SLED Opportunity · FLORIDA · PINELLAS COUNTY

    Waste to Energy Continuing Professional Engineering Services

    Issued by Pinellas County
    countyRFPPinellas CountySol. 245995
    Closed
    STATUS
    Closed
    due Apr 23, 2026
    PUBLISHED
    Mar 19, 2026
    Posting date
    JURISDICTION
    Pinellas County
    county
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Pinellas County seeks professional engineering services for its Waste to Energy Facility, including operational support, environmental monitoring, and project assistance. The RFP emphasizes qualifications, economic impact, and compliance with submission requirements. Proposals are due April 23, 2026.

    Opportunity details

    Solicitation No.
    245995
    Type / RFx
    RFP
    Status
    open
    Level
    county
    Published Date
    March 19, 2026
    Due Date
    April 23, 2026
    NAICS Code
    541330AI guide
    Jurisdiction
    Pinellas County
    State
    Florida
    Agency
    Pinellas County

    Description

    The Pinellas County Solid Waste department requires professional engineering consultation services for operational and maintenance activities and issues associated with the Pinellas County Waste to Energy Facility including the preparation and review of operating and maintenance reports, conducting facility inspections, and providing project and construction support services.

    Background

    The Pinellas County Solid Waste department (SWD) owns a Waste to Energy Facility (WTE) with a designed waste throughput capacity of 3,000 tons per day and electrical generation capacity of 75 Megawatts. The WTE is operated by a qualified third-party vendor (FCC Environmental). SWD maintains a Solid Waste Master Plan with a vision of Zero Waste to Landfill by 2050 and continued reliable operation of the WTE is a key strategy to help achieve that vision. The services provided under this RFP includes but is not limited to WTE operation monitoring and reporting, environmental emissions monitoring and reporting support, electrical generation support services, project support services related to waste and residue processing and recycling, surveying and mapping support services, and design and construction support services related to WTE operating, processing and electrical generation improvements.

    Project Details

    • Reference ID: 26-0406-REQ
    • Department: SOLID WASTE
    • Department Head: Paul Sacco (Director)

    Important Dates

    • Questions Due: 2026-04-10T19:00:00.000Z

    Evaluation Criteria

    • Qualifications (300 pts)

      A statement describing the Proposer’s qualifications and experience in providing the same or similar services as outlined in the RFP Scope of Work. This description should include the names of the person(s) who will provide the services, including any subcontractors, their qualifications, and the years of experience in performing this type of work/services.

    • Approach (300 pts)

      A separate written narrative describing the methods and/or manner in which the Proposer proposes to satisfy the requirements of the Scope of Work.

    • Statement of Work (250 pts)

      A proposed Statement of Work that enumerates and defines the work/services that Proposer will provide to the County to complete the Scope of Work in this RFP, including each task, deliverable, and/or goods or products comprising the services Proposer will provide, as well as a proposed completion schedule for each task or deliverable, if applicable. The Proposer’s Statement of Work shall be in a form that can be incorporated into the Services Agreement at the County’s option.

    • Compensation (100 pts)

      The proposed compensation to be paid by the County for the services identified in the Statement of Work, including the methodology for determining the compensation. Unless the method of compensating Proposer for the services is otherwise specified in Section B, paragraph 5, Proposer shall specify whether the proposed compensation is based on: (i) a lump sum not-to-exceed amount; (ii) time and materials with a not-to-exceed amount;(iii) milestone payments upon completion of identified tasks or deliverables; (iv) percentage of completion of the services; or (v) any other proposed method of compensation.

    • No Exceptions to RFP (50 pts)

      Proposer is advised that exceptions to any terms and conditions contained in this RFP or the Services Agreement must be stated with specificity in its response to the RFP. The points available under this criterion will be deducted if the Proposer takes exception to any language to this RFP package. Failure to provide exceptions with the submittal shall result in the mandatory acceptance of the agreement as submitted herein by default. Exceptions must be submitted on a separate sheet titled: exceptions.

    • Highest Net Sale Proceeds and/or Income Generated by the Transaction (100 pts)
    • Highest and Best Intended Use(s) of the Property (100 pts)
      1. Preference will be given to proposals that facilitate the types of uses that appear on the targeted industry list as determined by Enterprise Florida. These employment industries have been selected based on their ability to bring additional money into the local economy.\
      2. Preference will be given to proposals that include recreational uses and open space, especially those that address needs identified in the Pinellas County Recreation, Open Space and Culture System Master Plan that are appropriate for this location.
      3. County properties are intended for immediate reuse and not for purchase as investments.
    • Highest Value of Future Tax Payments (100 pts)
      1. The anticipated amount and type (class A office space, production space, residential or hotel units, recreational uses etc.) of major capital investment to be made within 5 years in connection with the project, and the year that each investment will be completed. Preference will be given to proposals with higher values of future tax payments.
      2. Any anticipated capital investment in real and personal property beyond the next five (5) years.
      3. Any anticipated tax revenues generated by new business operations on the property.
    • Highest Number of Jobs Created (100 pts)
      1. Preference will be given to proposals with higher total numbers of permanent net new high-wage Pinellas County jobs that are created as a result of the project. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The number of temporary construction-related jobs that would be created in Pinellas County during the build-out of the site for each year of development.
    • High Wages & Benefits (100 pts)
      1. The anticipated average wage of new jobs created as a result of the project (total wages of new workers, not including benefits, divided by the total number of new jobs) by type of job. Preference will be given to proposals with higher values of future economic impact based on the level of wages. Wage levels of at least 115% of the average annual wage of the county, MSA or state are considered the minimum that would be considered to generate higher levels of future economic impact.
      2. The average wage of temporary construction-related jobs that would be created in Pinellas County as a result of the project (wages of workers, not including benefits, divided by the total number of jobs). Higher wages levels will be given preference.
      3. The benefits package that will likely be offered to employees (insurance, pensions, etc.) by type of job.
    • Expense Reduction (100 pts)
      1. Preference will be given to proposals that reduce or eliminate County expenses as a result of the project.
      2. Preference will be given to proposals that require lower public investment to complete the project. Sufficient information must be provided to clearly identify the public investments required to complete the project.
      3. What other incentives are you seeking from the County in order to propose or complete your project?
    • Other Benefits to the County or Its Citizens (100 pts)
      1. The highest number and type of jobs that might be provided to workers in socio-economically distressed areas such as Enterprise Zones, Historically Underutilized Business (HUB) zones and the like.
      2. Preference will be given to projects that include unique proposals that would enhance the County’s ability to create/retain jobs or would otherwise contribute to an improved local economy (e.g., Research & Development (R&D) facilities, business incubators, Small Business Development Centers).
      3. Preference will be given to projects of unusual quality or stature that would serve as a catalyst to further job creation.
      4. Preference will be given to projects that have high levels of community accessibility especially to recreation and open spaces.
      5. Preference will be given to proposals that include projects that have higher positive impacts to the County’s tourism industry.
      6. If residential uses are included as part of the project, preference will be given to proposals that advance the community housing goals of Pinellas County.
      7. Preference will be given to proposals that include greater amounts of purchases made from other Pinellas County businesses, especially Small Business Enterprises, both during construction and ongoing operations. Preference will be given to firms that make major purchases of raw materials, components, and professional and business services from local suppliers, especially Small Business Enterprises, thereby keeping more money in the local economy.
      8. Preference will be given to projects that advance the redevelopment goals of Pinellas County, especially those identified in Pinellas by Design, an Economic Development and Redevelopment Plan for the Pinellas Community. This would include such planning practices as transit-oriented development, sustainability, low impact development and livable communities.
      9. Any other positive, unique social or civic benefits that would result from the project.
    • Ability of Applicant to Complete Proposed Project (100 pts)
      1. Sufficient information is required to support the company’s ability and financial capacity to attain the development project(s), job creation and capital investment goals described in the proposal. Additional preference will be given to proposals demonstrating the highest capacity.
      2. Sufficient information is required to support the company’s ability to successfully develop environmentally challenged sites. Additional preference will be given to proposals demonstrating the highest ability.
      3. Sufficient information to support the company’s experience with developing closed landfills and the methods proposed to manage the existing closure permit and ongoing maintenance issues related to the landfill.
    • Ability of Firm and its Professional Personnel. Willingness and Ability to Meet Schedule and Budget Based on Current and Projected Workload (425 pts)
      1. Reviews the level of qualifications and experience of the firm and project team and appropriateness of the organization of the project team.
      2. Reviews the professional resources available to properly provide services as requested in the RFP document.
      3. Reviews the project team to ensure the team proposed contains all of the critical disciplines required.
      4. Prime team proposed should have exceptional professional resources to properly provide services.
      5. The project manager and proposed team should be uniquely qualified to provide the desired services.
      6. Evaluates the workload commitments that will impact the firm’s ability to complete services on schedule.
      7. The submittal should demonstrate that the firm has adequate time available and personnel to compete services on schedule and additional backup staffing capability in the event of unforeseen circumstances.
    • Firm Experience with Projects of Similar Size and Past Performance (375 pts)
      1. Reviews the firms experience with projects of similar size, type and scope and the performance on those specific projects.
      2. The prime firm must have adequate, recent (within the past five years) experience with projects of similar type as defined in the RFP document.
      3. Experience pertaining to specific Pinellas County projects may also be considered. Pinellas County staff shall not however furnish references for such projects.
      4. The scope of services provided should represent projects that are similar to those defined in the RFP document.
      5. The overall performance of the firm relative to projects of similar size and scope should be evaluated.
    • Volume of Work Previously Awarded by the County (50 pts)

      Pre-populated by the Purchasing, the purpose of this criterion is to affect an equitable distribution of contracts. This criterion is evaluated based on CCNA Continuing contract value encumbered (Purchase Orders issued) to a firm during the (2) previous completed fiscal years through current to date. The points are worth 5 percent of the overall points available and are distributed as follows:

      $0 - $200,000 – 5% of points available

      $200,001 - $400,000 – 4% of points available

      $400,001 – $600,000 – 3% of points available

      $600,001- $800,000 – 2% of points available

      $800,001 - $1,000,000 – 1% of points available

      Over $1,000,000 – 0% of points available

      Based on a typical 1,000-point evaluation scoring process, a firm deemed to be in the $0-$200,000 category threshold would be allotted 50 points etc.

    • Minority Business Status (25 pts)

      Provides points pre-populated by the Purchasing Department for minority business status as designated by the Florida State Office of Supplier Diversity, Department of Management Services. If the firm, or its sub-contractors, is designated as a minority business by the Florida State Office of Supplier Diversity, Department of Management Services, 2.5% of the total evaluation points are awarded. If the firm does not have minority business status as per the Florida State Office of Supplier Diversity, Department of Management Services, 0% of the points available are awarded.25

    • Pinellas County Small Business Enterprise (SBE) Status (100 pts)
      1. Provides points pre-populated by the Purchasing Department for SBE status as designated by Pinellas County. To qualify, a firm or its sub consultants must be located in one of 4 counties (Pinellas / Hillsborough / Pasco / Manatee) and have annual sales of goods/services not exceeding the maximum 3 year average of 3 million dollars or gross revenues not exceeding 8 million dollars for construction and not exceed a maximum 3 year average of 50 employees.
      2. Prime firm or sub-consultant must directly associate Small Business Enterprise (SBE) and be an integral part as defined by CCNA Florida Statute Section 287.055 and cannot consist of vendors or suppliers from office supply, printing services, etc.
      3. If the prime firm is certified as a Pinellas County SBE, 100 points will be awarded. If the prime firm is not a certified Pinellas County SBE and utilizes 1 certified Pinellas County SBE as sub-consultant, 50 points will be awarded. If the prime firm utilizes more than 1 certified Pinellas County SBE as sub-consultant, 75 points will be awarded. Failure to utilize certified sub-consultants, as presented in your submittal and evaluated accordingly may affect future awards to your company. A prime firm or sub-consultant must be certified through Pinellas County Economic Development as an SBE prior to submission of your proposal document. If the firm nor any of its sub-consultants are not certified as Pinellas County SBE, 0% of the points available will be awarded.
      4. Proposer must provide complete SBE Status Form (Attachment A).
    • Location (25 pts)

    Submission Requirements

    • Proposal Requirements (required)

      Did you read through and confirm that you met all of the proposal requirements?

    • Upload Complete Submittal Here. (required)
    • Please note there are three attachments/affidavits which will have to be completed and signed by the AWARDEE. (required)

      1. Human Trafficking Affidavit

      2. Foreign Countries of Concern Affidavit

      3. Truth in Negotiations

       

    • Proposal (without Cost Proposal) (required)

      Please Upload your COMPLETE Proposal here. Upload fee proposal separately in the next step.

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • Bid Bond (required)

      Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of XXXXXof the total bid price, payable toPinellas County, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement. The bidder shall guarantee the total bid price for a period of 60 days from the date of the bid opening.

      Please scan and upload a copy of your bid bond/cashier's check. Bidder must also MAIL bid guarantee with a postmarked date no later thanThursday, April 23, 2026 addressed to:

      Pinellas County
      Pamela Ulrich
      3095 114th Avenue N
      Clearwater,FL
      33716

      Please have the Bidder Name, Contract Title ("Waste to Energy Continuing Professional Engineering Services"), and Contract Number ("26-0406-REQ") listed clearly on the outside of the envelope.

    • Contract Execution, Payment Bond, Performance Bond, and Certificate(s) of Insurance (required)

      The contract shall be executed by the successful bidder and shall be returned, together with the Payment Bond, Performance Bond and Certificate(s) of Insurance to Pinellas County so that it is received within 14 working daysafter the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty.

    • Bid Bond (required)

      Will this solicitation require a bid bond?

    • Electronic Pricing Table (required)

      Would you like to have bidders respond to an electronic pricing table through ProcureNow?

      Some examples of of when to say "yes":

      1. This is a quote for goods or commodities
      2. This is a public works bid, with a pricing table that can be uploaded into ProcureNow from an excel spreadsheet
      3. Seeking services for hourly rate schedules
    • Separate Fee Proposal Upload (required)

      If you are NOT using the Electronic Pricing Table option, will you want your bidder to separate a Price Proposal from the rest of their Response? You'll want to do this if you open your bids initially WITHOUT showing price, and then come back in after a technical evaluation to unseal pricing later.

    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    Questions & Answers

    Q (Firms Selected): How many firms will be selected for this Continuing Professional Engineering Services.

    A: The number of firms selected will depend on the quality of the responses. The current contract has four firms, but the new number may be different.


    Q (Facility Data): To support a common understanding among all proposers is the procurement department able to provide the most recent (6) months of operating data and the facility punch list?

    A: See attachment (Addendum No. 1) providing operating data from October 2025 through January 2026 plus the final Dec. 2025 punch list. Operating data for February and March of 2026 is not yet available.


    Q (Example Projects Age): Will you accept B. TAB 1 – STANDARD FORM (SF) 330 Section F example projects completed 10 or more years ago? " What is the age limit, and are there point deducts at any specific theshold?

    A: Please provide 10 projects regardless of age. The evaluation committee will determine point scores.


    Q (Shortlist?): Will there be a shortlist and/or oral presentations, and if so, what scoring weight will oral presentations carry?

    A: There will not be oral presentations for this RFQ as it is a Continuing CCNA Contract, but multiple vendors will be chosen.


    Q (Timeline): What is the anticipated timeline for (a) ranking/selection, (b) negotiation(s), and (c) Board approval/award?

    A: The evaluation will take place approximately 2-3 weeks after the RFQ opens and will be posted on the Pinellas County Calendar. Recommendation should take place the following week, with negotiations to follow. No timeline for award at this time.


    Q (Rates): The County reserves the right to re‑negotiate rates during the term. How often does the County expect rate re‑negotiation (annual, upon extension, “as needed”), and what documentation will be required?

    A: This will be discussed in the event of a term extension.


    Q (Onsite Time): What fraction of the total time for the scopes of work is expected to require being onsite to complete, versus work in local or remote offices?

    A: Certain tasks will require significant time onsite to complete the scope of work, those tasks include WTE operations and project monitoring. Because time onsite is task specific it is not possible to provide an accurate total time onsite expectation. A very general estimate would be 50%.


    Q (Scope): What are the top 5 service types you anticipate using most frequently in the first 12–24 months (e.g., operations monitoring, environmental compliance support, design support, CEI, cost estimating, etc.)?

    A: WTE Operations Monitoring, Environmental Support Services, Electrical Project and Support Services, Construction Project Monitoring, and Design Review and Support services.


    Q (Pain Points): What are the current operational / maintenance pain points driving this procurement (e.g., reliability, availability, outages, aging systems, punchlist backlog, reporting gaps)?

    A: The WTE is a 50 year old facility that requires regular maintenance to ensure the system runs reliably. Through continuous contractor performance monitoring and reporting, this contract will help ensure the operator is operating the WTE safely and efficiently and is performing all preventative maintenance and repairs as needed to reach and maintain 90% availability.


    Q (Inventory Scope): For “WTE inventory support and audit services”: What inventory is included (spare parts, chemicals, consumables, ash/residue, tools) and how often are audits expected?

    A: It is anticipated that inventory audits would occur once per year.


    Q (Interfaces for data): Will the consultant be authorized to coordinate directly with the facility operator (FCC Environmental) and receive operating data, reports, and site access, or must all requests route through County staff?

    A: The consultant will be authorized to coordinate directly with the WTE facility operator as needed. The County expects to be included on any communications to the facility operator.


    Q (Communication): Who will be the County’s designated Director/Designee issuing work assignments and approving deliverables? (Role/title is sufficient.)

    A: The Operations Management Section Manager responsible for overseeing the Waste-to-Energy and Landfill operations.


    Q (Capital Improvements): What capital improvements are currently anticipated or funded over the next 1–3 years (system upgrades, turbine/generator, boiler/combustion, air pollution control, ash handling, controls, etc.)?

    A: The Capital Improvement Plan consists of Extended Maintenance Projects including boiler pressure parts replacements, WTE stoker replacement, WTE structural steel replacement and refurbishments, enhanced metals recovery, and WTE process and efficiency improvements.


    Key dates

    1. March 19, 2026Published
    2. April 23, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.