall pay any and all such claims and losses and shall pay any and all such costs and judgements which may issue from any lawsuits arising from such claims and losses including wrongful termination or allegations of discrimination or harassment, and shall pay all costs and attorney's fees expended by the City in defense of such claims and losses, including appeals. That the aforesaid hold-harmless agreement by Proposer shall apply to all damages and claims for damages of every kind suffered, or alleged to have been suffered, by reason of any of the aforesaid operations of Proposer or any agent laborers, subcontractors, or employee of Proposer regardless of whether or not such insurance policies shall have been determined to be applicable to any of such damages or claims for damages. Proposer shall be held responsible for any violation of laws, rules, regulations, or ordinances affecting in any way the conduct of all persons engaged in or the materials or methods used by Proposer on the work. This indemnification shall survive the termination of the Contract.

    • General Information and Instructions

      3.1.1 Familiarity with Laws and Regulations 

      It is the responsibility of responding Contractors to be familiar with all Federal, State, and local laws, ordinances, rules, and regulations, that may affect the work. Ignorance on the part of the Awarded Contractor will in no way relieve it from Contract responsibility.

      3.1.2 Restrictions on Communicating with Staff/ Cone of Silence

      From the issue date of this IFB until the time of City Council's approval of the award or the City Manager's approval when proposal amount is below the required formal solicitation threshold (or the IFB is officially canceled), Contractors are not allowed to communicate for any reason with any City staff or elected officials except through the Issuing Officer named herein, during the Bidders'/Offerors’ conference (if any), as defined in this IFB, or as provided by existing work agreement(s). This is commonly known as a Cone of Silence during the procurement process as identified in the City Code of Ordinances, Section 35.13. Prohibited communication includes all contact or interaction, including but not limited to, telephonic communications, emails, faxes, letters, or personal meetings, such as lunch, entertainment, or otherwise. The City reserves the right to reject the response of any Contractor violating this provision. Further information on this topic can be found on the Cone of Silence and IFB Communication Document.

      3.1.3 Submitting Questions

      All questions concerning this IFB must be submitted in writing on the OpenGov Platform during the Question and Answer open period. Please select the Question and Answer tab in the IFB project and click the "Ask Question" option. Once the question has been entered, select the "Submit Question" button. Enter a subject in the Subject field and then type the question in the Question field below. Once finished, select "Submit." No questions other than written will be accepted. No response other than written will be binding upon the City.  All Contractors must submit questions by the deadline identified in the Schedule of Events for submitting questions.  Contractors are cautioned that the City may or may not elect to entertain late questions or questions submitted by any other method than as directed by this section.

      3.1.4 Attending Bidders'/Offerors' Conference

      The Bidders'/Offerors’ Conference or any other information session (if indicated in the Schedule of Events) will be held at the locations referred to in “Schedule of Events,” of this IFB.  Unless indicated otherwise, attendance is not mandatory, although Contractors are strongly encouraged to attend. However, in the event the conference has been identified as mandatory, then a representative of the Contractor must attend the conference in its entirety to be considered eligible for Contract award. The Contractor is strongly encouraged to allow ample travel time to ensure arrival in the conference meeting room prior to the beginning of any mandatory conference. The City reserves the right to consider any representative arriving late to be “not in attendance.”  Therefore, all Contractors are strongly encouraged to arrive early to allow for unexpected travel contingencies.

      3.1.5 The City's Right to Request Additional Information- Contractor's Responsibility

      Prior to Contract award, the City must be assured that the selected Contractor has all the resources to successfully perform under the Contract. This includes, but is not limited to, adequate number of personnel with required skills, availability of appropriate equipment in sufficient quantity to meet the on-going needs of the City, financial resources sufficient to complete performance under the Contract, and experience in similar endeavors. If, during the evaluation process, the City is unable to assure itself of the Contractor’s ability to perform, if awarded, the City has the option of requesting from the Contractor any information deemed necessary to determine the Contractor’s responsibility. If such information is required, the Contractor will be notified and will be permitted approximately ten (10) business days to submit the information requested.

      3.1.6 Failing to Comply with Submission Instructions

      Responses received after the identified due date and time or submitted by any other means than those expressly permitted by the IFB will not be considered. Contractor's response must be complete in all respects, as required in each section of this IFB.

      3.1.7 Rejection of Proposals; The City's Right to Waive Immaterial Deviation

      The City reserves the right to reject any or all responses, to waive any irregularity or informality in a Contractor’s response, and to accept or reject any item or combination of items, when to do so would be to the advantage of the City. The City reserves the right to waive mandatory requirements, provided that, all the otherwise Responsive proposals failed to meet the mandatory requirements and/or doing so does not otherwise materially affect the procurement of requested commodities and/or services. It is also within the right of the City to reject responses that do not contain all elements and information requested in this IFB. A Contractor’s response will be rejected if the response contains any defect or irregularity and such defect or irregularity constitutes a Material Deviation from the IFB requirements, which determination will be made by the City in its sole discretion and on a case-by-case basis.

      NOTE:  The City reserves the right to reject the Bid of any Contractor who has previously failed in the performance of an award, to deliver contracts of a similar nature on time, or who is not in a position to perform properly under this award. This includes the firm, employees, and financial or legal interests.  The City will not enter into a contract or conduct business with any firm or any personnel that is listed on the Federal, State, or other local government agencies' Excluded Parties List, Suspended List, or Debarment List. Please see section 287.133, Florida Statutes, for further information regarding business transactions with companies that have been convicted of public entity crimes.

      3.1.8 The City's Right to Amend and/or Cancel the IFB

      The City reserves the right to amend this IFB. All revisions must be made in writing prior to the IFB closing date and time. If a responding entity discovers any ambiguity, conflict, discrepancy, omission, or other error in the IFB, it shall immediately notify the City of such error in writing and request modification or clarification of the document. Any modification made to this IFB will be issued as an addendum. If a responding entity fails to notify the City prior to the date and time fixed for submission of an error or ambiguity in the IFB known to it, or an error or ambiguity that reasonably should have been known to it, it shall not be entitled to additional time by reason of the error/ambiguity or its late resolution. By submitting a response, the Contractor shall be deemed to have accepted all terms and agreed to all requirements of the IFB (including any revisions/additions made in writing prior to the close of the IFB, whether or not such revision occurred prior to the time the Contractor submitted its response), unless expressly stated otherwise in the Contractor’s response. THEREFORE, EACH CONTRACTOR IS INDIVIDUALLY RESPONSIBLE FOR REVIEWING THE REVISED IFB AND MAKING ANY NECESSARY OR APPROPRIATE CHANGES AND/OR ADDITIONS TO THE CONTRACTOR’S RESPONSE PRIOR TO THE CLOSE OF THE IFB. All Notice(s) to Proceed with Negotiations and/or Notice of Intent to Award (NOIAs) will be posted as referenced in Section 9.9 - “Public Award Announcement,” of this document. Finally, the City reserves the right to amend or cancel this IFB at any time.

      3.1.9 Assigning of the Contract & Use of Subcontractors

      Except as may be expressly agreed to in writing by the City, Contractor shall not assign, sell, transfer, or otherwise dispose of the awarded Contract or any portion thereof, or of the work provided for therein, or of its right, title, or interest therein, to any person, firm, or corporation without the prior written consent of the City.

      Each Contractor shall list all subcontractors and the work provided by the suppliers in the area provided on the Bid Reply Sheet. The successful Contractor(s) shall provide a listing of all subcontractors, suppliers, and other persons and organizations (including those who are to furnish the principal items of material and equipment), other than those identified in the Bid Reply, to the City within ten (10) days after the bid opening. Such a list shall be accompanied by an experience statement for each such subcontractor, supplier, person, or organization, if requested by the City. The City, if after due investigation, has reasonable objection to any proposed subcontractor, supplier, other person or organization, the City may, before the Notice of Intent Award is given, request apparent successful Contractor to submit an acceptable substitute without an increase in Bid price.

      If the apparent successful Contractor(s) declines to make any such substitution, the City may award the Contract to the next acceptable Contractor(s) that proposes to use acceptable subcontractors, suppliers, and other persons and organizations. Declining to make requested substitutions will not constitute grounds for sacrificing the Bid security of any Contractor(s). Any subcontractor, supplier, other person, or organization listed and to whom the City does not make written objection prior to the giving of the Notice of Intent to Award, shall be deemed acceptable to City, subject to revocation of such acceptance after the effective date of the Contract.

      No subcontract which Contractor enters into with respect to performance of obligations or work assigned under the Contract shall in any way relieve Contractor of any responsibility, obligation, or liability under the Contract, and for the acts and omissions of all subcontractors, agents, and employees. All restrictions, obligations, and responsibilities of the Contractor under the Contract shall also apply to the subcontractors.  Any contract with a subcontractor must also preserve the rights of the City. The City shall have the right to request the removal of a subcontractor from performing work under the Contract at any time, with or without cause.

      3.1.10 Proposal of Additional Services

      If a Contractor indicates an offer of services in addition to those required by and described in this IFB, these additional services may be added to the original Contract at the sole discretion of the City.

      3.1.11 Protest Process

      Contractors should familiarize themselves with the procedures set forth in City Code of Ordinances, Section 35.15. By submitting a response to this IFB, the Contractor certifies that it is on notice of Section 35.15, understands the procedures set forth therein, and acknowledges it is bound by the protest process therein. 

      3.1.12 Costs for Preparing Responses

      Each Contractor’s response should be prepared simply and economically, avoiding the use of elaborate promotional materials beyond those sufficient to provide a complete presentation. The cost for developing the response and participating in the procurement process (including the protest process) is the sole responsibility of the Contractor. The City will not provide reimbursement for such costs.

      3.1.13 Public Access to Procurement Records

      Solicitation opportunities will be publicly advertised as required by City ordinances and state and federal laws. Any material that is submitted in response to this IFB, including anything considered by the Contractor to be confidential or a trade secret, will become a public document pursuant to Chapter 119, Florida Statutes. Any claim of confidentiality is waived upon submission, effective after the City’s opening of the proposals pursuant to section 119.07, Florida Statutes. Therefore, the Contractor is hereby cautioned NOT to submit any documents that the Contractor does not want to be made public. The City is allowed to assess a reasonable charge to defray the cost of reproducing documents. A City employee must be present during the time of onsite inspection of documents. PLEASE NOTE: Even though information (financial or other information) submitted by a Contractor may be marked as "confidential," "proprietary," etc., the City will make its own determination regarding what information may or may not be withheld from disclosure. Contractors should review Chapter 119, Florida Statutes for all updates before requesting exceptions from Chapter 119.

    • Administrative/Preliminary Review

      First, the proposals will be reviewed by the Issuing Officer to determine the proposal’s compliance with the following requirements:

      1. Response was submitted by the deadline.

      2. Response is complete and contains all required documents.   

    • Bid Bond

      Each responding Contractor must supply a Bid Bond or Bid Deposit (certified check, cashier’s check, bank money order, bank draft of any national or state bank), in a sum of not less than $500 made payable to the City. As a Mandatory Requirement, the Bid Bond or Bid Deposit must be scanned and uploaded as part of the Vendor Submission along with all other required documents, thus showing evidence that a Bid Bond or Bid Deposit was obtained. Responding Contractors must send the Original Bid Bond or Bid Deposit to the City within ten (10) business days after the IFB Due Date as reflected above in the Schedule of Events. The responding Contractor's proposal will be considered non-Responsive if the Bid Bond or Bid Deposit is not received within the specified time frame. Responding Contractors must submit a Bid Bond or Bid Deposit made payable to the City in a sealed envelope to:

      Max Previlon

      121 S.W. Port St. Lucie Blvd.

      Port St. Lucie, FL 34984

      Attn: Procurement Management Division

       

      Bonds must be issued by a Surety authorized to do business in the State of Florida, in order to guarantee that the Contractor will enter into a contract to deliver products and/or related services outlined in this solicitation, strictly within the terms and conditions stated in the Contract.

    • Scope of Work

      Work to be performed as part of the City of Port St. Lucie, Rangeline Water Treatment Plant Injection Well System located in St. Lucie County at 11650 Range Line Road, Port St. Lucie, Florida 34986.  Detailed requirements and extent of work are stated in applicable specification sections and shown on the Drawings.  It is the intent of these specifications that project elements constructed be fully integrated and compatible with each other in all aspects for a complete injection well system.

      1. Provide the labor, equipment, tools, and consumable supplies required for a complete Project.
      2. Provide the civil, structural, mechanical, electrical, instrumentation and all other Work required for a complete and operable Project.
      3. Test and place the completed Project in operation.
      4. Provide special tools, spare parts, lubricants, supplies, or other materials as indicated in Contract Documents for the operation and maintenance of the Project.
      5. Arrange and coordinate with Supplier for deliveries of OWNER purchased products in accordance with construction schedule, coordinate to avoid conflict with work and conditions at the site. Unload the products at the site, and store and protect the products in accordance with the Supplier’s instructions.
      6. The WORK shall be complete, and all work, materials, and services not expressly indicated or called for in the Contract Documents which may be necessary for the complete and proper construction of the WORK in good faith shall be provided by the CONTRACTOR and coordinated with the CONSULTANT as though originally so indicated, at no increase in cost to the OWNER.
      7. CONTRACTOR shall comply with all applicable federal, state and local safety regulations, laws and standards, as well as any specific St. Lucie County or City of Port St. Lucie requirements while completing the work.
      8. Except as specifically noted, the CONTRACTOR shall provide and pay for: 
        • Labor, materials, and equipment. 
        • Tools, equipment and machinery. 
        • Water, electricity, and other utilities required to complete the project.
        • Other facilities and services necessary for proper execution and completion of the work.
        • Permits, surveys, and testing.

      The CONTRACTOR and its SUBCONTRACTORS shall meet the qualification requirements as defined.

      Work is described in general, non-inclusive terms as: 

      1. Two Class I injection wells (IW-1 and IW-2), each with a final casing string of 26-inch outside diameter, a nominal 18-inch (16.55-inch inside diameter) fiberglass reinforced plastic (FRP) injection tubing, and total open-hole depth of 3,500 feet below pad level.  Each well may be permitted to accept an injection rate of approximately 9.66 million gallons per day (MGD) at an injection velocity within the injection tubing string of 10 feet per second.  The injection well shall include the installation of wellhead components suitable for the connection and operation of a completed system.
      2. One associated dual-zone deep monitor well (DZMW-1) including the installation of wellhead components.
      3. Eight (8) water-table monitor wells that will either be plugged and abandoned in place or completed with flush mounted vaults and lockable caps at the end of the project. 
      4. Concrete slab for each well (3 total). 
      5. Completion of two 12-hour injection tests. 
      6. Construction of site access roadway as detailed in the Contract Plans including providing temporary site stormwater/drainage maintenance as necessary.
      7. All electrical, instrumentation, piping, valves, pumps, that extend to the edge of the concrete slabs as shown in the contract drawings.
      8. Completion of plugging and abandoning existing onsite monitor well PSL-EW2.
      9. A finished site that is acceptable to the CONSULTANT and OWNER. 

       

      Contractor Minimum Requirements

      • The Contractor shall be duly licensed by the State of Florida and all other applicable regulatory authorities.

      • The Contractor shall hold a valid Water Well Contractor license for the State of Florida, St. Lucie County, and the City of Port St. Lucie.

      Equipment Standards

      • The Contractor shall provide drilling rigs and related components that are appropriately sized, properly maintained, and suitable for the required work.

      • Drilling rigs shall have a maximum rated static hook load capacity, as defined by the American Petroleum Institute (API), of no less than 1.5 times the maximum anticipated casing string weight.

      Required Demonstrated Experience

      The Contractor shall demonstrate experience in the following areas:

      • Drilling and well construction in highly permeable carbonate formations, including effective management of formation fluids and drilling fluids.

      • Controlling artesian head pressures up to 80 feet above land surface during all phases of drilling and testing.

      • Utilizing reverse‑air drilling techniques and equipment capable of achieving sufficient velocities to remove cuttings from the borehole.

      • Must have successfully completed two large-diameter UIC Class I deep injection wells in Florida within the past five years.
      • Each well must have a final casing diameter of at least 24 inches and a setting depth of at least 2,000 feet below pad level.

      Bid Forms

      This solicitation includes two bid forms, both located in Section 7. Each form must be completed in accordance with the applicable funding requirements:

      • Bid Form #1 – Federal Grant Requirements This form must be completed using pricing and conditions that comply with all federal grant requirements. Vendors must ensure that all federal provisions, certifications, and cost considerations are fully incorporated.
      • Bid Form #2 – Non‑Grant (Local Funding) Requirements This form must be completed without federal grant considerations. Local preference will apply in accordance with the City’s ordinances and procurement policies.

      Bidders are required to submit both bid forms for their response to be considered complete.

      **For additional information on the technical specifications, drawings, performance and quality requirements for materials and equipment, as well as the minimum standards for mechanical integrity, refer to Attachments B and C in the attachments section. **

    • List of IFB Documents

      The following documents make up this IFB. Please see Section 3 – “Instructions to Contractors,” for instructions and Section 12 - "Vendor Submission Requirements and Attestations" on how to access the following documents.  Any difficulty locating or accessing the following documents should be immediately reported to the Issuing Officer.

      1. Attachment A - Sample Contract

      2. Attachment B - Technical Specifications

      3. Attachment C - PSL Rangeline DIW Drawings

      4. Mandatory Documents - see requirements in Section 3 - "Instructions to Contractors," and the required attachments listed in Section 12 - "Vendor Submission Requirements and Attestations":

      • Contractor’s General Information Worksheet, and
      • E-Verify Form, and
      • Non-Collusion Affidavit, and
      • Debarment Form (required with Federal Funding (including All Grants), and 
      • Lobbying Form (required with Federal Funding (including All Grants), and
      • Trench Safety (required in Construction Projects), and
      • Buy America Certification (required with Federal Language), and
      • Copy of W-9 (Vendor to provide), and
      • Copy of Certificate of Insurance (Vendor to provide), and
      • Copy of your license(s) or certification(s) for this type of work; or in compliance with Chapter 489, Florida Statues, a copy of the certificate issues by the State of Florida (Vendor to provide), and
      • Copy of the bid bond as reflected in Section Bonds and/or Letter of Credit, Permits (Vendor to provide).

      Electronic confirmation for the following forms:

      • Cone of Silence and Communication Document, and
      • Contractor's Code of Ethics, and
      • Drug Free Workplace, and
      • Affidavit of Nongovernment Entity Anti-Human Trafficking Laws, and
      • Vendor Scrutinized Companies List Certification, and
      • The Contractor will comply with C.F.R. 200.318 through 200.326. (required with Federal Funding (including All Grants) 

      **Any documents indicated in Section 6.3 - "Mandatory Requirements," of this IFB must be uploaded into the project as a part of the response by the Contractor. Failure to supply the completed document(s) will deem the Contractor as Non-Responsive.

    • Certification

      Proposal Certification

      By responding to this solicitation, the Contractor understands and agrees to the following:

      1. That this electronically submitted proposal constitutes an offer, which, when accepted in writing by the City, and subject to the terms and conditions of such acceptance, will constitute a valid and binding contract between the Contractor and the City; and

      2. That the Contractor guarantees and certifies that all items included in the Contractor's response meet or exceed any and all of the solicitation’s identified specifications and requirements, except as expressly stated otherwise in the Contractor's response; and

      3. That the response submitted by the Contractor shall be valid and held open for a period of one hundred and twenty (120) days from the final solicitation closing date and that the Contractor’s offer may be held open for a lengthier period subject to the Contractor’s consent; and

      4. That the Contractor's response is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a response for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. Contractor understands and agrees that collusive bidding is a violation of City ordinance and state and federal laws and can result in fines, prison sentences, and civil damage awards.

    • Submittal Instructions

      Submittal Instructions to Electronic Bidding System

      Listed below are key action items related to this IFB. The Schedule of Events Section identifies the dates and time for these key action items. This portion of the IFB provides high-level instructions regarding the process for reviewing the IFB, preparing a response to the IFB, and submitting a response to the IFB.

      3.2.1 IFB Released

      The release of the IFB is through the posting of this project in OpenGov, the City's electronic bidding system. Each Contractor interested in competing to win a Contract award must complete and submit a response to this IFB in OpenGov.  Therefore, each Contractor MUST carefully review the submittal instructions.

      3.2.2 IFB Review

      The IFB 20260152 consists of the following: this document, entitled “Rangeline Water Treatment Plant Class I Injection Well System,” and any and all information included in the IFB, as posted to OpenGov, including any and all documents provided by the City as attachments to the IFB or links contained within the IFB or its attached documents.

      Please carefully review all information, including all documents available as attachments or available through links.  Any difficulty accessing or opening provided links or documents should be reported immediately to the Issuing Officer.

      3.2.3 Preparing a Response

      When preparing a response, the Contractor must consider the following instructions:

      1. Use the provided Cost Table to prepare your response. Enter your responses directly into the Cost Table. Unless otherwise directed, do not insert “see attached file” (or similar statements) in the worksheet to reference separate documents.
      2. Answer each question in sufficient detail for evaluation while using judgment with regards to the length of response.
      3. Proofread your response and make sure it is accurate and readily understandable.
      4. Label any and all uploaded files using the corresponding section numbers of the IFB as specified by the City.
      5. Use caution in creating electronic files to be uploaded. If the City is unable to open an electronic file due to a virus or because the file has become corrupted, the Contractor’s response may be considered incomplete and disqualified from further consideration.
      6. Use commonly accepted software programs to create electronic files. The City has the capability of viewing documents submitted in the following formats: Microsoft Office and portable document format file (PDF). Unless the IFB specifically requests the use of another type of software or file format than those listed above, please contact the Issuing Officer, Max Previlon, prior to utilizing another type of software and/or file format. In the event that the City is unable to open an electronic file because the City does not have ready access to the software utilized by the Contractor, the Contractor’s response will be considered incomplete and disqualified from further consideration.

      3.2.4 Reviewing, Revising, or Withdrawing a Submitted Response

      After the response has been submitted, the Contractor may view and/or revise its response by logging into OpenGov. Please take note of the following:

      A. BID SUBMISSION. All bids shall be submitted by completing and uploading all required documents. All submittals are required to be electronic. No hard copies will be accepted.  

        • Cost Work Sheet will be completed through Cost Table in OpenGov.
        • Upload files in the following order (Provided in Section 12-Vendor Submission Requirements and Attestations): 
        1. Mandatory Forms:

      1.1 Contractor’s General Information Worksheet, and

      1.2 E-Verify Form, and

      1.3 Non-Collusion Affidavit, and

                        1.4 Debarment Form (required with Federal Funding (including All Grants) the contractor and all subcontractors to fill them out and sign them), and

                        1.5 Lobbying Form (required with Federal Funding (including All Grants) the contractor and all subcontractors to fill them out and sign them), and

                        1.6 Trench Safety (required in Construction Projects), and

                        1.7 Buy America Certification (required with Federal Funding), and

      1.8 Copy of W-9 (Vendor to provide), and

      1.9 Copy of Certificate of Insurance (Vendor to provide), and

      1.10 Copy of your licenses(s) or certification(s) for this type of work; or in compliance with Chapter 489, Florida Statues, a copy of the certificate issues by the State of Florida (Vendor to provide), and

      1.11 Copy of the bid bond as reflected in Section Bonds and/or Letter of Credit, Permits (Vendor to provide).

             2. Confirm electronically the following forms (Provided in Section 12-Vendor Submission Requirements and Attestations Section):

      2.1 Cone of Silence and Communication Document, and

      2.2 Contractor's Code of Ethics, and

      2.3 Drug Free Workplace, and

      2.4 Affidavit of Nongovernment Entity Anti-Human Trafficking Laws, and

      2.5 Vendor Scrutinized Companies List Certification, and

                        2.6 The Contractor will comply with C.F.R. 200.318 through 200.326. (required with Federal Funding (including All Grants)

      B. REVIEW AND REVISE. Contractors may modify their submittal electronically via the City's electronic bidding system at any time prior to the scheduled due date and time for submission. In order to revise, the Contractor must navigate to their submitted response via the City's electronic bidding system and then click "Unsubmit Response." At this point, Contractor's response is no longer submitted. Contractor should make the changes required and promptly re-submit its response before the submission date and time.

      C. WITHDRAW.  Contractors may withdraw their submittal electronically via the Portal at any time prior to the scheduled due date and time for submission. In order to withdraw, the Contractor must navigate to their submitted proposal via the City's electronic bidding system and then click "Unsubmit Response". In the event a Contractor desires to withdraw its response after the closing date and time, the Contractor must submit a request in writing to the Issuing Officer.

       



    • Method of Award

      Award of this Contract will be made to the lowest‑priced, Responsive, and Responsible Bidder in the aggregate who meets all required specifications and with whom the City has reached agreement on all Contract terms and conditions.

      The City will determine the Bidder for award by totaling the extended pricing for all line items. If a Bidder fails to submit pricing for all line items in the Solicitation, its Bid may be deemed non‑Responsive.

      For this solicitation, the City currently anticipates that it may be awarded federal funding for the project, however, it is not yet certain. Therefore, the City desires to obtain pricing for each option - (1) if it receives federal funding; (2) if it does not receive federal funding. Therefore, in Section 7 - Cost Table, there are two identical Cost Tables. For the first, Bidders should submit their bids for pricing that will comply with all federal requirements, including, but not limited to, BABA and Davis-Bacon. For the second, Bidders should submit their bids for pricing that does not need to comply with federal requirements. The City shall perform and evaluation of each Cost Table, and once it has determined under which option it will proceed, it will award accordingly. 

    • Contractor's General Information

      Each Contractor must complete all the requested information in the Contractor’s General Information Worksheet in Section 12 - "Vendor Submission Requirements and Attestations Section."

    • Unit Price Inclusions and Adjustments

      All Unit Prices shall include costs for furnishing to the City all materials, equipment, and supplies for all costs incurred in completing the work as specified herein, including installation of all materials, equipment and supplies furnished, complete in place and ready for continued service, all other labor, permit fees, taxes, insurance, miscellaneous costs, overhead and profit.

      Unit prices shall be used to adjust the overall cost of the associated item and the Grand Total Amount based on actual field measured quantities placed or work performed, as confirmed by the consultant.

    • Workers’ Compensation Insurance & Employer’s Liability

      The Proposer shall agree to procure and maintain Workers' Compensation Insurance & Employers' Liability in accordance with Section 440, Florida Statutes. Employers’ Liability must include limits of at least $100,000.00 each accident, $100,000.00 each disease/ employee, and $500,000.00 each disease/maximum. A Waiver of Subrogation endorsement must be provided. Coverage shall apply on a primary basis. Should scope of work performed by Proposer qualify its employee(s) for benefits under Federal Workers’ Compensation Statute (for example, U.S. Longshore & Harbor Workers Act or Merchant Marine Act), proof of appropriate Federal Act coverage must be provided.

    • Commercial General Liability Insurance

      The Proposer shall agree to procure and maintain Commercial General Liability insurance, issued under an Occurrence form basis, including Contractual liability, to cover the hold harmless agreement set forth herein, with limits of not less than:

      Each occurrence$1,000,000
      Personal/advertising injury$1,000,000
      Products/completed operations aggregate$2,000,000
      General aggregate$2,000,000
      Fire damage$100,000 any 1 fire
      Medical expense$10,000 any 1 person

       

    • Payment and Performance Bonds

      By responding to this solicitation, the Contractor understands and agrees to the following:

      1. The Contractor shall furnish an acceptable recorded Performance and Payment Bond complying with the statutory requirements set forth in section 255.05, Florida Statutes, and 2 CFR 200.326 in the amount equal to one hundred percent (100%) of the Contract price. Additionally, upon any Contract price increase, Contractor shall obtain a bond rider to ensure that the Performance and Payment Bond never drops below 100% of the Contract Price. For clarity, this means that if there is any amendment, change order, purchase order, or any other approval for additional funds under the Contract, Contractor shall obtain a bond rider covering 100% of the increase. The bond shall be issued by a Corporate Surety authorized to do business with the State of Florida. The performance bond/letter of credit must be submitted to the City within ten (10) calendar days of the date the Contract is approved by City Council or the City Manager (if within his or her threshold), but in any event, prior to the beginning of any Contract performance by the awarded Contractor. The Performance and Payment Bond shall remain in full force and effect a minimum of one (1) year after the work has been completed and final acceptance of the work is issued by the City.
      2. Should the Surety become irresponsible during the time the Contract is in force, the City may require additional and sufficient sureties and the Contractor shall furnish same to the satisfaction of the City within ten (10) calendar days after written notice to do so. In default thereof, the Contractor may be suspended as herein provided.
    • Cost Structure and Additional Instructions

      The City’s intent is to structure the cost format in order to facilitate comparison among all Contractors and foster competition to obtain the best market pricing.  Consequently, the City requires that each Contractor's cost be structured as directed in the IFB.  Additional and/or alternative cost structures will not be considered. Each Contractor is cautioned that failure to comply with the instructions listed below, submission of an incomplete offer, or submission of an offer in a different format than the one requested, may result in the rejection of the Contractor's response.

      Enter all information directly into the Cost Table.  Enter numbers on each cost sheet in “number” (two-place decimal), not “currency” or other format, unless otherwise stated.  That is, omit dollar signs, commas, and any other non-essential symbols (e.g., $7.90 should be entered as 7.90). Prices must be in US Dollars.  Enter “n/a” to indicate not available or “0” if there is no charge. Cells left blank will be interpreted as “no offer.”

      Complete the Cost Table, save and submit in the response section. 

    • Best Value Analysis - See City Code of Ordinances, Section 35.12.

      The following criteria will be used to select the bid that will provide the best value to the City:

      • Skill, workmanship, experience, and past performance demonstrated by the bidder or proposer in performing the same type of work or services as those sought by the City, or the experience, expertise and quality of services demonstrated by the bidder or proposer for professional, consulting and other services;
      • Ability to meet the minimum qualifications or requirements of the solicitation;
      • Adherence to specifications, design, or the approach to the project or study, as applicable;
      • The Bidder's capacity to perform in terms of personnel, equipment, facilities, licensing, and ability to meet time requirements and schedules; 
      • The Bidder's capacity to perform in terms of financial viability, ability to provide required insurance and business tax receipts, and bonding capacity, if applicable; 
      • Prices, costs, or rates in relation to the goods, supplies, materials, equipment or services sought to be procured, except as provided by Consultant's Competitive Negotiation Act (CCNA), as applicable. Lowest price is not the sole determining factor of best value; 
      • Life cycle costs of the goods, supplies, materials, equipment or services to be procured; 
      • Any other factor specific to the particular solicitation that is specifically described in the procurement solicitation document; 
      • City Code of Ordinances, Section 35.14, Local Preference in Purchasing or Contracting;
      • The total cost of ownership of the products or services and their impact on the City's budget in future years.

      The element of price is but one of the criteria elements. When considering a proposal, the City will: 

      • Evaluate the pricing offered by the Bidder; consider lifecycle costing, depreciation, and service contracts. 
      • Determine what proposal provides the best value to the City. 

      Value Added: The amount or dollar value of a service that the Bidder may be able to provide the City: 

      • Value added may be an actual amount given to the City as a signing bonus. 
      • Value added may be equipment or services given to the City. In this case, the value will be determined by the City for the goods or services, not the Bidder. 

      Any prior conviction for bribery, theft, forgery, embezzlement, falsification, or destruction of records, antitrust violations, honest services fraud or other offenses indicating a lack of business integrity or honesty; or any prior violation of the City’s ethical standards may be considered when determining best value and may result in a Contractor not being awarded the project.

    • Mandatory Requirements

      As noted in the preceding section, this IFB contains mandatory requirements (e.g. product specifications, service or quality levels, staff requirements, experience or license requirements, etc.) which must be met by the Contractor in order to be considered Responsive, and, therefore, eligible for Contract award. These mandatory requirements will be defined in one or more of the following ways:

      1. Requirements in this IFB document.

      2. Requirements contained in any attachment to the Sourcing Event, including any Mandatory Forms, Electronic Acknowledgements, and Cost Table.

      3. Copy of Current Insurance Certificate, Licenses, required Certifications, etc.

      A Pass/Fail evaluation will be utilized for all mandatory requirements. Please review the Sourcing Event and its attachments carefully and respond as directed.

      Some requirements may require a "Yes" or "No" response. Ordinarily, to be considered Responsive, Responsible, and eligible for award, all requirements identified as mandatory must be marked "Yes" to pass. There may be rare instances in which a response of "NO" is the correct and logical response in order to meet the mandatory requirements (e.g., responding "NO" that the Contractor does not possess any conflicts of interest). Otherwise, any mandatory questions marked "NO" will fail the technical requirements and will result in disqualification of the Contractor's response, except as otherwise provided in Section 9 - "Evaluation and Award," of this IFB. Please note some requirements may require the Contractor to provide product sheets or other technical materials.

      It is strongly encouraged that all Contractors review all documents that are electronically attached to this IFB. Reviewing the documentation ensured that Contractors understand the full scope of the City's request.

    • Overview of the IFB Process

      The objective of the IFB is to select one (1) or more qualified Contractor (as defined by Section 1 – “Purpose of Procurement”) to provide the goods and/or services outlined in this IFB to the City.  This IFB process will be conducted to gather and evaluate responses from Contractors for potential award. All qualified Contractors are invited to participate by submitting responses, as further defined below. After evaluating all Contractor’s responses received prior to the closing date of this IFB and resolution of any Contract exceptions, the preliminary results of the IFB process will be publicly announced, including the names of all participating Contractors and the evaluation results.  Subject to the protest process, final Contract award(s) will be publicly announced thereafter.

      NOTE TO CONTRACTORS:  The general instructions and provisions of this document have been drafted with the expectation that the City may desire to make one award or multiple awards.  For example, this document contains phrases such as “contract(s)” and “award(s)”.  Please refer to Section 1 – “Purpose of Procurement” and Section 9 – “Evaluation and Award,” for information concerning the number of Contract awards expected.

    • Additional Insured

      An Additional Insured endorsement must be attached to the certificate of insurance (should be CG2026) under the General Liability policy. Coverage is to be written on an occurrence form basis and shall apply as primary and non-contributory. Defense costs are to be in addition to the limit of liability. A waiver of subrogation is to be provided in favor of the City.  Coverage shall extend to independent consultants and fellow employees. Contractual Liability is to be included. Coverage is to include a cross liability or severability of interests provision as provided under the standard ISO form separation of insurers clause.

      Except as to Workers' Compensation and Employers' Liability insurance, Certificates of Insurance and policies shall clearly state that coverage required by the Contract has been endorsed to include the City of Port St. Lucie, a municipality of the State of Florida, its officers, agents and employees as Additional Insured for Commercial General Liability and Business Auto Liability policies.  The name for the Additional Insured endorsement issued by the insurer shall read: "City of Port St. Lucie, a municipality of the State of Florida, its officers, employees and agents shall be listed as additional insured and include Contract# 20260152 - Rangeline Water Treatment Plant Class I Injection Well System. Copies of the Additional Insured endorsements shall be attached to the Certificate of Insurance. The policies shall be specifically endorsed to provide thirty (30) days written notice to the City prior to any adverse changes, cancellation, or non-renewal of coverage thereunder. Formal written notice shall be sent to City of Port St. Lucie, 121 SW Port St. Lucie Blvd., Port St. Lucie, FL 34984, Attn:  Procurement.  In the event that the statutory liability of the City is amended during the term of this Contract to exceed the above limits, the Contractor shall be required, upon thirty (30) days written notice by the City, to provide coverage at least equal to the amended statutory limit of liability of the City.  Copies of the Additional Insured endorsement shall be attached to the Certificate of Insurance. 

    • Evaluating Bid Factors

      If the Contractor’s response passes the Administrative/Preliminary Review, the Contractor’s responses to Section 6 - “IFB Bid Factors,” will be evaluated. Responses to mandatory requirements will be evaluated on a pass/fail basis.  If a response fails to meet a mandatory requirement, the City will determine if the deviation is Material. A Material Deviation will be cause for rejection of the response. An Immaterial Deviation will be processed as if no deviation had occurred.

    • Security Deposit

      The Proposer must pay a cash security deposit or provide an irrevocable letter of credit in the amount of not less than five percent (5%) of the total contract award. The cash security deposit or irrevocable letter of credit shall be returned to the Contractor upon faithful performance and completion of this agreed upon contract. However, should Contractor fail to meet the terms and conditions for which the cash security deposit or irrevocable letter of credit are intended to secure, then the City shall be entitled to demand payment from the lending institution or shall be entitled to retain all, or such portion of the cash security deposit as is required to meet the obligations of the contract.

    • Schedule of Events

      The Schedule of Events set out herein represents the City’s best estimate of the schedule that will be followed. However, delays to the procurement process may occur, which may necessitate adjustments to the proposed schedule.  If a component of this schedule, such as the close date, is delayed, the rest of the schedule may be shifted as appropriate. Any changes to the dates up to the closing date of the IFB will be publicly posted prior to the closing date of this IFB. After the close of the IFB, the City reserves the right to adjust the remainder of the proposed dates, including the dates for evaluation, negotiations, award, and the Contract term, on an as-needed basis, with or without notice.

      Release of IFB:March 10, 2026
      Pre-Proposal Meeting (Non-Mandatory):March 23, 2026, 10:00am

      Location: 11650 Range Line Road, Port St. Lucie, Florida 34986.

      Important: For the pre-bid meeting, bidders are advised to bring a hard copy of the solicitation, as the city will not provide copies at the meeting.

      Following the pre-bid meeting, a site visit (walk-through) will be conducted. This will give bidders the opportunity to review existing conditions that may affect the delivery of goods and/or services, including factors related to equipment, materials, and labor.

      **Attendance at the pre-bid meeting and site visit is strongly recommended**

      Question Submission Deadline:April 3, 2026, 3:00pm
      Question Response Deadline:April 7, 2026, 4:00pm
      Response Submission Deadline:April 20, 2026, 3:30pm

      Microsoft Teams meeting
      https://teams.microsoft.com/meet/23342678594860?p=5d7xB9S0gL5zRg9Gum

      Meeting ID: 233 426 785 948 60
      Passcode: jh3T8EG7

      Dial in by phone
      +1 561-437-3554,
      Phone conference ID: 947 412 834#

       

      The City reserves the right to proceed to award without further discussions after receipt of the initial proposals, in which case, evaluation committee reviews, negotiations, and proposal revisions may not be required.

    • Payment by City's Visa Card Program

      The City currently utilizes the State of Florida Visa Program. The awarded Contractor can take advantage of this program and in consideration, may receive payment within several days instead of NET 30 terms. Any percentage off the quoted bid price for the acceptance of payment by Visa will be taken into the account for consideration of the best value to the City. If no percentage is provided in the cost proposal, the City shall assume a zero (0) percent discount applies.

    • Official Issuing Officer (Procuring Agent)

      Max Previlon, Procurement Contracting Officer III

      772-871-5224

      mprevilon@cityofpsl.com

    • Evaluating Cost

      The City may utilize lowest cost, lowest total cost, and total cost of ownership (TCO) or greatest savings to determine the most competitive pricing. The cost proposal may be scored on an overall basis or at the category/subcategory/line level (as applicable) relative to other responses/bids.  

    • Business Automobile Liability Insurance

      The Proposer shall agree to maintain Business Automobile Liability at a limit of liability not less than $1,000,000.00 each accident covering any auto, owned, non-owned and hired automobiles. In the event the Proposer does not own any automobiles, the Business Auto Liability requirement shall be amended allowing the Proposer to agree to maintain only Hired & Non-Owned Auto Liability. This amended requirement may be satisfied by way of endorsement to the Commercial General Liability, or separate Business Auto Coverage form. Certificate holder must be listed as additional insured. A waiver of subrogation shall be provided. Coverage shall apply on a primary and non-contributory basis.

    • Permits

      The selected Contractor shall be responsible for obtaining all permits, licenses, certifications, etc., required by federal, state, county, and municipal laws, regulations, codes, and ordinances for the performance of the work required in these specifications and to conform to the requirements of said legislation. Permit fees can be found on the City’s Building Department Website. All permit fees shall be included in the Contract amount and paid by the successful Contractor(s).

    • City’s Reserved Rights and Contractual Discretion

      The City reserves the right to: (a) waive minor irregularities, variances, or non‑material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from Proposers; (d) request resubmissions from all Proposers; and (e) take any other action as permitted by law. The City also reserves the right to obtain similar and/or additional services from other companies if deemed necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect for all terms, agreements, and conditions without penalty or diminution of ongoing services.

      Proposer acknowledges and agrees that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement, and further agrees that the City may, at any time, secure similar or identical services from other providers.

    • Definition of Terms

      Please review the following terms:

      - Contractor(s) – companies desiring to do business with the City (Also called “Bidder,” “Proposer,” "Vendor," or “Offeror.”)

      - City of Port St. Lucie (“City”) – the governmental entity identified in “Purpose of Procurement,” of this IFB.

      - Immaterial Deviation – does not give the Contractor a substantial advantage over other Contractors.

      - Material Deviation – gives the Contractor a substantial advantage over other Contractors and thereby restricts or prevents competition.

      - Procurement Management Division (“PMD”) – the City department that is responsible for the review and possible sourcing of all publicly sourced solicitations.

      - Responsible – means the Contractor, whether a company or an individual, has appropriate legal authority to do business in the City, a satisfactory record of integrity, appropriate financial, organizational, and operational capacity and controls, and acceptable performance on previous governmental and/or private contracts, if any.

      - Responsive – means the Contractor whether a company or an individual, has submitted a timely offer which materially conforms to the requirements and specifications of the solicitation.

      - Sourcing Platform/Electronic Bidding System – OpenGov.

      Any special terms or words which are not identified in this IFB may be identified separately in one or more attachments to the IFB.

    • Payment

      To ensure proper payment the awarded Contractor must comply with the following:

      1. The City shall have not less than thirty (30) days to pay for any products and/or services.

      2. Invoices must clearly show the description of products and/or services to include the number of each product or line item fulfilled.

      3. All invoices must reference the Contract Number as established by the City.

      4. Under no circumstance, will interest of any kind be required as payment to the Awarded Contractor.

      5. All charges, e.g., set up costs, must be included in the cost proposal. No charges will be allowed unless specified in the IFB and agreed upon by the City.

      6. Any discrepancies noted by the City must be corrected by the Awarded Contractor within forty-eight (48) hours.

      7. The payment amount due on invoices shall not be altered by the City personnel. Once disputed items are resolved, the Awarded Contractor must submit an amended invoice, or a credit memorandum for the disputed amount.

      8. The City will not make partial payments on an invoice where there is a dispute, except as required by law.

      9. The City will only make payments on authorized transactions.

      10. All invoices must be sent to: The Project Manager.

       
    • Installation Floater Insurance

      Contractor shall purchase and maintain Installation Floater insurance in an amount equal to 100% of the completed value of the project (contractor´s labor, equipment, materials, or fixtures to be installed, in-transit, or stored off-site during the performance of the contract) including any amendments thereto (without coinsurance). The Installation Floater shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or destroyed during the performance of the work, including during transit, installation, and testing at the work site. Coverage shall be written on an all risk, replacement cost basis and shall include coverage for fire, lightening, windstorm/and hail, theft, flood and earth movement as well as coverage for losses that may occur during equipment testing. The policy shall include coverage for pollutant cleanup, debris removal, demolition, water damage, backup of sewer and drains, installation/testing of traffic signals and signs. Policy shall be maintained until whichever of the following shall first occur: (1) final payment has been made; or, (2) until no person or entity, other than the City of Port St. Lucie, has an insurable interest in the property required to be covered. Policy shall be endorsed such that the insurance shall not be canceled or lapse because of any partial use or occupancy by the City of Port St. Lucie. The Installation Floater shall provide coverage from the time the equipment/material becomes the responsibility of the Contractor and shall continue without interruption during the installation, including any time during which the equipment/material is being transported to the installation site, or awaiting installation, whether on or off site. Contractor is responsible for the payment of all deductibles under the Installation Floater policy. The Installation Floater coverage shall include a waiver of subrogation rights endorsement in favor of the City. The “ALL RISK” Installation Floater Insurance must also cover soft costs, including additional advertising/promotional, additional license and permit fees, additional legal/accounting fees, insurance premiums including installation floater, and architects’ and engineers’ fees that may be necessary to provide plans and specifications and supervision of work for the repair and/or replacement of property damage caused by a covered peril. This policy must include insurance for the City of Port St. Lucie, Contractor, Subcontractors, Architect/Engineer, and Consultants for their interest in covered property. The City’s policy will not provide coverage related to this project. The Contractor has the right to purchase coverage or self-insured any exposures not required by these specifications, but shall be held liable for all losses, deductibles, self-insurance for coverages not required. The Contractor is responsible for all deductibles including those for windstorms.

    • Pollution Insurance

      Contractor shall procure and agree to maintain in full force during the term of this Contract, Contractors Pollution Liability Insurance in limits not less than $1,000,000 per occurrence and $2,000,000 aggregate, for any operations relating to the construction, handling, storage, and transportation of hazardous materials and/or waste. Contractors Pollution should be in force for no less than the entire term of the project and two years extended Completed Operations. The City of Port St. Lucie shall be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.

    • Additional Information

      Please access and review all the attachments provided by the City within the Project.  If supplemental materials are requested by the City to be submitted by the Contractor as part of the technical proposal, the Contractor should upload these additional materials as directed by the City.

    • Local Preference in Purchasing or Contracting (City Code of Ordinances, Section 35.14)

      Except where otherwise provided by federal or state law, other funding source restrictions, or as otherwise set forth in the purchasing policy, the City shall give preference to local businesses in the following manner:

      1. In purchasing of, or letting of contracts for procurement of, personal property, materials, contractual services, and construction of improvements to real property or existing structures for which a request    

      for proposals is developed with evaluation criteria, a local preference of the total score may be assigned as follows:

        1. Local Businesses which meet all the criteria for a Local Business as set forth in this section (City Code of Ordinances, Section 35.14), shall be given a preference in the amount of five percent (5%) of the total score of the Local Business.

        2. The City Procurement Management Division shall have the sole discretion to determine if a Contractor meets the definition of a "Local Business."

      2. Limitations

        1. The provisions of this section shall apply only to procurements which are above the formal bid threshold as set forth in the City Code and the City of Port St. Lucie Procurement Manual. 

        2. The provisions of this section shall not apply where prohibited by Federal or Florida law or where prohibited under the conditions of any grant. 

        3. The provisions of this ordinance shall not apply to any purchase exempted from the provisions of the City of Port St. Lucie Procurement Manual.  

        4. The provisions of this ordinance shall not apply to contracts made under the Consultants Competitive Negotiation Act (CCNA), Section 287.55, Florida Statutes.

        5. The provisions of this section shall not apply to any procurement where the local nature of a business has been addressed through the scoring criteria.

      * Please review City Code of Ordinances, Section 35.14, for the full governing ordinance.

      **Local Preference shall only be used to evaluate bids under the option without federal funding.

    • Waiver of Subrogation

      By entering into this Contract, the Proposer agrees to a Waiver of Subrogation for each required policy. When required by the insurer, or should a policy condition not permit an Insured to enter into a pre-loss Contract to waive subrogation without an endorsement then the Vendor shall agree to notify the insurer and request the policy be endorsed with a Waiver of Transfer of Rights of Recovery Against Others, or its equivalent. This Waiver of Subrogation requirement shall not apply to any policy where a condition to the policy specifically prohibits such an endorsement, or voids coverage should Proposer enter into such a Contract on a pre-loss basis.

    • Selection and Award - Single Preferred but Split -Award Possible

      The City reserves the right to: (a) waive minor irregularities, variances, or non-material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from all Contractors; (d) request resubmissions from all Contractors; (e) award in whole, in part; or by line item; and (f) take any other action as permitted by law. The City reserves the right to provide for similar and/or additional services from other companies if the City so deems necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect as for to all terms, agreements, and conditions without penalty or diminution of ongoing services to the City as contained therein. Proposer agrees and understands that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services, or award more than one Contract under this solicitation, at its sole option.

      Single Preferred but Split Award

      The primary intent of this IFB is to identify a single source (Responsive and Responsible Contractor with the best value as evaluated in Section - "Evaluating Bid Factors") to provide all the needed goods and/or services; however, the City reserves the right to make split awards.

    • Contract Term

      The Initial term of the contract(s) is for two and one-half (2.5) calendar years from the execution date.

      In the event that the Contract(s), if any, resulting from the award of this IFB shall terminate or be likely to terminate prior to the making of an award for a new Contract for the identified products and/or services, the City may, with the written consent of the awarded Contractor(s), extend the Contract(s) for such period of time as may be necessary to permit the City’s continued supply of the identified products and/or services.  The Contract(s) may be amended in writing from time to time by mutual consent of the parties.  Unless this IFB states otherwise, the resulting award of the Contract(s) does not guarantee volume or a commitment of funds.

      1.6.1 Hours of Service

      The standard hours of work allowed in the City’s rights-of-way are from 7:00 a.m. to sundown Monday through Friday.  Any work performed by the Contractor outside of the aforementioned time limit requires special authorization by the City and requires that the Contractor obtain a noise permit from the Port St. Lucie Police Department (PSLPD).  All equipment operated at night shall comply with the noise levels established by the City of Port St. Lucie noise ordinance.  Any additional costs associated with work outside of the hours of work allowed shall be borne by the Contractor.  This shall include, but is not limited to, costs of inspection, testing, police assistance, and construction administration.

      All night, Saturday, Sunday, and/or Holiday work must be authorized by the City and requires that the Contractor obtain a noise permit from the PSLPD.  All night work within the City’s rights-of-way requires a minimum forty-eight (48) hour prior notice to the City.  This clause shall not pertain to crews organized to perform maintenance work on equipment or to operate and maintain special equipment such as dewatering pumps, which may be required to work twenty-four (24) hours per day.     

    • Deductibles

      All deductible amounts shall be paid for and be the responsibility of the Proposer for any and all claims under this Contract. Where an SIR or deductible exceeds $5,000, the City reserves the right, but is not obligated, to review and request a copy of the bidder’s most recent annual report or audited financial statement.

    • Selection and Award- Primary/Secondary Award

      The City reserves the right to: (a) waive minor irregularities, variances, or non-material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from all Contractors; (d) request resubmissions from all Contractors; (e) award in whole, in part; or by line item; and (f) take any other action as permitted by law. The City reserves the right to provide for similar and/or additional services from other companies if the City so deems necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect as for to all terms, agreements, and conditions without penalty or diminution of ongoing services to the City as contained therein. Proposer agrees and understands that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services, or award more than one Contract under this solicitation, at its sole option.

      Primary/Secondary Award

      The primary intent of this IFB is to identify a single source (Responsible and Responsive Contractor with the best value as evaluated in Section - "Evaluating Bid Factors") to provide all of the needed goods and/or services; however, the City reserves the right to make an additional Contract award to the next best ranked Contractor as a secondary (back-up) source of supply.

    • Selection and Award- Multi-Award

      The City reserves the right to: (a) waive minor irregularities, variances, or non-material defects in a response; (b) reject any and all responses, in whole or in part; (c) request clarifications from all Contractors; (d) request resubmissions from all Contractors; (e) award in whole, in part; or by line item; and (f) take any other action as permitted by law. The City reserves the right to provide for similar and/or additional services from other companies if the City so deems necessary. If the City elects to exercise this right, the Contract awarded under this solicitation shall remain in effect as for to all terms, agreements, and conditions without penalty or diminution of ongoing services to the City as contained therein. Proposer agrees and understands that any Contract awarded pursuant to this solicitation shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services, or award more than one Contract under this solicitation, at its sole option.

      Single or Multiple Award

      Any Contract award(s) resulting from the IFB will be made to the Responsive and Responsible Contractor(s) that exhibit the best value as evaluated in Section 6 - "Evaluating Bid Factors," that meet all required specifications, and with whom the City has reached agreement on all Contract terms and conditions. The City reserves the right to select one or more Contractors for award and to award all items to one or more Contractors, individual line items to one or more Contractors, or subcategories of product/services to one or more Contractors, when to do so is in the best interests of the City.

    • Compliance

      It shall be the responsibility of the Proposer to ensure that all independent contractors and/or subcontractors comply with the same insurance requirements referenced herein.  It shall be the responsibility of the Proposer to obtain Certificates of Insurance from all independent contractors and subcontractors listing the City as an Additional Insured without the language “when required by written contract”.  If the Proposer, independent contractor and/or subconsultant maintain higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Proposer/independent contractor/subcontractor.

      The Proposer may satisfy the minimum limits required above for either Commercial General Liability, Business Auto Liability, and Employers’ Liability coverage under Umbrella or Excess Liability.  The Umbrella or Excess Liability shall have an Aggregate limit not less than the highest "Each Occurrence" limit for either Commercial General Liability, Business Auto Liability, or Employers’ Liability.  When required by the insurer, or when Umbrella or Excess Liability is written on Non-Follow Form, the City shall be endorsed as an "Additional Insured."

      The City by and through its Risk Management Department reserves the right, but is not obligated, to review, modify, reject or accept any required policies of insurance, including limits, coverages or endorsements, herein from time to time throughout the term of this Contract. All insurance carriers must have an AM Best rating of at least A:VII or better.

      A failure on the part of the Proposer to execute the contract and/or punctually deliver the required insurance certificates and other documentation may be cause for annulment of the award.

    • Builder's Risk Insurance

      Proposer shall purchase and maintain Builder's Risk insurance in an amount equal to 100% of the completed value of the project including any amendments thereto (without coinsurance). Proposer’s policy shall be written on an “ALL Risk” Builders Risk form that shall cover physical loss or damage to the Work, temporary buildings, construction forms and scaffolding, materials, and equipment in transit or in storage/at temporary locations, and should extend coverage to foundations, excavations, and other underground property. Coverage shall insure against at least the following perils or causes of loss: fire; lightning; windstorm/and hail; theft (including theft of materials, whether or not attached to any structure); vandalism and malicious mischief; flood; earthquake; collapse; and such other perils or causes of loss as may be specifically required. The policy shall include coverage for pollutant cleanup, debris removal, demolition and increased cost of construction, water damage, backup of sewers and drains, testing and startup of building systems (including hot testing), and mold & fungus remediation. The Builders Risk coverage shall include a waiver of subrogation rights endorsement in favor of the City.

      The “ALL RISK” Builder’s Risk Insurance must also cover: soft costs, including additional advertising/promotional; additional license and permit fees; additional legal/accounting fees; insurance premiums, including builder’s risk; and architects’ and engineers’ fees that may be necessary to provide plans and specifications and supervision of work for the repair and/or replacement of property damage caused by a covered peril.

      This policy must include insurance for the City of Port St. Lucie, Proposer, Subcontractors, Architect/Engineer, and Consultants for their interest in covered property. The City’s policy will not provide coverage related to this project.

      Proposer has the right to purchase coverage or self-insure any exposures not required by these specifications, but shall be held liable for all losses, deductibles, and self-insurance for coverages not required.

      Proposer is responsible for all deductibles. including those for windstorms.

    • Crime Insurance

      Proposer shall procure and agree to maintain Crime Insurance in limits not less $1,000,000 per loss for employee theft, theft of monies and securities, forgery or alteration, and funds transfer fraud. The City of Port St. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.

      Employee Theft-Per Loss Coverage: $1,000,000

      Forgery or Alteration: $1,000,000

      Money & Securities-Inside: $ 100,000

      Robbery, Safe Burglary of other Property-Inside: $ 100,000

      Computer Fraud: $1,000,000

      Funds Transfer Fraud: $1,000,000

      Money Orders & Counterfeit Paper Currency: $1,000,000

    • Cyber Liability Insurance

      Proposer shall agree to maintain Cyber Liability in limits not less $1,000,000 Per Occurrence for direct loss, legal liability, and consequential loss resulting from cyber security breaches.  Coverage to include coverage for Privacy & Security Liability, Security Breach Response / Customer Breach Notice Expense, Cyber Extortion and Electronic Media Liability.  The City of Port St. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.

    • Site Visits, Samples, and Oral Presentations

      The City reserves the right to conduct site visits, request product/work samples, or to invite Contractors to present their product(s) and or service solutions to the evaluation team. Unless prohibited by federal, state, county, or local laws and/or ordinances, all Contractor requested presentations shall be performed in an in-person meeting. An oral presentation or product demonstration is not a negotiation and Contractors are not permitted to revise their responses as part of the presentation and/or demonstration.  Samples of items, when required, must be furnished free of expense and, if not destroyed, will upon request, be returned at the Contractor’s expense. Request for the return of samples must be made within thirty (30) days following opening of bids. Each individual sample must be labeled with Contractor’s name, bid number, and item number. Failure of Contractor to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. Unless otherwise indicated, samples should be delivered to the Procurement Management Division.

    • Public Award Announcement

      The preliminary results of the evaluation will be announced through the public posting of a Notice of Intent to Award (“NOIA”) on the Electronic Bidding System. The NOIA is not notice of an actual Contract award; instead, the NOIA is notice of the City’s expected Contract award(s) pending resolution of the protest process period, pursuant to City Code of Ordinances, Section 35.15, and final approval by the City Council at a publicly noticed meeting. The NOIA (if any) will identify the apparent successful Contractor(s) and unsuccessful Contractor(s). NO CONTRACTOR SHOULD ASSUME PERSONAL NOTICE OF THE NOIA WILL BE PROVIDED BY THE CITY. INSTEAD, ALL CONTRACTORS SHOULD FREQUENTLY CHECK THE ELECTRONIC BIDDING SYSTEM FOR NOTICE OF THE NOIA. 

    • Dram Shop Liability Insurance

      Proposer shall maintain and prior to commencement of this Contract, provide the City with evidence to cover Dram Shop Liability for the serving and selling of intoxicating beverages with limits of $1,000,000 per occurrence. City shall be listed as an Additional insured. Waiver of Subrogation is NOT required for this Contract.

    • Garage Keepers’ Liability Insurance

      Proposer shall agree to maintain Garage Keepers’ Liability Insurance at a limit of liability not less than $2,000,000 per location.  The City of Port St. Lucie must be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.

    • Garage Liability Insurance

      Proposer shall agree to maintain Garage Liability Insurance at a limit of liability not less than $1,000,000 per location. The City of Port St. Lucie must be listed as an additional insured.  A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.

    • Pollution Insurance

      Contractor shall procure and agree to maintain in full force during the term of this Contract, Contractors Pollution Liability Insurance in limits not less than $1,000,000 per occurrence and $2,000,000 aggregate, for any operations relating to the construction, handling, storage, and transportation of hazardous materials and/or waste. Contractors Pollution should be in force for no less than the entire term of the project and two years extended Completed Operations. The City of Port St. Lucie shall be listed as an additional insured. A waiver of subrogation shall be provided in favor of the City. Coverage shall apply on a primary and non-contributory basis.

    • Professional Liability Insurance

      Proposer shall agree to maintain Professional Liability, or equivalent Errors & Omissions Liability, at a limit of liability not less than $2,000,000 Per Occurrence. When a self-insured retention (SIR) or deductible exceeds $10,000, the City reserves the right, but is not obligated, to review and request a copy of Proposer’s most recent annual report or audited financial statement. For policies written on a “Claims-Made” basis, Proposer warrants that the retroactive date equals or precedes the effective date of this Contract. In the event the policy is canceled, non-renewed, switched to an Occurrence Form, retroactive date advanced, or any other event triggering the right to purchase a Supplemental Extended Reporting Period (SERP) during the life of this Contract, Proposer shall agree to purchase a SERP with a minimum reporting period not less than four (4) years. If policy contains an exclusion for dishonest or criminal acts, defense coverage for the same shall be provided.

    • Property Insurance

      Depending on terms of agreement, this language can vary.  The City could be responsible for the property, or the contractor, lessee, or vendor could be responsible.

    • Requirements for Insurance

      Within ten (10) business days of award, the awarded Proposer must procure the required insurance and provide the City with an executed Certificate of Insurance. Certificates must reference the contract number and the City as the Additional Insured party, as identified herein. The Proposer’s submitted pricing must include the cost of the required insurance. No contract performance shall occur unless and until the required insurance certificates and endorsements are provided.

    Submission Requirements

    • Mandatory Forms
    • Contractor's General Information Worksheet (required)

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

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

      Please download the below documents, complete, and upload.

    • E-Verify Form (required)

      Please download the below documents, complete, and upload.

    • Non-Collusion Affidavit (required)

      Please download the below documents, complete, and upload.

    • Debarment Form (required)

      Please download the below documents, complete, and upload.

    • Lobbying Form (required)

      Please download the below documents, complete, and upload.

    • Trench Safety Act Compliance Statement

      Please download the below documents, complete, and upload.

    • Buy America Certificate of Compliance (required)

      Please download the below documents, complete, and upload.

    • Copy of W-9 (required)
    • Copy of Certificate of Insurance (required)
    • Copy of Licenses or Certifications (required)
    • Copy of Bid Bond (required)
    • Electronic Confirmation
    • Cone of Silence and Communication Document (required)

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

    • Contractor's Code of Ethics (required)

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

      ♦ A Contractor’s bid or proposal will be competitive, consistent and appropriate to the bid documents. 

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

      ♦ Contractor will not disclose the terms of its bids or proposal, directly or indirectly, to any other competing Vendor prior to the bid or proposal closing date. 

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

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

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

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

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

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

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

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

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

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

    • Drug Free Workplace (required)

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

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

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

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

      4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under proposal, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 Florida Statutes or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 

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

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

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

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

    • Vendor Scrutinized Companies List Certification (required)

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

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

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

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

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

    • Compliance with 2 C.F.R. 200.318 through 200.326 (required)

      The Contractor will comply with all applicable federal and state laws and regulations, to include 2 C.F.R. 200.318 through 200.326 as well as Appendix II to 2 C.F.R. Part 200 entitled “Contract Provisions for Non-Federal Entity Contracts Under Federal Awards".

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

      Please select all applicable from the following:

    • Is a bid bond required for this IFB? (required)

      Example: Construction, Service, Commodities. 

    • What is the bid bond amount? (required)
    • Are payment and performance bonds required? (required)

      Example: Construction (F.S. 255.05) OR Other Bid Base Selection Process. 

    • Is a security deposit required? (required)

      Example: Mowing Services

    • Will there be a pricing table? (required)
    • Pricing (required)
    • Is this project federally funded? (required)

    Questions & Answers

    Q (Engineer Budget): Please advise Engineer Budget for project.

    A: The budget for this project is $39,750,000.00.


    Q (Startup & Testing): Technical Specifications Section 16000, 1.12, A, 9 requires furnishing a temporary genset for startup and testing. Does the Owner or Engineer have an approximate timeframe of how long startup and testing is anticipated to take for budgeting purposes?

    A: Please refer to Section 16000 of the Technical Specifications. Start-up timeline shall be sufficient to verify functionality of all local instrumentation and equipment, to the sole satisfaction of the OWNER.


    Q (Question Deadline): We request extending the question deadline to Friday, April 3 at 3pm. There is another DIW bid due the middle of the week and this extension would allow for additional review time for this project. There is no request for an extension to the bid due date associated with this request.

    A: Q&A was extended. Please see addendum #2.


    Q (Cementing): We request changing the Unit of Measure for all cementing line items in the Schedule of Values from LF to CF.

    A: No.


    Q (Sequence): Please confirm if drilling can commence on DZMW-1 or IW-2 while also drilling at IW-1. If yes, please confirm at which point this would be allowed.

    A: Refer to Specification Section 2700 (Well Construction Sequence). Part 3.2.K. requires that the pilot hole in IW-1 be cemented back to within 150 feet or less of the base of the Surface Casing. Part 3.3.G. requires drilling a pilot hole below the Surface Casing in DZMW-1 to 1,900 feet bpl. The pilot hole backplug in IW-1 (Part 3.2.K.) must be complete prior to starting the pilot hole below the Surface Casing in DZMW-1 (Part 3.3.G.). Prior City approval will be required for additional rigs. The Bidder may be approved to mobilize a second drill rig onsite, but the second drill rig must be used to construct DZMW-1. The Bidder may be approved to mobilize a third drill rig onsite to construct the second injection well. Construction of the second injection well may not start prior to starting construction of DZMW-1.


    Q (Grant Funding): Please confirm a decision on whether the project will be using grant funding will be relayed to the Contractor prior to the NTP.

    A: Will not know for certain until June.


    Q (Hours): Please confirm that drilling operations can occur on a 24/7 basis.

    A: Confirmed.


    Q (Discovery Way): During the pre-bid meeting it was mentioned the widening of Discovery Way was expected to be completed by October 2026. Is there any additional information available on this timeline or how it may impact the start of of this project from a site access standpoint (i.e. will the Contractor be able to construct their access road if Discovery Way is not complete)?

    A: The City is working with the Developer to maintain site access at all times. Coordination may be needed during paving.


    Q (Power): Please provide additional information, if available, on how the existing overhead electric in front of the plant will be re-routed during the widening of Discovery Way..

    A: Based on our knowledge, all power on Discovery will be buried.


    Q (Water Supply): Please confirm the contractor will be able to tie in to and use the hydrant at the plant for water during construction activities. Please confirm there will be no charge for the water used.

    A: Yes.


    Key dates

    1. March 10, 2026Published
    2. April 20, 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.