Procurement Portal

CDBG-DR Staff Augmentation
Post Information
- Posted At:
- Mon, Sep 18, 2023 2:58 PM
- Sealed Bid Process:
- Yes (Bids Unsealed / Pricing Unsealed)
- Private Bid:
- No
1. Introduction
1.1. Summary
Volusia County’s Department of Recovery and Resiliency (DRR) is seeking an implementation Contractor capable of executing a complex recovery from the damage Volusia County suffered from Hurricane Ian in September 2022. The recovery is funded by a U.S. Dept. of Housing and Urban Development (“HUD”) Community Development Block Grant for Disaster Recovery (“CDBG-DR”).
DRR seeks one or more Contractors for staff augmentation for any and all services on an as-needed basis to implement the support of the DRR efforts for the recovery of Hurricane Ian, housing repair and replacement, infrastructure, and mitigation .
1.2. Contact Information
Procurement Manager
123 W. Indiana Avenue
Room 302
DeLand, FL 32720
Email: [email protected]
Phone: (386) 626-6625
Department:
Recovery and Resiliency
1.3. Timeline
Purchasing Conference - Room 302
123 W. Indiana Avenue, DeLand, FL 32720
Join on your computer, mobile app or room device
Click here to join the meeting https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZDMzMDc4OWYtNWM5OS00MzYzLWEwMzctMGRkZDFhY2MwMTBk%40thread.v2/0?context=%7b%22Tid%22%3a%22ed785c93-cfd5-4daf-a103-4de951a43b70%22%2c%22Oid%22%3a%220eaf1b6b-1640-4a3c-9196-f05cd5d430db%22%7d
Meeting ID: 215 934 396 727
Passcode: ParoiL
Download Teams | Join on the web
Or call in (audio only)
+1 386-456-3479,,577845118# United States, Daytona Beach
Phone Conference ID: 577 845 118#
Join on your computer, mobile app or room device
https://www.microsoft.com/en-us/microsoft-teams/join-a-meeting
Meeting ID: 213 233 692 064
Passcode: gPYNoU
Or call in (audio only)
+1 386-456-3387,,628672925# United States, Daytona Beach
Phone Conference ID: 628 672 925#
2. Terms and Conditions
2.1. Special Conditions
- RFP Closing Date
Bids must be received through the County's eProcurement Portal before 3:01 pm on Wednesday, October 18, 2023. Bids received after this time will not be considered. - Pre-proposal Conference
- A non-mandatory pre-proposal conference will be held at 10:30 am on Tuesday, September 26, 2023
- Thomas C. Kelly County Administration Building Purchasing Conference - Room 302 123 W. Indiana Avenue, DeLand, FL 32720 Join on your computer, mobile app or room device Click here to join the meeting https://teams.microsoft.com/l/meetup-join/19%3ameeting_ZDMzMDc4OWYtNWM5OS00MzYzLWEwMzctMGRkZDFhY2MwMTBk%40thread.v2/0?context=%7b%22Tid%22%3a%22ed785c93-cfd5-4daf-a103-4de951a43b70%22%2c%22Oid%22%3a%220eaf1b6b-1640-4a3c-9196-f05cd5d430db%22%7d Meeting ID: 215 934 396 727 Passcode: ParoiL Download Teams | Join on the web Or call in (audio only) +1 386-456-3479,,577845118# United States, Daytona Beach Phone Conference ID: 577 845 118#.
- While this is not mandatory, all interested parties are encouraged to attend and participate.
- In accordance with the American Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing a special accommodation to participate in the proceedings, or an interpreter to participate in any proceedings, should contact the County’s ADA Coordinator at 386‑248‑1760 for assistance, at least two (2) business days before any meeting date. Assisted listening system receivers are available for the hearing impaired, and can be obtained from the Deputy Clerk by contacting the County’s ADA Coordinator at 386-248-1760. Read the full ADA Notice under The American with Disabilities Act (Title II), at www.volusia.org/core/fileparse.php/4175/urlt/ADANotice.pdf. Read the County of Volusia Grievance Procedure under The Americans with Disabilities Act (Title II).
- Non-mandatory Pre-proposal : You may RSVP via the County's eProcurement Portal. The County will electronically record attendance of the firms via the County's eProcurement Portal. Additionally, the County of Volusia reserves the right to add a second mandatory pre-bid meeting, if the County deems it necessary.
2.2. Authorized Official
The proposal submission and all required forms must be submitted/signed by an official authorized to legally bind the Respondent to all Solicitation provisions. A Memorandum of Authority may be submitted to document that the individual is authorized to commit the firm to a contract.
2.3. Evaluation Criteria
Each Proposal submittal shall be evaluated for conformance as responsive and responsible using the following criteria:
- That all proposal documentation was submitted timely and in conformance with all requirements of the RFP.
- That the following elements of Contractor’s proposal meet or exceed the requirements of this RFP and cumulatively provide the service and benefits to the County deemed to be in the best interest of the public:
- Pricing
- Qualifications of the firm
- Personnel - Qualifications of the employees that will be assigned to the County
- Experience in providing similar services / references, including timeliness of performance; in order to evaluate past performance, all proposer are required to submit three (3) references illustrating relevant service that are the same or similar to the magnitude of this RFP. For company name and/or ownership changes, appropriate documentation shall be required
- Plan of Approach
2.4. Evaluation Method
The County will appoint a committee consisting of department staff to evaluate the proposals and to make recommendation to the County Council. The County will be the sole judge of its own best interests, the proposals, and the resulting Contract (Sample Contract/Agreement to be posted). The County’s decisions will be final. Award will be made to the proposal(s), which present the best value to the County based on the entire evaluation process and all the information gathered. The County may require the short-listed firm (s), if applicable, to do an oral presentation or have discussions by the proposed team relative to their specific experience on similar projects. Although each member independently examines the proposals prior to the meeting, the short-listing or selection of the firms is determined by the consensus of the committee at the meeting.
Note: Respondents are prohibited from contacting any of the committee members, other than the Procurement Analyst prior to the recommendation of award from the committee.
2.5. Proposal Acceptance/Rejection
The County reserves the right to accept or reject any or all proposals received as a result of this RFP, or to negotiate separately with competing Respondents, and to waive any informalities, defects, or irregularities in any proposal, or to accept that proposal or proposals, which in the judgment of the proper officials, is in the best interest of the County.
2.6. Proposal Acceptance Period
Any Proposal in response to this RFP shall be valid through January 31, 2024. At the end of this time the proposal may be withdrawn at the written request of the Respondent if no award has been made. If the Proposal is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled. The County reserves the right to request an extension of the proposals if a Contract has not been executed by January 31, 2024.
2.7. Payment Terms
- The County will remit full payment on all undisputed invoices within thirty (30) days from receipt by the appropriate person(s) (to be designated at time of Agreement) of the invoice(s) or receipt of all products or services ordered.
- In accordance with Office of Management and Budget 2 CFR Part 1315, the County will pay interest not to exceed one percent (1%) per month on all undisputed invoices not paid within thirty (30) days after the due date.
- The County has the capability of Electronic Funds Transfer (EFT). List any discounts for prompt payment and/or willingness to accept Electronic Funds Transfer (EFT) and the discount to be applied to such payments. Contractors offering prompt payment discounts, for example, 1% - net 10, the discount shall be taken if the check issue date is within specified time period from date of invoice.
By submitting a Proposal (offer) to the County of Volusia, Florida, the Contractor expressly agrees that, if awarded an Agreement, the County may withhold from any payment monies owed by the Contractor to the County for any legal obligation between the Respondent and the County including, but not limited to, real property taxes, personal property taxes, fees, and commissions.
2.8. Award Term
The County is looking to promote partnership relationships within the policies and procedures of public procurement. Pursuant toward that end, the successful Contractor(s) shall be awarded an Agreement for an initial (4) four year term with the option for (2) subsequent one (1) year renewals.. All renewals will be contingent upon mutual written agreement and, when applicable, approval of County Council.
2.9. Price Redeterminations
Once each year during the term of the Contract, including any extension or renewal periods thereof, the Contractor may, but is not obligated to, petition the Director of Purchasing and Contracts for one or more price redeterminations where such price redetermination(s) is/are necessitated by documented increases in the cost of wages or fuel. Petitions for price redeterminations shall be made within thirty (30) days of the anniversary date of the Contract (i.e., the calendar day and month when the Contract became effective) and only after the Contract has been in effect for at least one year. Any such petition shall be made pursuant to the provisions of this Section and only for those price redetermination categories specified herein. Unless otherwise expressly set forth in this Agreement, no other price redeterminations shall be allowed. All price redeterminations, once issued, shall be prospective from the date of approval unless otherwise approved by a duly executed amendment to this Agreement.
- Basis for Price Redeterminations. The Contractor may petition the Director of Purchasing and Contracts for price redetermination based on the increased costs of wages, fuel, or materials. Price redeterminations will be based solely upon changes in pricing or costs documented by either the Employment Cost Index (ECI) or Producer Price Index (PPI), whichever is applicable, as published by the Bureau of Labor Statistics. The base index number for the ECI will be for the quarter in which the RFP opens. The base index number for the PPI will be for the month the RFP opens. Any subsequent price redeterminations will use the last price redetermination approved for that price redetermination category as the “base index number.” The County shall have the right to audit the Contractor’s records, including, but not limited to, payroll, materials, and fuel cost records, to verify or otherwise investigate the validity of any price redetermination request.
- Wage Price Redetermination. When requesting a price redetermination based upon an increase in wage costs, the Contractor shall refer to and utilize the Employment Cost Index, Total Compensation, Private Industry, Index Number, and Occupational Group at as prepared by the Bureau of Labor Statistics in the U.S. Department of Labor https://stats.bls.gov/data/. The base figure will be tied to Management, professional, and related occupations under the heading Service Providing Industries. Wage price redetermination increases shall be granted only by reason of wage increases associated with the Contractor’s employees or subcontractors performing work or services pursuant to the Agreement.
- Minimum Wage Price Redetermination. If the minimum wage increases during the term of the Agreement, including any renewal or extension period thereunder, the Contractor may petition the Director of Purchasing and Contracts for price redetermination for those job categories where the pay to the Contractor’s employee(s) is the current minimum wage. Upon verification of the information provided, the County will grant an increase of exactly the amount of the minimum wage increase (not the percentage increase). The Contractor must increase the pay to the employee(s) by the amount the Contractor has requested, which shall not exceed the amount of the minimum wage increase. The amount paid to the Contractor will be the increase plus any written and documented increase in FICA, Medicare, and Workers' Compensation insurance. The Contractor must supply written documentation of any other increase that is beyond the scope and control of the Contractor. All written documentation must satisfy the reasonable expectations of the Director of Purchasing and Contracts and Internal Auditor.
- Example: Minimum wage increases from $7.31 to $7.56 per hour. The Contractor may petition for an increase of $0.25 per hour to be paid to the affected employee(s) and shall provide written and documented cost increases for FICA, Medicare and Workers' Compensation. The resulting increase in costs shall be incorporated into fees/rates billed to the County.
- If the Contractor bills the County at a higher price according to any price redetermination granted by the County, and the Contractor fails to increase the hourly rate paid to the employee for the same period, the Contractor will be considered in Agreement default and the Agreement will be immediately terminated.
- Fuel Price Redetermination. If/when the price of fuel increases by a minimum of ten (10%) percent, the Contractor may petition the Director of Purchasing and Contracts for a fuel price redetermination. As a condition of petitioning for a fuel price increase, the Contractor shall be required to petition for a fuel price redetermination decrease if/when the price of fuel decreases by a minimum of ten (10%) percent. Failure to make such petition may be grounds for Agreement termination and shall entitle the County to a refund of the cumulative increase in pay to the Contractor due to any prior fuel price redetermination increase(s). Fuel price redetermination must be based solely upon changes as documented by the Producer Price Index (PPI) for the commodities “Unleaded Gasoline - WPU057104” or “#2 diesel fuel - WPU057303,” as such may be applicable to the Contractor’s operations in connection with the Contractor’s performance of the Agreement.
- Price Redetermination Calculation. All Price Redeterminations shall be calculated as follows:
- Example: Contractor indicated on the Submittal Form that thirty percent (30%) of the cost to provide the product/service is directly attributed to the redetermination category (wages or fuel).
Current applicable PPI = ...................................................... $200.50
Base index PPI = .............................................. - $179.20
PPI increase dollars = ………...…………………………..… $21.30
PPI increase percentage ($21.30 ¸ $179.20 = .1189)……...…………….11.9%
Unit cost of the service is....................................................................... $100.00
30% of $100.00 is directly attributed to the redetermination category.... $30.00
$30.00 × 11.9% = .......................................................... $3.57
New unit price for the product/service is ($100 + $3.57)....................... $103.57
- Expiration Upon Failure to Agree to Price Redetermination. If the County and the Contractor cannot agree to a price redetermination pursuant to the terms and conditions of this section, then the Agreement will automatically expire without penalty or further expense to either party after a period of six (6) months following the Contractor’s initial request for such price redetermination. Requests for price redeterminations not made in accordance with the provisions of this section shall be deemed null and void and shall not be a valid reason or pretext for expiration or termination of the Agreement. If the Agreement expires pursuant to the terms and conditions of this section, the County reserves the right, at no expense, penalty, or consequence to the County, to award any remaining tasks thereunder to the next available most responsive and responsible Contractor.
2.10. Termination
- The resulting Contract may be terminated by either party upon the material breach by the other party if such breach is not cured within thirty (30) days written notice from the non-breaching party.
- County may terminate this Agreement upon at least thirty (30) days days prior written notice to Contractor.
- Contractor may terminate this Agreement upon at least one hundred eighty (180) days days written notice to the Director of Purchasing and Contracts. Failure to provide proper notice to the County may result in the Contractor being barred from future business with the County.
- After Contractor’s receipt of a notice of termination pursuant to Paragraph 1 above (or to the extent Contractor has not cured a material breach within thirty (30) days notice from County), and except as otherwise directed by the County, the Contractor shall:
- Stop work under the Contract or applicable statement of work on the date specified in the notice of termination.
- Place no further orders or subcontracts for materials, services or facilities.
- Terminate all orders and subcontracts to the extent that they relate to the performance of work or services terminated by the notice of termination.
- With the approval of the County and to the extent required by the County, settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts. County's approval of such settlements shall be final for all the purposes of this Section, Termination.
- After receipt of a notice of termination, the Contractor shall submit to the County its termination claim for amounts owed by County (which shall include, without limitation, all amounts due for work or services performed through the date of termination), in the form and with a certification as prescribed by the County. Such claim shall be submitted promptly but in no event later than thirty (30) days from the effective date of termination, unless one or more extensions in writing are granted by the County, upon request of the Contractor made in writing within such thirty (30) days period or authorized extension thereof. Upon failure of the Contractor to submit its termination claim within the time allowed, the County may determine on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall thereupon pay to the Contractor the amount so determined. In the event County terminates for convenience or non-appropriation, Contractor shall not be obligated to refund to County any prepaid fees.
- Non-Appropriation. The resulting Contract may be terminated by the County or Contractor if the County does not appropriate the funding in any fiscal year necessary to pay the compensation set forth in the Article entitled Compensation in the resulting Contract.
- In the event that the resulting Contract is terminated by the County or Contractor for non-appropriation, Contractor shall be paid in accordance with terms of the Article entitled Compensation in the resulting Contract. Contractor shall be paid (a) to the date of termination on a prorated basis for any task and deliverable designated for payment that was started but not completed and/or (b) for any work or deliverable that has been completed but not yet been paid. County’s obligation to pay Contractor under this Section, Termination, and the resulting Contract is limited to the budgeted amount for the fiscal year approved by the Volusia County Council for the then current fiscal year of the resulting Contract. Contractor shall have no right to compel the Volusia County Council to appropriate funds for any fiscal year to pay the compensation.
- Upon being notified of County’s election to terminate for default of Contractor, non-appropriation or convenience, Contractor and its Subcontractors shall refrain from performing further work or incurring additional expenses under the terms of the resulting Contract which is not specifically authorized in the notice of termination.
- If termination of the resulting Contract occurs for any reason:
- Except as otherwise provided in the resulting Contract, Contractor shall return to the County, or destroy, all County confidential information in Contractor’ possession and shall certify the destruction or return of said information in a written document signed by the duly authorized representative of the Contractor that all such information has been destroyed or returned, provided that Contractor shall be permitted to retain an archival copy of any such confidential information (provided it continues to maintain the confidentiality of such as prescribed herein) to the extent necessary to have a record of the work or service performed hereunder.
- For all undisputed outstanding invoices submitted to the County for Work completed or deliverables delivered prior to the effective date of the termination, the County shall cause payments to be made to Contractor within forty-five (45) days of receipt of invoice. Contractor shall invoice the County for any sums Contractor claims to be owed by County under the resulting Contract for work performed from the last invoice to the effective date of termination. County shall review such invoice for payment within fifteen (15) days of receipt and County shall pay any undisputed amount within forty-five (45) days, subject to the Article entitled Compensation in the resulting Contract. Any disputed amounts on any invoices shall be subject to the dispute resolution process set forth in the Article entitled Dispute Resolution in the resulting Contract.
- In the event of termination by the County for non-appropriation, for all items or products ordered by Contractor before receipt by Contractor of the Notice of Termination which Contractor could not cancel without imposition of a fee, the County shall cause payments to be made to Contractor within forty-five (45) days of receipt of an undisputed invoice for all cancellation, restocking or residual fees resulting from the cancellation or return of third party products ordered from or shipped by the vendor thereof prior to the effective date of the termination.
2.11. Damages
Due to the nature of the services to be provided and the potential impact to the County for loss, the Contractor cannot disclaim consequential or special damages related to the performance of this Agreement. The Contractor shall be responsible and accountable for any and all damages, directly or indirectly, caused by the actions or inaction of its employees, staff, or Subcontractors. There are no limitations to this liability.
2.12. Post-Proposal Discussions with Respondents
It is the County’s intent to award a Contract(s) to the Respondent(s) deemed most advantageous to the County in accordance with the evaluation criteria specified in this RFP. The County reserves the right, however, to conduct post-closing discussions with any Respondent who has a realistic possibility of Contract award including, but not limited to, requests for additional information and competitive negotiations.
2.13. Presentations by Respondents
- The County of Volusia, at its sole discretion, may ask individual Respondents to make oral presentations and/or demonstrations without charge to the County.
- The County reserves the right to require any Respondent to demonstrate to the satisfaction of the County that the Respondent has the fiscal and managerial abilities to properly furnish the services proposed and required to fulfill the requirements of the RFP. The demonstration must satisfy the County and the County shall be the sole judge of compliance.
- Respondents are cautioned not to assume that presentations will be required and should include all pertinent and required information in their original proposal package.
3. General Terms and Conditions
3.1. Submission of Offers
The County of Volusia is requesting written proposals for the service and/or product(s) detailed within this solicitation. If your company is interested in submitting a proposal to provide this service and/or product(s), please provide the requested information in this RFP, complete the included forms, and submit these documents via your response through OpenGov Procurement by the date and time posted. The submission of responses prior to the specified date and time is solely and strictly the responsibility of the Respondent. Proposals received after the posted date and time may not be considered. Proposals shall be submitted through the County of Volusia online solicitation system, OpenGov Procurement, at https://procurement.opengov.com/portal/volusia . Additional information may be submitted with the response. No offer may be modified after acceptance. Terms and conditions differing from those in this RFP may be cause for disqualification of the RFP Proposal. Failure to provide the required information may result in the proposal not being considered.
Do not submit confidential information, proprietary information and/or trade secrets.
3.2. Respondent's Responsibility
The Respondent, by submitting a Proposal, represents that:
- The Respondent has read and understands the RFP in its entirety and that the Proposal is made in accordance therewith;
- The Respondent possesses the capabilities, resources, and personnel necessary to provide efficient and successful service to the County;
- The Respondent has made all investigations and examinations necessary to ascertain site and/or local conditions and requirements affecting the full performance of the Agreement and to verify any representations made by the County of Volusia, Florida, upon which the Proposer will rely. If the Respondent receives an award because of its Submittal, failure to have made such investigations and examinations will in no way relieve the Respondent from its obligations to comply in every detail with all provisions and requirements of the Agreement, nor will a plea of ignorance of such conditions and requirements be accepted as a basis for any claim by the Respondent for additional compensation or relief; and,
- The Respondent will be held responsible for any and all discrepancies, errors, etc., in discounts or rebates which are discovered during the Agreement term or up to and including three (3) fiscal years following the County’s annual audit.
3.3. Execution of Offer
Offer shall contain a signature in the space(s) provided of a representative authorized to legally bind the Respondent to the provisions therein. All spaces requesting information from the Respondent or asking a question of the Respondent shall be completed.
3.4. Opening
Pursuant to Section 119.071, Florida Statutes, Bids or proposals (“responses”) and the completed tabulation will be available for inspection within thirty (30) days of response opening. Contact the Purchasing and Contracts Office during regular business hours to inspect responses and the completed tabulation or go to https://procurement.opengov.com/portal/volusia for inspection of the completed tabulation. The foregoing notwithstanding, if, prior to the County’s making responses available for inspection, the County rejects all responses and concurrently provides notice of the County’s intent to reissue the solicitation, then the County may avail itself of the exemption for rejected responses set forth in Section 119.071, Florida Statutes, to the extent such Section may apply.
Bid openings and Public meetings may be attended either in person or remotely. Bid openings may be accessed remotely as described in the introduction time line section of this solicitation.
In accordance with the American Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing a special accommodation to participate in the proceedings, or an interpreter to participate in any proceedings, should contact the County’s ADA Coordinator at 386‑248‑1760 for assistance at least two (2) business days before any meeting date.
Assisted listening system receivers are available for the hearing impaired, and can be obtained from the Deputy Clerk by contacting the County’s ADA Coordinator at 386‑248‑1760. Read the full ADA Notice under The American with Disabilities Act (Title II), at www.volusia.org/core/fileparse.php/4175/urlt/ADANotice.pdf. Read the County of Volusia Grievance Procedure under The Americans with Disabilities Act (Title II).
3.5. Public Records Law
Pursuant to section 119.0701(2)(a), Florida Statutes, the County is required to provide Contractor with this statement and establish the following requirements as contractual obligations pursuant to the Agreement:
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT 386-736-5935, [email protected], by mail, Purchasing and Contracts Division, Attn: Public Records Custodian, 123 W. Indiana Ave. Rm. 302 DeLand, FL 32720.
By entering into this Contract, Contractor acknowledges and agrees that any records maintained, generated, received, or kept in connection with, or related to the performance of services provided under, this Contract are public records subject to the public records disclosure requirements of section 119.07(1), Florida Statutes, and Article I, section 24 of the Florida Constitution. Pursuant to section 119.0701, Florida Statutes, any Contractor entering into a contract for services with the County is required to:
- Keep and maintain public records required by the County to perform the services and work provided pursuant to this Contract.
- Upon request from the County’s custodian of public records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
- Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion or termination of the Contract if the Contractor does not transfer the records to the County.
- Upon completion or termination of the Contract, transfer, at no cost, to the County all public records in the possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion or termination of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion or termination of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records, in a format that is compatible with the information technology systems of the County.
- Requests to inspect or copy public records relating to the County’s Contract for services must be made directly to the County. If Contractor receives any such request, Contractor shall instruct the requestor to contact the County. If the County does not possess the records requested, the County shall immediately notify the Contractor of such request, and the Contractor must provide the records to the County or otherwise allow the records to be inspected or copied within a reasonable time.
- Contractor acknowledges that failure to provide the public records to the County within a reasonable time may be subject to penalties under section 119.10, Florida Statutes. Contractor further agrees not to release any records that are statutorily confidential or otherwise exempt from disclosure without first receiving prior written authorization from the County. Contractor shall indemnify, defend, and hold the County harmless for and against any and all claims, damage awards, and causes of action arising from the Contractor’s failure to comply with the public records disclosure requirements of section 119.07(1), Florida Statutes, or by Contractor’s failure to maintain public records that are exempt or confidential and exempt from the public records disclosure requirements, including, but not limited to, any third party claims or awards for attorney’s fees and costs arising therefrom. Contractor authorizes County to seek declaratory, injunctive, or other appropriate relief against Contractor from a Circuit Court in Volusia County on an expedited basis to enforce the requirements of this section.
3.6. Clarification/Correction of Entry/Minor Irregularities:
The County of Volusia reserves the right to allow for the clarification of questionable entries and the correction of OBVIOUS MISTAKES. The County reserves the right to waive minor irregularities in Submittals, providing such action is in the best interest of the County. Minor irregularities are defined as those that have no adverse effect on the County’s best interests, and will not affect the outcome of the selection process by giving the Respondent an advantage or benefit not enjoyed by other Respondents.
3.7. Revisions, Addenda, Questions & Answers:
- It is incumbent upon each Bidder to carefully examine this solicitation’s specifications, scope of work/service, terms, and conditions. The posting of answers through the County's official online procurement platform OpenGov Procurement is the only official methods by which interpretation, clarification, or additional information can be given. Questions and exceptions concerning any Section of this RFP shall be directed through the question and answer functionality of OpenGov Procurement.
- If it becomes necessary for the County to revise or clarify any part of this RFP the solicitation will be updated on the OpenGov Procurement by one of the following methods: the posting of answers to questions received; the revision of solicitation language/documentation. It is each Bidder’s responsibility to check the OpenGov Procurement for any posted answers, and/or solicitation changes at https://procurement.opengov.com/portal/volusia/projects/60706. Each Respondent shall ensure that they have reviewed all questions & answers and/or changes to this RFP before submitting their proposal. By submitting a response, Respondents acknowledge that they have reviewed all posted answers, and/or solicitation changes prior to the posted closing dateime.
- Each answer issued by the County shall become a material part of this solicitation. Answers posted by the County, and/or changes made to the solicitation shall become a material part of this solicitation.
- Questions and exceptions shall be submitted by the question and answer deadline. Thereafter, no further questions or exceptions will be accepted or reviewed by the County and Bidders’ right to submit questions or exceptions will terminate and any questions or exceptions not previously made shall be deemed waived. Oral representations will not be binding on the County.
3.8. Incurred Expenses
This RFP does not commit the County to make an award nor shall the County be responsible for any cost or expense which may be incurred by any Respondent in preparing and submitting a reply, or any cost or expense incurred by any Respondent prior to the execution of a purchase order or Contract/Agreement.
3.9. Disadvantaged Businesses
The County Council has adopted policies, which assure and encourage the full participation of Disadvantaged Business Enterprises (DBE) in the provision of goods and services. The County encourages joint ventures between majority-owned firms and qualified disadvantaged / minority / women-owned firms.
3.10. F.O.B. Point
The F.O.B. points for the Contract and for all purchases made under it shall be as specified by the using department (in accordance with the RFP proposal form), in Volusia County, Florida. Delivery will not be complete until the using department has accepted each item. Delivery to a common carrier shall not constitute delivery to the ordering agency. All disputes shall be between the Seller/Respondent and the carrier.
3.11. Unusual Costs:
The Contractor may petition the County at any time for an additional rate adjustment on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year. If the Contractor petitions for such an increase, the Contractor shall also petition for a rate reduction on the basis of extraordinary and unusual changes in the costs of operation that could not reasonably be foreseen by a prudent operator and which, by all reasonable expectations, will continue for at least one (1) year; failure to make such petition may be grounds for Agreement termination.
The Contractor’s request shall contain substantial proof and justification to support the need for the rate adjustment. The County may request from the Contractor, and the Contractor shall provide, such further information as may be reasonably necessary in making its determination. The County shall approve or deny the request, in whole or in part, within sixty (60) days of receipt of the request and all other additional information required by the County. Any price redetermination shall be solely based upon the documentation provided and the County reserves the right to rescind any price relief granted should the circumstances change and prices go down.
3.12. Additional Terms & Conditions
The County of Volusia reserves the right to reject offers containing terms or conditions contradictory to those requested in the RFP specifications.
3.13. Taxes
County is exempt from Manufacturers’ Federal Excise Tax (Exemption# 49-6000-885) and Florida sales tax (Exemption# 85- 8012622393C-9). Certificates are available at www.volusia.org/purchasing.
After accessing the foregoing website, select, “Doing Business with Volusia County” and “Consumer Certificate of Tax Exemption” from the available menu screens to see a copy of the certificates.
3.14. Payment Terms
Unless otherwise stated in the Special Conditions, the County will remit full payment on all undisputed invoices within thirty (30) days from receipt by the appropriate person(s) (to be designated at time of Agreement) of the correct invoice(s) or receipt of all products or services ordered in accordance with Office of Management and Budget 2 CFR Part 1315, Prompt Payment.
3.15. Discounts
All discounts except those for prompt payment shall be considered in determining the lowest net cost for evaluation purposes. All discounts shall remain firm for the term of the Agreement
3.16. Meets/Minimum Specifications
The specifications listed in the scope of service are the minimum required performance specifications for this RFP; they are not intended to limit competition nor specify any particular Respondent, but to ensure that the County receives quality services.
3.17. Silence of Specifications
The apparent silence of these specifications or any supplemental specifications as to details or the omission from same of any detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size, and design are to be used. All workmanship shall be first quality. All interpretations of specifications shall be made upon the basis of this statement.
3.18. Change in Scope of Work/Service
- The County may order changes in the work/service consisting of additions, deletions, or other revisions within the general scope of the Agreement. No claims may be made by the Contractor that the scope of the project or of the Contractor’s services has been changed, requiring changes to the amount of compensation to the Contractor or other adjustments to the Agreement, unless such changes or adjustments have been made by written amendment or change order to the Agreement signed by the County Representative, County Director of Purchasing and Contracts, and the Contractor.
- If the Contractor believes that any particular work/service is not within the scope of work/service of the Agreement, is a material change, or will otherwise require more compensation to the Contractor, the Contractor must immediately notify the County’s Representative in writing of this belief. The Contractor and County shall negotiate modifications to the Agreement in good faith and agree upon equitable adjustment for any changes in services or other obligations required of the Contractor due to such modifications. The Contractor must assert its right to an adjustment under this clause within thirty (30) days from the date of receipt of the written order.
- The County reserves the right to negotiate with the awarded Contractor(s) without completing the competitive bidding process for materials, products, and/or services similar in nature to those specified within this RFP for which requirements were not known when the RFP was released.
3.19. Governing Laws/Venue
This Agreement shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. Jurisdiction over and venue for any controversies or legal issues arising out of this Agreement shall, if in state court, be exclusively in the 7th Judicial Circuit in and for Volusia County, Florida, or, if in federal court, in the Middle District of Florida, Orlando Division. By entering into this Agreement, Contractor and County hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to this Agreement, and, unless otherwise expressly provided herein, each agrees to bear its own costs and attorney’s fees relating to any dispute arising under this Agreement. All questions concerning the validity, operation, interpretation, construction and enforcement of any terms, covenants or conditions of this Contract shall in all respects be governed by and determined in accordance with the laws of the State of Florida without giving effect to the choice of law principles thereof and unless otherwise preempted by federal law.
3.20. Assignment
Contractor may not assign or otherwise convey Contractor’s rights and/or obligations under this Agreement without obtaining County’s prior written consent, which consent County may withhold, limit and/or condition in County’s sole discretion, including, but not limited to, requiring the Contractor or his/her proposed successor in interest to post a performance bond. Any consent by the County under this Section shall be by written amendment to the Agreement in a form and substance specified by the County in its sole discretion. If Contractor desires to assign or otherwise convey its rights and/or obligations under this Agreement, Contractor shall no less than thirty (30) days prior to the assignment’s proposed effective date, provide County with a written request for County’s consent. Failure to provide such notice may result in the County assessing a processing fee of Five Hundred Dollars (US $500.00); however, payment of such fee shall not entitle the Contractor to the County’s acceptance or approval of its request for assignment.
Nothing herein shall preclude the right of the County to waive its rights under this Section but no waiver shall be granted by the County without a written and duly executed amendment to the Agreement.
3.21. Content of Invitation/Response
The contents of this RFP, all terms, conditions, specifications, and requirements included herein and the accepted and awarded response thereto may be incorporated into an agreement to purchase and become legally binding. Any terms, conditions, specifications, and/or requirements specific to the item or service requested herein shall supersede the requirements of these “General Terms and Conditions.”
3.22. Contract
The contents of this RFP and all provisions of the successful proposal deemed pertinent by the County may be, at the sole discretion of the County, incorporated into a Contract and become legally binding on the selected proposer. The content of the Contract may contain changes as a result of the RFP process and the content of the submittal received. The Contract shall, at minimum, include the substantive terms and conditions as outlined in the RFP and be subject to review by the County attorney or designee prior to approval and execution for determination of legal form and substantive sufficiency, and may contain those additional terms and conditions that the County deems in its best interest.
- The Director of Purchasing and Contracts, County Manager, and County Chair are the sole Contracting Officers for the County of Volusia, Florida, and only they or their designees are authorized to make changes to any Contract.
- The County shall be responsible for only those orders placed by the County on an authorized signed Purchase Order or Master Agreement. The County shall not be responsible for any order, change substitution or any other discrepancy from the Purchase Order or Master Agreement. If there is any question about the authenticity of a Purchase Order, Master Agreement, or change order, the Respondent should promptly contact the Purchasing Office at 386‑736‑5935.
3.23. Disclosure of Proposal Content
All material submitted becomes the property of the County and may be returned only at the County's option. The County has the right to use any or all ideas presented in any reply to this RFP. Selection or rejection of any Submittal does not affect this right. The County of Volusia, Florida, is governed by the Public Record Law, Chapter 119, Florida Statutes (F.S.).
3.24. Limitation of Liability/Indemnification
Indemnification. Contractor shall indemnify, defend and hold harmless the County, including its districts, authorities, separate units of government established by law (constitutional), ordinance or resolution, partners, elected and non-elected officials, employees, agents, volunteers, and any party with whom the County has agreed by contract to provide additional insured status from and against all claims, damages, losses, and expenses, including, but not limited to, attorney’s fees arising out of, resulting from, or incident to Contractor’s performance of its obligations in whole or part of this Agreement, unless such injury or damage is occasioned solely by the fault, negligence, or willful misconduct of the County.
In all claims against the County, Contractor’s indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or any benefits payable by or for Contractor, or its employees, agents, contractors, or subcontractors.
Indemnification for Grant Funded Projects. For any agreements that are funded or may in future be funded by Federal Emergency Management Agency (FEMA) Public Assistance grants or other Federal or State grants or program, the following shall apply: Contractor shall indemnify, defend and hold harmless the Florida Department of Emergency Management, its employees and/or their contractors (FDEM) and the government of the United States, its employees and/or their contractors (US), from and against all claims, damages, losses, and expenses, including, but not limited to, attorney’s fees arising out of, resulting from, or incident to Contractor’s performance of its obligations in whole or part of this Agreement, unless such injury or damage is occasioned solely by the fault, negligence, or willful misconduct of the FDEM, or US.
In all claims against FDEM or US, Contractor’s indemnification obligation shall not be limited in any way by any limitation on the amount or type of damages, compensation or any benefits payable by or for Contractor, or its employees, agents, contractors, or subcontractors
3.25. Infringement Claim
For all licensed software or derivate works of the licensed software used by County under the resulting Agreement, Contractor agrees to protect, defend, indemnify, and hold harmless County, its agents, elected officials and employees of County from and against any and all claims, demands, actions, and causes or action which may arise asserting that all or any part of Contractor’s licensed software or applications that are owned and licensed by Contractor to County for use thereof by County, infringes or misappropriates any third party’s valid state patent, copyright, trademark, or any trade secret protected under United States law. In the event of an infringement claim, Contractor shall have the option: (i) to procure for County the right to continue using any product or service found to be infringing; (ii) to replace any such infringing product or service with a non-infringing product or service; or (iii) to modify such infringing product or service to make it non-infringing. Contractor shall have no obligation under this Section, if the Infringement Claim is based upon the use of the system in combination with other hardware or software applications not furnished by Contractor, or if such a claim arises from County’s modification of the system without the authorization of Contractor.
3.26. Sovereign Immunity
County expressly retains all rights, benefits and immunities of sovereign immunity in accordance with Section 768.28, Florida Statutes (as amended). Notwithstanding anything set forth in any Section of this Agreement to the contrary, nothing in this Agreement shall be deemed as a waiver of immunity or limits of liability of the County beyond any statutory limited waiver of immunity or limits of liability which may have been or may be adopted by the Florida Legislature and the cap on the amount and liability of the County for damages, regardless of the number or nature of claims in tort, equity, or contract, shall not exceed the dollar amount set by the legislature for tort. Nothing in this Agreement shall inure to the benefit of any third party for the purpose of allowing any claim against the County, which claim would otherwise be barred under the doctrine of sovereign immunity or by operation of law.
3.27. Compliance with Federal E-Verify Regulations
Contractor covenants and agrees to the following provisions, as required by law:
- If and to the extent the Agreement meets the criteria set forth at 48 C.F.R. § 52.222-54(e), the criteria of 48 C.F.R. § 52.222-54 are hereby incorporated by reference into this Agreement as if fully set forth herein.
- Contractor and any of Contractor’s Subcontractors shall register with and utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility and work authorization status of all new employees hired by Contractor (or Contractor’s Subcontractors) on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement.
- In the event Contractor enters into a subcontract, Contractor shall require, via written contract, the Subcontractor agree to: (i) register with and utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired on or after the effective date of the subcontract and thereafter during the remaining term of the subcontract; and (ii) provide Contractor with an affidavit stating that the Subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor shall maintain a copy of such affidavit for the duration of this Agreement or the subcontract, whichever is longer. Contractor shall provide a copy of such affidavit to the County before the Subcontractor begins any work associated with the Agreement. If the County has a good faith belief that a subcontractor knowingly violated the requirements set forth in this Section or Sections 448.09(1) or 448.095 of the Florida Statutes, but also has a good faith belief Contractor otherwise complied with this Section and applicable law, the County shall promptly notify Contractor and order Contractor to immediately terminate its contract with the Subcontractor. Failure to comply with said order shall constitute a material breach of this Agreement.
- If the County has a good faith belief Contractor has knowingly violated, or if Contractor is found to have violated, this Section; Section 448.09(1), Florida Statutes; Section 448.095, Florida Statutes; or the presidential Executive order and subsequent Federal Acquisition Regulation (FAR) rule requiring federal contractors to use E-Verify, if applicable, then the following shall be true: (i) such violation shall be a material breach of this Agreement by Contractor; (ii) Contractor shall indemnify, defend, and hold harmless the County from any resulting costs or expenses, including fines or penalties levied by a government agency and the County’s loss or repayment of grant funds; (iii) the County may terminate this Agreement immediately and without penalty and such termination shall not be or be considered a breach of this Agreement; and (iv) Contractor shall be liable for any additional costs incurred by the County as a result of the termination of the Agreement. Contractor acknowledges and understands that if the County terminates this Agreement in accordance with this Section, Contractor shall be ineligible for award of a public contract for at least 1 year after the date on which the Agreement was terminated.
3.28. Public Entity Crimes
Pursuant to paragraph 287.133(2)(a), Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.
By entering into this Contract/Agreement, the Contractor/Consultant]represents and warrants that it is not on the convicted vendor list and not under investigation for violation of any state or federal law relating to public entity crimes. The Contractor/Consultant further represents and warrants that its subcontractors and implementer, if any, are not on the convicted vendor list and not under investigation for violation of any state or federal law relating to public entity crimes.
3.29. Patents, Copyright, and Royalties
The supplier/provider, without exception, shall indemnify and save harmless the County of Volusia, its officers, agents and employees from liability of any nature of kind, including cost and expenses for or on account of any copyrighted, registered, patented, or unpatented invention, process, or article manufactured or used in the provision of goods and/or services, including use by the County of Volusia. If the supplier/provider uses any design, device, or materials covered by letters, patent, copyright, or registration, it is mutually agreed and understood without exception that the quoted price shall include all royalties or costs arising from the use of such design, device, or materials in any way involved.
3.30. Use of County Logo
The County owns and retains all proprietary rights in its logos, trademarks, trade names, and copyrighted images (Intellectual Property). As such, nothing in this solicitation permits or shall be construed as authorizing Respondent to use or display County's Intellectual Property on Respondent's submittal documents or proposal (including any exhibits attached thereto) submitted to County by or on behalf of Respondent in response to this solicitation. The County has the right to redact the County Logo displayed on any proposal submitted.
3.31. Acceptance
Products purchased as a result of this RFP may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at Contractor's expense. Those items and items not delivered by the delivery date specified in accepted offer and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the Contractor.
3.32. Safety Warranty
Any awarded Contractor including dealers, distributors, and/or manufacturers shall be responsible for having complied with all Federal, State, and local standards, regulations, and laws concerning the product or service specified, and the use thereof, applicable and effective on the date of manufacture or use or date in service including safety and environmental standards as apply to both private industry and governmental agencies.
3.33. Safety
The Contractor shall take the necessary precautions and bear the sole responsibility for the safety of the methods employed by the Contractor in performing the work. The Contractor shall at all times comply with the regulations set forth by federal, state, and local laws, rules, and regulations concerning "OSHA" and all applicable state labor laws, regulations, and standards. The Contractor shall indemnify and hold harmless the County from and against all liabilities, suits, damages, costs, and expenses (including attorney's fees and court costs) which may be imposed on the County because of the Contractor, Subcontractor, or supplier's failure to comply with the regulations.
3.34. Warranty
The Respondent agrees that, unless otherwise specified, the product and/or service furnished as a result of this RFP and award thereto shall be covered by the most favorable commercial warranty the Bidder gives to any customer for comparable quantities of such products and/or services and that the right and remedies provided herein are in addition to and do not limit any rights afforded to the County of Volusia by any other provision of the RFP/offer.
3.35. Award
The County reserves the right to award the Agreement to the Respondent(s) that the County deems to offer the best overall Proposal or solution, as defined in the solicitation section, Special Conditions - Evaluation Criteria. The County is therefore not bound to accept a proposal based only on lowest price. In addition, the County has the sole discretion and reserves the right to cancel this RFP, to reject any/all proposals, to waive any/all informalities and/or irregularities, or to re‑advertise with either the identical or revised specifications if it is deemed to be in the best interest of the County to do so. Nothing prohibits the County from rejecting and re‑soliciting when responses exceed budget and the County must change the solicitation to lower costs. The County also reserves the right to make multiple awards based on experience and/or qualifications of Respondents and to award only a portion of the items and/or services specified, if deemed to be in the County’s best interest.
3.36. Other Agencies
All Contractors awarded Agreements from this RFP may, upon mutual agreement, permit any municipality or other governmental agency to participate in the Agreement under the same prices, terms, and conditions. It is understood that at no time will any city, municipality, or other agency be obligated for placing an order for any other city, municipality, or agency; nor will any city, municipality, or agency be obligated for any bills incurred by any other city, municipality, or agency. Further, it is understood that each agency will issue its own purchase order to the awarded Contractor(s).
3.37. Special Conditions
County facilities are administrative facilities that provide services to the Volusia County public and any agencies that it serves. As such, activities in all buildings are critical to the provisioning of services to the public and shall not be interrupted by the Contractor’s work activities.
3.38. Records & Right to Audit
County shall have the right to audit the books, records, and accounts of Contractor and its Subcontractors that are related to the resulting Contract. Contractor and its Subcontractors shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries related to the resulting Contract. Contractor shall preserve and make available, at reasonable times for examination and audit by County, all financial records, supporting documents, statistical records, and any other documents pertinent to this Contract for a retention period of five (5) years after completion or termination of the Contract, and any renewals, as required by Item 65, General Records Schedule GS1-SL for State and Local Government Agencies, effective February 19, 2015 and the Florida Public Records Act (Chapter 119, Florida Statutes). Contractor shall, by written Contract, require its Subcontractors to agree to the requirements and obligations of this Section. Audits will be subject to applicable privacy and confidentiality laws and regulations and Contractor’s privacy and confidentiality policies and procedures.
3.39. Claim Notice
The Contractor shall immediately report in writing to the County’s designated representative or agent any incident that might reasonably be expected to result in any claim under any of the coverage mentioned herein. The Contractor agrees to cooperate with the County in promptly releasing reasonable information periodically as to the disposition of any claims, including a résumé of claims experience relating to all Contractor operations at the County project site. The designated representative for the County shall be:
Name: County of Volusia, Florida
Human Resources/Risk Management Division
Address: 125 W. New York Avenue, Suite 141
DeLand, Florida 32720
Telephone: 386-736-5963
Fax: 386-822-5006
3.40. Waiver of Claims
Once this Agreement expires, or final payment has been requested and made, the awarded Contractor shall have no more than thirty (30) calendar days to present or file any claims against the County concerning this Agreement. After that period, the County will consider the Contractor to have waived any right to claims against the County concerning this Agreement.
3.41. Compliance with Laws and Regulations
The Contractor shall be responsible to know and to apply all applicable federal and state laws, all local laws, ordinances, rules, regulations (including but not limited to the following statutes: Americans with Disabilities Act (ADA),Titles I, II and III of the ADA; Federal Immigration Reform and Control Act of 1986 (as amended); and Title VII of the Civil Rights Act of 1964 (as amended), and all orders and decrees of bodies or tribunals having jurisdiction or authority which in any manner affect the work, or which in any way affect the conduct of the work. Contractor shall observe and comply with all such laws, ordinances, rules, regulations, orders, and decrees for all work or services performed under this Agreement. The Contractor shall indemnify, defend and hold harmless the County and all its officers, agents, servants, or employees against any liability or claim made against the County arising from or based on the violation of any such law, ordinance, rule, regulation, order, or decree caused or committed by Contractor, its representatives, Subcontractors, sub-consultants, professional associates, agents, servants, or employees.
At time of submittal, Contractors must hold the required licensure to be the prime Contractor for all work to be performed under this RFP. If any Contractor proposes to use a Subcontractor or sub-consultant to perform any work under this RFP, such Subcontractor and/or sub consultant shall, at the time of submittal, hold the required licensure for all work to be performed under this Contract as a Subcontractor and shall maintain such license(s) in full force and effect during the term of the awarded Contract. All licenses and permits required to perform Contractor’s duties under this RFP, whether such license or permit is required by the federal government, State of Florida, Volusia County, or any municipality, shall be at each Contractor’s sole cost and expense, and shall not be a cost of the County. All required licenses and permits shall be maintained in full force and effect during the term of the awarded Contract.
Pursuant to Section 287.05701, Florida Statutes, vendors are hereby notified that:
The County shall not request documentation of or consider a vendors social, political or ideological interests when determining if the vendor is a responsible vendor: and
The County may not give preference to a vendor based on the vendors social, political or ideological interests.
3.42. For Internet/Web Services
For the purposes of this paragraph, any Services or products offered to public via the internet or online must comply with WCAG 2.0 AA in order to be deemed ADA compliant. The County will provide Contractor with prompt written notice with respect to any ADA deficiencies of which the County is aware and Contractor will promptly correct such deficiencies. If the County, the Department of Justice or other governmental entity tasked with the enforcement of the ADA (“Enforcement Agency”) notes any deficiency in the facilities, practices, services, or operations of the Contractor furnished or provided in connection with this Agreement, Contractor shall, at no additional charge or cost to the County, immediately cure any such deficiencies without delay to the satisfaction of such Enforcement Agency. Contractor further agrees that it shall, to the extent permitted by law, indemnify, defend, and hold harmless the County against any and all claims, sanctions, or penalties assessed against the County, which claims, sanctions, or penalties arise or otherwise result from Contractor’s failure to comply with the ADA or WCAG 2.0 AA, for online or internet Services or products.
3.43. Scrutinized Companies-FL Statute Section 287.135 and 215.473
Contractor must certify that the company is not participating in a boycott of Israel. For Contracts for goods or services of one million dollars or more, Contractor must also certify that Contractor is not on the Scrutinized Companies that Boycott Israel List, not on the Scrutinized Companies with Activities in Sudan List,and not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has not been engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law. The County will not contract for the provision of goods or services with (i) any company participating in a boycott of Israel, and, (ii) for Contracts for goods or services of one million dollars or more, any other scrutinized company as described above. Contractor must submit the certification form. Submitting a false certification shall be deemed a material breach of contract. The County shall provide notice, in writing, to the Contractor of the County's determination concerning the false certification. The Contractor shall have five (5) Calendar days from receipt of notice to refute the false certification allegation. If such false certification is discovered during the active contract term, the Contractor shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. If the Contractor does not demonstrate that the County's determination of false certification was made in error then the County shall have the right to terminate the Contract and seek civil remedies pursuant to Section 287.135, Florida Statutes, as amended from time to time.
3.44. Modifications Due to Public Welfare or Change in Law
The County shall have the power to make changes in the Agreement as the result of changes in law and/or ordinances of Volusia County to impose new rules and regulations on the Contractor under the Agreement relative to the scope and methods of providing services as shall, from time to time, be necessary and desirable for the public welfare. The County shall give the Contractor notice of any proposed change and an opportunity to be heard concerning those matters. The scope and method of providing services as referenced herein shall also be liberally construed to include, but is not limited to, the manner, procedures, operations and obligations, financial or otherwise, of the Contractor. In the event any future change in Federal, State or County law or the ordinances of Volusia County materially alters the obligations of the Contractor, or the benefits to the County, then the Agreement shall be amended consistent therewith. Should these amendments materially alter the obligations of the Contractor, then the Contractor or the County shall be entitled to an adjustment in the rates and charges established under the Agreement. Nothing contained in the Agreement shall require any party to perform any act or function contrary to law. The County and Contractor agree to enter into good faith negotiations regarding modifications to the Agreement, which may be required in order to implement changes in the interest of the public welfare or due to change in law. When such modifications are made to the Agreement, the County and the Contractor shall negotiate in good faith, a reasonable and appropriate adjustment for any changes in services or other obligations required of the Contractor directly and demonstrably due to any modification in the Agreement under this clause.
3.45. Right to Require Performance
- The failure of the County or Contractor at any time to require performance by the other of any provision hereof shall in no way affect the right of the County or Contractor thereafter to enforce same, nor shall waiver by the County of any breach of any provision hereof be taken or held to be a waiver of any succeeding breach of such provision or as a waiver of any provision itself.
- In the event of failure of the Contractor to deliver services in accordance with the Agreement terms and conditions, the County, after due written notice, may procure the services from other sources and hold the Contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies that the County may have.
3.46. Force Majeure
Neither party shall be liable for any failure or delay in the performance of its obligations under the Agreement to the extent such failure or delay necessarily results from the occurrence of a Force Majeure Event beyond the control or reasonable anticipation of either party, including, but not limited to, compliance with any unanticipated government law or regulation not otherwise in effect at the time of execution of this Agreement, acts of God, acts of domestic or international terrorism, any virus, bacterium, or other microorganism capable of inducing physical distress, illness, or disease, whether due to a pandemic or otherwise, unforeseeable governmental acts or omissions, fires, strikes, natural disasters, wars, riots, transportation problems, and/or any other unforeseeable cause whatsoever beyond the reasonable control of the parties (and such cause being referred to as a “Force Majeure Event”). Accordingly, the parties further agree that:
- Upon the occurrence of Force Majeure Event, the non-performing party shall be excused from any further performance of those obligations under this Agreement that are affected by the Force Majeure Event for as long as (a) the Force Majeure Event continues; and (b) the non-performing party continues to use commercially reasonable efforts to recommence performance whenever and to whatever extent possible without delay.
- Upon the occurrence of a Force Majeure Event, the non-performing party shall notify the other party of the occurrence of such event and describe in reasonable detail the effect(s) of such event upon the party’s performance of its obligations and duties pursuant to this Agreement. Such notice shall be delivered or otherwise communicated to the other party within three (3) business days following the failure or delay caused by the Force Majeure Event, or as soon as possible after such failure or delay if the Force Majeure Event precludes the non-performing party from providing notice within such time period.
- In the event of a Force Majeure Event, the time for performance by the parties under the applicable statement of work shall be extended for a period of time equal to the time lost by reason of such cause through execution of a Change Order pursuant to the terms of the Agreement.
3.47. Contractor's Personnel
During the performance of the Agreement, the Contractor agrees to the following:
- The Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, handicap, or national origin, except when such condition is a bona fide occupational qualification reasonably necessary for the normal operations of the Contractor. The Contractor agrees to post in conspicuous places, visible to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause.
- The Contractor, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, shall state that such Contractor is an Equal Opportunity Employer.
- The Contractor shall be responsible for ensuring that its employees, agents, and subcontractors comply with all applicable laws and regulations and meet federal, state, and local requirements related to their employment and position;
- The Contractor certifies that it does not and will not during the performance of the Agreement employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986, as amended;
- Notices, advertisements, and solicitations placed in accordance with federal law, rule, or regulation shall be deemed sufficient for the purpose of meeting the requirements of this Section;
- The Contractor shall include the provisions of the foregoing paragraphs A,B,C,D and E above, in every subcontract or purchase order so that the provisions will be binding upon each Contractor;
- The Contractor and any Subcontractor shall pay all employees working on this Agreement not less than minimum wage specified in the Fair Labor Standards Act (29 CFR 510-794) as amended; and,
- Any information concerning the County, its products, services, personnel, policies, or any other aspect of its business learned by the Contractor or personnel furnished by the Contractor in the course of providing services pursuant to the Agreement and exempt from disclosure pursuant to Section 119.01, F.S., shall be held in confidence and shall not be disclosed by the Contractor or any employee or agents of the Contractor or personnel furnished by the Contractor, without the prior written consent of the County.
3.48. County/Contractor Relationship
- Any awarded Contractor shall provide the services required herein strictly under a contractual relationship with the County and is not, nor shall be, construed to be an agent or employee of the County. As an independent Contractor the awarded Contractor shall pay any and all applicable taxes required by law; shall comply with all pertinent Federal, State, and local statutes including, but not limited to, the Fair Labor Standards Act, The Americans with Disabilities Act, the Federal Civil Rights Act, and any and all relevant employment laws. The Contractor shall be responsible for all income tax, FICA, and any other withholdings from its employees' or Subcontractor’s wages or salaries. Benefits for same shall be the responsibility of the Contractor including, but not limited to, health and life insurance, mandatory Social Security, retirement, liability/risk coverage, and workers' and unemployment compensation.
- The Contractor shall hire, compensate, supervise, and terminate members of its work force; shall direct and control the manner in which work is performed including conditions under which individuals will be assigned duties, how individuals will report, and the hours individuals will perform.
- The Contractor shall not be provided special space, facilities, or equipment by the County to perform any of the duties required by the Agreement, nor shall the County pay for any business, travel, or training expenses or any other Agreement performance expenses not explicitly set forth in the specifications.
- The Contractor, except as expressly set forth herein, shall not be exclusively bound to the County and may provide professional services to other private and public entities as long as it is not in direct conflict and does not provide a conflict of interest with the services to be performed for the County.
3.49. Disqualification of Respondents
One (1) Proposal: Only one (1) Proposal submittal from an individual firm, partnership or corporation under the same or under different name will be considered. If a Respondent submitted more than one (1) Proposal for the work involved, all Proposals submitted from such Respondent may be rejected. Collusion among Respondents: If it is believed that collusion exists among the Respondents, the Proposals of all participants in such collusion shall be rejected and no participants in such collusion will be considered in future proposals for the same work.
3.50. Debarment: Purpose and Intent
The county endeavors to solicit offers from, award contracts to, and consent to subcontracts with responsible vendors and contractors only. To further this policy, the county asserts its authority to debar certain vendors and contractors from participating in solicitations pursuant to the policies and procedures herein. The serious nature of debarment requires that this sanction be imposed only when it is in the public interest for the county’s protection and not for purposes of punishment. Debarment is intended as a remedy in addition to, and not in substitution of, the evaluation of the responsibility of county vendors and contractors, and this policy and the procedures provided for herein shall not supplant or supersede county’s authority to reject or otherwise terminate vendors or contractors based on findings of non-responsibility on a case-by-case basis. Further information regarding the County’s policies and procedures in regards to DEBARMENT may be found at
https://www.volusia.org/core/fileparse.php/5896/urlt/Debarment-Policy-final-3-27-17.pdf
3.51. Dispute Resolution
- Good Faith Efforts to Resolve. The parties to this Agreement shall exercise their best efforts to negotiate and settle promptly any dispute that may arise with respect to this Agreement in accordance with the provisions set forth in this Section, Dispute Resolution. The Contractor and County Project Manager shall use reasonable efforts to arrange personal meetings and/or telephone conferences as needed, at mutually convenient times and places, to address and work toward resolution of issues that arise in performance of this Agreement and any applicable statement of Work or Services. Issues shall be escalated to successive management levels as needed.
- Informal Dispute Resolution. If a dispute develops between the parties concerning any provision of this Agreement, or the interpretation thereof, or any conduct by the other party under these agreements, and the parties are unable to resolve such dispute within five (5) business days or longer, that party, known as the Invoking Party, through its applicable Project Manager, shall promptly bring the disputed matter to the attention of the non-Invoking Party’s Project Manager or designated representative, as the case may be, of the other party in writing (“Dispute Notice”) in order to resolve such dispute.
- Discovery and Negotiation / Recommended Procedures. Upon issuance of a Dispute Notice, the Project Managers or designated representative shall furnish to each other all non-privileged information with respect to the dispute believed by them to be appropriate and germane. The Project Managers shall negotiate in an effort to resolve the dispute without the necessity of any formal proceeding. If such dispute is not resolved by the Project Managers or designated representative within five (5) County Work Days of issuance of the Dispute Notice, or such other time as may be mutually allowed by the Project Managers as being necessary given the scope and complexity of the dispute, the Project Managers may, depending upon the nature, scope, and severity of the dispute, escalate the dispute as indicated below:
- County Work Days: 10
Contractor's Representative: Contractor's Project Manager
County Representative: County's Project Manager - County Work Days: 10
Contractor's Representative: Contractor's Sr. Vice President of Sales
County Representative: Director of Purchasing and Contracts - County Work Days: 20
Contractor's Representative: Contractor's COO or President
County Representative: Deputy County Manager
- Formal Dispute Resolution. At any point after issuance of a Dispute Notice under this section, either party may request and initiate formal non-binding mediation before a single mediator, which mediation shall be completed within thirty (30) days of initiation or such longer time as may be agreed upon by both parties as being necessary for the mutual selection of a mediator and scheduling of such mediation. Any such mediation shall be convened and conducted in accordance with the rules of practice and procedure adopted by the Supreme Court of Florida for court-ordered mediation, Rule 1.700 et seq. of the Florida Rules of Civil Procedure, and Chapter 44, Florida Statutes. If the dispute remains unresolved after conducting such mediation, then either party may proceed to finalize any pending termination remedies and commence litigation in a court of competent jurisdiction. Each party shall bear its own costs and attorney’s fees for mediation or arbitration of an issue arising under this Agreement.
- Right to Terminate Reserved. Regardless of the dispute resolution procedures provided for in this Section, Dispute Resolution, nothing herein shall affect, delay, or otherwise preclude a party from terminating this Agreement in accordance with the provisions of Special Conditions, Termination, it being understood that these dispute resolution procedures are intended as a means of resolving disputes both during the term of this Agreement and after termination or expiration thereof.
3.52. Insurance Requirements
Required Types of Insurance
The Contractor shall purchase and maintain at its own expense, during the term of the Agreement, the types and amounts of insurance with limits no less than those shown in the Required Types and Limits of Insurance Chart associated with this solicitation, in the form and from companies satisfactory to the County. The Required Types and Limits of Insurance Chart is a listing and general summary of insurance policies required and is not intended to be comprehensive as to the requirements of each specific policy. Contractors shall review the additional requirements in this section and ensure that the insurance policies comply with the specific terms and conditions therein.
For the purposes of indemnification of the County or an endorsement or insurance coverage under this Agreement/Contract under which the County is a “named insured”, “additional named insured”, or “additional insured”, the term “County” includes the County of Volusia (a body corporate and politic and a subdivision of the State of Florida), including its districts, authorities, separate units of government established by law, ordinance or resolution, partners, elected and non-elected officials, employees, agents, volunteers, and any party with whom the County has agreed by contract to provide additional insured status.
3.53. Subcontractors and Independent Contractors
All subcontractors & independent contractors utilized by Contractor to provide services to County and its employees under this Agreement/Contract shall be required to maintain all insurance policies with the same terms, conditions, and requirements required of the Contractor in the Required Types and Limits of Insurance Chart and described below in this Exhibit.
3.54. Claims Made Basis Insurance Policies
All insurance policies written on a Claims Made Form shall maintain a retroactive date prior to or equal to the effective date of the Agreement. The Contractor shall purchase a Supplemental Extended Reporting Period (“SERP”) with a minimum reporting period of not less than three (3) years in the event the policy is canceled, not renewed, switched to occurrence form, or any other event which requires the purchase of a SERP to cover a gap in insurance for claims which may arise under or related to the Agreement. The Contractor’s purchase of the SERP shall not relieve the Contractor of the obligation to provide replacement coverage. In addition, the Contractor shall require the carrier immediately inform the Contractor, the County Risk Manager, and the Purchasing and Contracts Division of any contractual obligations that may alter its professional liability coverage under the Agreement.
3.55. Risk Retention Groups and Pools
Contractor shall not obtain an insurance policy required under this Agreement from a Risk Retention Group or Pool.
3.56. Minimum Required Policies and Limits
Minimum underlying policies, coverages, and limits shall include all policies listed in the Required Types and Limits of Insurance Chart.
3.57. Additional Insured, Policies, Coverages, Limits, Primary and Non-Contributory Basis
Under all insurance policies where the County is required to be an additional insured, the coverage and limits provided to the County under Contractor’s insurance policies shall be that listed in the Required Types and Limits of Insurance Chart or the Contractor’s actual limits, whichever is higher. All coverage provided to the County as an additional insured by said policies shall be primary and shall not be additional to or contributing with any other insurance carried by or for the benefit of the County with any other insurance available to the County. The Contractor shall utilize ISO Form CG 20 38 04 13 and CG 20 37 04 13 or equivalent to provide additional insured status to the County and any party to whom the County is contractually bound to provide additional insured status under a commercial general liability policy.
3.58. Workers’ Compensation
Workers’ Compensation insurance is required for all employees of the Contractor, employed or hired to perform or provide work or services under the Agreement or that is in any way connected with work or services performed under the Agreement, without exclusion for any class of employee, and shall comply fully with the Florida Workers’ Compensation Law (Chapter 440, Florida Statutes, Workers’ Compensation Insurance) and include Employers’ Liability Insurance with limits no less than the statutory. Policy shall include a waiver of subrogation in favor of the County. If Contractor is using a “leased employee” or an employee obtained through a professional employer organization (“PEO”), Contractor is required to have such employees covered by worker’s compensation insurance in accordance with Florida Worker’s Compensation law and the insurance carrier of the PEO execute a waiver of subrogation in favor of the County, its employees and insurers.
(1) Contractor and its Subcontractors, or any associated or subsidiary company doing work on County property or under the Agreement must be named in the Workers’ Compensation coverage or provide proof of their own Workers’ Compensation coverage, without exclusion of any class of employee, and with a minimum of the statutory limits per occurrence for Employer’s liability coverage. Further, if the Contractor's Subcontractors fail to obtain Workers’ Compensation insurance and a claim is made against the County by the uncovered employee of said Subcontractor of the Contractor, the Contractor shall indemnify, defend, and hold harmless the County from all claims for all costs including attorney’s fees and costs arising under said employee(s) Workers’ Compensation insurance claim(s).
3.59. Commercial General Liability Insurance
The Contractor shall acquire and maintain Commercial General Liability insurance, with limits of not less than the amounts shown in the Required Types and Limits of Insurance Chart. Contractor shall not obtain an insurance policy wherein the policy limits are reduced by defense and claim expenses. Such insurance shall be issued on an occurrence basis and include coverage for the Contractor’s operations, independent Contractors, Subcontractors and “broad form” property damage coverages protecting itself, its employees, agents, Contractors or subsidiaries, and their employees or agents for claims for damages caused by bodily injury, property damage, or personal or advertising injury, and products liability/completed operations including what is commonly known as groups A, B, and C. Such policies shall include coverage for claims by any person as a result of actions directly or indirectly related to the employment of such person or entity by the Contractor or by any of its Subcontractors arising from work or services performed under the Agreement. Public liability coverage shall include either blanket contractual insurance or a designated contract contractual liability coverage endorsement, indicating expressly the Contractor’s Agreement to indemnify, defend and hold harmless the County as provided in the Agreement. The commercial general liability policy shall provide coverage to County when it is required to be named as an additional insured either by endorsement or pursuant to a blanket additional insured endorsement, for those sources of liability which would be covered by the latest edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01), as filed for use in the State of Florida by the Insurance Services Office, without the attachment of any endorsements excluding or limiting coverage for Bodily Injury, Property Damage, Products/Completed Operations, Independent Contractors, Property of County in Contractor’s Care, Custody or Control or Property of County on which contracted operations are being performed, Explosion, Collapse or Underground hazards (XCU Coverage, Contractual Liability or Separation of Insureds. When County is added as additional insured by endorsement, ISO Endorsements CG 20 38 and CG 20 37 or their equivalent shall be used and shall provide such additional insured status that is at least as broad as ISO form CG 20 10 11 85. If County has agreed by separate contract to require Contractor to name another party as an additional insured, Contractor shall add said party as an additional insured to the commercial general liability policy by ISO Endorsement CG 20 38. Contractor shall require its subcontractors performing work under this Agreement to add the County and any other party that the County has agreed by separate contract to require Contractor to name as an additional insured to their Commercial General Liability policy as an additional insured by ISO Endorsement CG 20 38. All commercial general liability policies shall provide a waiver of subrogation in favor of the County and any other party required by this Agreement to be named as an additional insured.
3.60. Motor Vehicle Liability
The Contractor shall secure and maintain during the term of the Agreement motor vehicle coverage in the split limit amounts of no less than the amounts shown in the Required Types and Limits of Insurance Chart, per person, per occurrence for bodily injury and for property damage or a combined single limit of the amount shown above with “Any Auto”, Coverage Symbol 1, providing coverage for all autos operated regardless of ownership, and protecting itself, its employees, agents or lessees, or subsidiaries and their employees or agents against claims arising from the ownership, maintenance, or use of a motor vehicle. The County shall be an additional insured under this policy when required in the Required Types and Limits of Insurance Chart.
3.61. Professional Liability
The Contractor shall ensure that it secures and maintains, during the term of the Agreement, Professional Liability insurance with limits of no less than the amount shown in the Required Types and Limits of Insurance Chart in respect only to the project(s) contemplated by the Agreement. Such policy shall cover all the Contractor’s or its Subcontractor’s professional liabilities whether occasioned by the Contractor or its Subcontractors, or its agents or employees [and broad enough to include errors and omissions specific to Contractor’s professional liability for direct and contingent design errors and Architect’s/Engineers professional liability with no exclusions for design-build work]. The County shall be an additional insured under this policy when required in the Required Types and Limits of Insurance Chart.
If the Contractor fails to secure and maintain the professional liability insurance coverage required herein, the Contractor shall be liable to the County and agrees to indemnify, defend, and hold harmless the County against all claims, actions, losses or damages that would have been covered by such insurance.
3.62. Primary and Excess Coverage
Any insurance required may be provided by primary and excess insurance policies.
3.63. Insurance Requirements
A. General Insurance Requirements:
(1) All insurance policies shall be issued by insurers licensed and/or duly authorized under Florida Law to do business in the State of Florida and all insuring companies are required to have a minimum rating of A- and a Financial category size of VIII or greater in the "Best Key Rating Guide" published by A.M. Best & Company, Inc.
(2) Approval by County of any policy of insurance shall not relieve Contractor from its responsibility to maintain the insurance coverage required herein for the performance of work or services by the Contractor or its Subcontractors for the entire term of the Agreement and for such longer periods of time as may be required under other clauses of the Agreement.
(3) Waiver of Subrogation. The Contractor hereby waives all rights against the County and its Subcontractors for damages by reason of any claim, demand, suit or settlement (including workers’ compensation) for any claim for injuries or illness of anyone, or perils arising out of the Agreement. The Contractor shall require similar waivers from all its Subcontractors. Contractor’s insurance policies shall include a waiver of subrogation in favor of the County. This provision applies to all policies of insurance required under the Agreement (including Workers’ Compensation, and general liability).
(4) County Not Liable for Paying Deductibles. For all insurance required by Contractor, the County shall not be responsible or liable for paying deductibles for any claim arising out of or related to the Contractor’s business or any Subcontractor performing work or services on behalf of the Contractor or for the Contractor’s benefit under the Agreement.
(5) Cancellation Notices. During the term of the Agreement, Contractor shall be responsible for promptly advising and providing the County Risk Manager and the Purchasing and Contracts divisions with copies of notices of cancellation or any other changes in the terms and conditions of the original insurance policies approved by the County under the Agreement within two (2) business days of receipt of such notice or change.
(6) Deductibles. Contractors that maintain and administer a self-insured retention or a large deductible program exceeding the insurance requirements listed in this solicitation using a formal program to fund either program may submit an exception in accordance with the solicitation section detailing Questions, Exceptions, and Addenda, to be considered for this solicitation.
The request must include a summary of the program’s design, funding method, and the program’s supporting financial information. If additional information is necessary, the County will request more specific information, which must be provided by the Contractor. The County Risk Manager will review the information submitted and determine whether the program is acceptable to the County.
Contractors with no formal risk management program in place to manage and fund deductibles or self-insured retentions may not be considered. Subject to County approval, Contractor may obtain a letter of credit in the amount equivalent to the deductible, which shall remain in effect during the term of the Agreement at no additional cost to the County.
(7) Contractor’s obligations or services shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity or insurance defense of additional or named insureds which would otherwise exhaust or be unavailable as to a party or person described in this Contract.
3.64. Proof of Insurance
- The Contractor shall be required to furnish evidence of all required insurance in the form of certificates of insurance, which shall clearly outline all hazards covered as itemized herein, the amounts of insurance applicable to each hazard and the expiration dates.
- The Contractor shall furnish proof of insurance acceptable to the County prior to or at the time of execution of the Agreement and the Contractor shall not commence work or provide any service until the Contractor has obtained all the insurance required under the Agreement and such insurance has been filed with and approved by the County. Upon request from the County, the Contractor shall furnish copies of all requested policies and any changes or amendments thereto, immediately, to the County, the County Risk Manager, and Purchasing and Contracts Divisions, prior to the commencement of any contractual obligations. The Agreement may be terminated by the County, without penalty or expense to County, if at any time during the term of the Agreement proof of any insurance required hereunder is not provided to the County.
- All certificates of insurance shall clearly indicate that the Contractor has obtained insurance of the type, amount and classification required by this Section. No work or services by Contractor or its Subcontractors shall be commenced until County has approved these policies or certificates of insurance. Further, the Contractor agrees that the County shall make no payments pursuant to the terms of the Agreement until all required proof or evidence of insurance has been provided to the County. The Agreement may be terminated by the County, without penalty or expense, if proof of any insurance required hereunder is not provided to the County.
- The Contractor shall file replacement certificates with the County at the time of expiration or termination of the required insurance occurring during the term of the Agreement. In the event such insurance lapses, the County expressly reserves the right to renew the insurance policies at the Contractor’s expense or terminate the Agreement but County has no obligation to renew any policies.
- The provisions of this section, Required Types of Insurance, shall survive the cancellation or termination of the Agreement.
3.65. Acknowledgement of Bid Tabulation
All responses accepted by the County of Volusia are subject to the County's Terms and Conditions. Any and all additional Terms and Conditions submitted by respondent(s) are rejected and shall have no force and effect. Bids from the respondent(s) listed on the bid tabulation are the only responses received timely as of the closing date and time. All other responses submitted in response to the solicitation, if any, are rejected as late.
4. Scope of Work
4.1. Scope of Services - Staff Augmentation
Overview
Volusia County’s Department of Recovery and Resiliency (DRR) is seeking qualified vendors to provide staff augmentation services that the DRR may wish to utilize on an AS-NEEDED BASIS to supplement or complement existing county DRR staff with at least the levels of experience, skills, abilities, and expertise identified below.
Authorization for performance of services by the selected Contractor(s) shall be in the form of written task assignments signed by the firm, executed and issued by the County. Each task assignment shall describe the services required, state the commencement and completion date of work, and establish the amount and method of payment. The task assignment will be issued under, and incorporate the terms of, the Contract. Expiration of the term of the Contract will have no effect upon task assignments issued prior to the expiration date. Obligations entered therein by both parties shall remain in effect until completion of the work authorized by the task assignment.
Contractor’s personnel shall report on-site between the hours of 8:00 a.m. and 5:00 p.m. to the DRR location, 123 W. Indiana Avenue, DeLand, FL 32720. Office space shall be provided by DRR. DRR shall provide IT support including computer workstations, and email accounts. The need for full-time contractor assistance listed under each task below are estimates based on anticipated current needs but in no way represent a guarantee of future expenditures. The DRR reserves the right to request a level of effort that is greater or lesser than the estimates, including the possibility of requiring additional categories.
The Vendor may propose remote work for any staff provided, and the County may consider approval as part of each task assignment. The County expects that the hourly rate for remote work employees will be discounted as a result of reduced overhead costs.
DRR shall have its own System of Record (SOR) for all projects funded through the CDBG-DR funds. DRR will be providing the management of this system, but the awarded Contractor(s) shall use the DRR SOR.
Respondent’s proposal for this project must contain evidence of Respondent's experience and abilities in the specified area and other disciplines directly related to the proposed service. The DRR anticipates awarding this solicitation to one or more qualified vendors.
All of Contractor’s employees who will work directly with clients or have access to the private information of the clients must undergo a Level II background check at the expense of the Contractor. These reports must be provided to the DRR prior to any employee (s) joining the workforce.
Disaster Recovery Grant Reporting System (DRGR) Support Staff
At a minimum, Contractor’s support staff shall be responsible for assisting in developing, maintaining, and managing the County’s DRGR system for DRR in accordance with the County’s Action Plan. Contractor’s support staff shall be responsible for the following:
1. Having sufficient knowledge and understanding of the DRGR system with the ability to revise the existing Volusia County DRGR Action Plan and budget;
2. Assisting with the generation and submission of quarterly performance reports for review;
3. Assisting in the distribution of DRGR access across DRR staff, as requested;
4. Developing best practices and process flow charts for reimbursement packet review, draw request review, and check processing and disbursement that ensure proper quality control, meet HUD’s requirements for documentation, and meet DRR-directed ongoing timelines for draw request review and payment;
5. Developing Quarterly Progress Reports (QPR’s) for County staff review;
6. Providing in-depth ongoing training to County staff on 2 CFR Part 200 and all HUD and federal cross-cutting regulations required for establishing systems and process flow charts that will meet HUD compliance;
7. Providing guidance on DRR’s policies and procedures for reimbursement request review regarding HUD guidelines and help in the revision of existing draw procedures;
8. Producing draw-down requests for review and approval in DRGR. Providing technical assistance and training to DRR on the requirements for use of DRGR;
9. Providing DRR with financial procedural support related to processing, reviewing, and drawing reimbursement requests through DRGR;
10. Providing training to county, contract, or local staff; and,
11. Assisting with other program needs, if requested.
The Contractor’s support staff should have a minimum of three years direct experience in DRGR management and/or CDBG-DR financial management, demonstrated expertise in DRGR Action Plan development, experience in producing Quarterly Performance Reports, or a combination of skills and experience to provide Subject Matter Expertise for the scope of work above.
The Contractor’s support staff shall be proficient in current financial policies and procedures and support processing of a revised or new draw through DRGR within one (1) month of the Notice to Proceed. The awarded Vendor shall have completed DRR staff training within two (2) months of the Notice to Proceed.
Relocation Specialist
At a minimum, the Relocation Specialist shall be responsible for supporting DRR in the design and implementation of relocation programs, including the Temporary Relocation Assistance (TRA) program and all required Uniform Relocation Act (URA) procedures. This may include, but not be limited to, the following:
1. Drafting and revising TRA/URA Standard Operating Procedures and workflow diagrams;
2. Providing expertise to inform DRR and DRR’s SOR developers with building or modifying workflow modules in the SOR. Skills sought include policy and programmatic expertise to inform DRR and DRR’s developers of best practices and do not include SOR development skills;
3. Assisting with the execution of the TRA program in accordance with the SOP;
4. Conducting reviews of TRA applications for financial, programmatic, and data integrity;
5. Coordinating with vendors to troubleshoot eligibility and benefit issues;
6. Overseeing the mailing and tracking of required notices;
7. Monitoring URA compliance; and,
8. Providing training to County, contract, or local staff.
The Relocation Specialist should have a minimum of three years direct experience in HUD program and/or CDBG-DR URA processes for a county grantee or sub-recipient with similar scope of service needs to Volusia County.
The Relocation Specialist shall already have expertise in CDBG-DR regulations and URA regulations. The Relocation Specialist shall complete training for DRR staff within one (1) month of the Notice to Proceed and provide finalized URA and/or TRA Standard Operating Procedures and Policies within two (2) months of the Notice to Proceed.
Buyout and Acquisition Specialist
The Buyout and Acquisition Specialist shall provide Subject Matter Expertise in the implementation of a CDBG-DR buyout/acquisition program. This may include, but not be limited to, the following:
1. Assisting in the development of Disaster Risk Reduction Areas (DRRA’s) in coordination with County staff;
2. Providing expertise to inform DRR and DRR’s SOR developers with building or modifying workflow modules in the SOR. Skills sought include policy and programmatic expertise to inform DRR and DRR’s developers of best practices and do not include SOR development skills;
3. Helping launch application intake and communication strategy with applicants within DRRA’s;
4. Assisting in the development of DRR’s Buyout and Acquisition manuals, procedures, and policies. Provide Subject Matter Expertise to DRR staff regarding program improvements and Action Plan revisions;
5. Ensuring all buyout and acquisition activities are in compliance with DRR policies and procedures, manuals, HUD and cross-cutting Federal regulations, and County law;
6. Assisting in the implementation of all aspects of the Buyout and Acquisition program from applicant intake to closeout;
7. Providing training to county, contract, or local staff; and,
8. Assisting with other program needs, if requested.
The Buyout and Acquisition Specialist should have a minimum of three years’ experience in a buyout and acquisition program for a CDBG-DR grantee or sub-recipient of equivalent size to Volusia County. Buyout and Acquisition Specialist shall have assisted in finalizing DRR’s Buyouts and Acquisition manual and associated Standard Operating Procedures within two months of Contract start date.
Quality Assurance/Quality Control Specialists
The Quality Assurance/Quality Control Specialists shall provide internal quality assurance and quality control functions and provide training to existing and new DRR staff. This may include, but not be limited to, the following:
1. Providing expertise to inform DRR and DRR’s SOR developers with building or modifying workflow modules in the SOR. Skills sought include policy and programmatic expertise to inform DRR and DRR’s developers of best practices but do not include SOR development skills;
2. A Quality Assurance/Quality Control Specialist shall review the Duplication of Benefits (DOB) and Verification of Benefits (VOB) determinations for applicants completed by DRR’s case managers according to DRR’s established policies, HUD and cross-cutting Federal regulations, and county law;
3. Quality Assurance/Quality Control Specialists, at a minimum, shall be responsible for the following:
- Developing a monitoring plan;
- Monitoring DRR’s programs and subrecipients for compliance according to DRR’s policies and procedures, Volusia County laws and regulations, and HUD and cross-cutting Federal regulations;
- Conducting on-site monitoring visits with the County’s subrecipients for all procurement, financial, construction and other activity;
- Checking for quality and compliance all the products completed by the County’s prime contracting firms, the Construction Management firm, or the firms procured by subrecipients, including awards, environmental reviews, damage inspections, and all other outputs as requested;
- Monitoring and tracking all changes to DRR’s policies and procedures, Action Plans, manuals and checking all policy changes for County and Federal regulations compliance;
- Interfacing with DRR’s internal training team to describe all changes made to policies and procedures;
- Providing training to county, contract, or local staff;
- Assisting with other program needs, if requested.
4. Quality Assurance/Quality Control Specialists should have demonstrated expertise in single-family recovery programs including rehabilitation, reconstruction, elevation, and construction management for single-family programs;
5. Quality Assurance/Quality Control Specialists should have demonstrated expertise in other programs as defined by the County’s Action Plan, and in programs that support the eligibility determination of housing programs, including but not limited to, infrastructure, economic development, environmental review, damage assessments, and site-specific environmental reviews; and,
6. The Quality Assurance/Quality Control Specialists should have a minimum of three (3) years’ experience in compliance or equivalent work for a CDBG-DR grantee or subrecipient similar in size and/or scope to Volusia County. The Quality Assurance/Quality Control Specialists shall be proficient in all policies and procedures including HUD, County and Federal regulations; shall develop a comprehensive quality control/quality assurance and monitoring plan; and start enacting the plan within one (1) month of the Notice to Proceed.
Program Support Subject Matter Experts
Services provided by the CDBG-DR Subject Matter Experts (SMEs) shall include drafting program policies, guidebooks, forms, field memoranda and guidance documentation for DRR review. This may include, but not be limited to, the following:
1. Working with DRR staff to recommend refinements to operation, documents, and policy to support the consistent and efficient implementation of federal requirements, and to assist with HUD reporting requirements;
2. Supporting DRR staff during HUD monitoring visits;
3. Reviewing requests for information from field staff which require interpretations of program policy based upon case specific facts;
4. Providing training to DRR staff and DRR vendor personnel;
5. Conducting analyses on current processes and working with DRR team leads to identify, document, and prioritize process improvements;
6. Monitoring construction and application processing to identify the root causes of production bottlenecks and providing technical assistance to DRR staff to increase production levels;
7. Developing and issuing Process Improvement Implementation Plans; and,
8. Assisting DRR staff with ongoing planning related to future disaster response.
The SMEs shall provide Subject Matter Expertise for CDBG-DR program planning. The SMEs shall at a minimum be responsible for:
1. Providing Subject Matter Expertise on housing programs, mitigation activities, buyout and acquisition programs, infrastructure programs, and all other CDBG-DR funded recovery actives as needed;
2. Drafting and revising DRR Policies and Procedures including but not limited to the DRR Housing Manual in accordance with the County Action Plan, County and Federal Laws, as needed;
3. Providing Subject Matter Expertise in CDBG-DR application intake and process;
4. Providing expertise to inform DRR and DRR’s SOR developers with building or modifying workflow modules in the SOR. Skills sought include policy and programmatic expertise to inform DRR and DRR’s developers of best practices and do not include SOR development skills;
5. Providing training to county, contract, or local staff; and,
6. Assisting with other programs, if needed.
Housing Repair and Reconstruction Subject Matter Experts
Repair and Reconstruction SMEs should have a minimum of five years direct experience in CDBG-DR program policy and/or implementation for a grantee or sub-recipient of equivalent or greater scope of service and size to Volusia County, considerable knowledge of CDBG-DR best practices and HUD regulations and demonstrated ability to provide expert recommendations to senior leadership.
The Housing Repair and Reconstruction SME shall have expertise in at least the following areas:
1. CDBG-DR housing programs including buyout and acquisition, single family homeowner programs;
2. Income verification, duplication of benefits, infrastructure, Section 3, Davis Bacon, and URA requirements;
3. Demonstrated strong writing, analytical, leadership and communications skills; and,
4. All other CDBG-DR program activities as needed.
Duplication of Benefits Subject Matter Experts
Duplication of Benefits SME should have a minimum of three years direct experience in CDBG-DR program policy and/or implementation for a grantee or sub-recipient of equivalent or greater scope of service and size to Volusia County.
Duplication of benefits SME should have demonstrated expertise in:
1. Experience generating analysis for the purpose of calculating and duplication of benefits analysis for numerous projects;
2. Demonstrated expertise in policy generation or implementation of CDBG-DR single-family housing programs, infrastructure programs, buyout/acquisition programs, or a combination of skills and experience in CDBG-DR policy generation or implementation.
CDBG-DR Environmental Review Specialist
Services provided by the CDBG-DR Environmental Review Specialist may include, but are not limited to, the following:
1. Documenting program compliance with federal environmental regulations including NEPA;
2. Providing expertise to inform DRR and DRR’s SOR developers with building or modifying workflow modules in the SOR. Skills sought include policy and programmatic expertise to inform DRR and DRR’s developers of best practices and do not include SOR development skills;
3. Reviewing area-wide (Tier 1) environmental review records prepared by DRR’s contractors for compliance and accuracy;
4. Reviewing site-specific environmental reviews prepared by DRR’s contractors for compliance and accuracy;
5. Providing environmental Subject Matter Expertise in all of Volusia County’s Action Plan-defined programs including, but not limited to, housing programs, buyouts and acquisitions, and infrastructure repair; and,
6. Providing training to County, contract, or local staff.
The Environmental Review Specialist should have a minimum of three (3) years direct experience in providing environmental review Subject Matter Expertise for a grantee or subrecipient of equivalent or greater scope of service and size to Volusia County. Consultant should have prior experience authoring or reviewing area-wide (Tier 1) environmental review records and authoring or reviewing site-specific (Tier 2) environmental reviews. The Environmental Review Specialist shall be expected to have reviewed and provided recommendations for DRR’s environmental review process within one month of Contract Award and to have improved the speed of Tier 2 environmental review approvals, defined by achieving a review and approval pace that is quicker than the average of the last three (3) months’ pace prior to Contract Award.
CDBG-DR Infrastructure Specialist
Services provided by the CDBG-DR Infrastructure Specialist shall include, but are not limited to, the following:
1. Providing expertise to inform DRR and DRR’s SOR developers with building or modifying workflow modules in the SOR. Skills sought include policy and programmatic expertise to inform DRR and DRR’s developers of best practices and do not include SOR development skills;
2. Preparing, updating, and maintaining Infrastructure policy manuals, operational procedures, and workflow diagrams;
3. Providing training to County, contract, or local staff to ensure program compliance;
4. Providing Infrastructure Subject Matter Expertise in all of Volusia County’s Action Plan-defined programs including but not limited to housing programs, buyouts, and acquisitions; and,
5. Assisting with other programs, if needed.
The Infrastructure Specialist should have a minimum of three (3) years direct experience in providing infrastructure Subject Matter Expertise for a grantee or subrecipient of equivalent or greater scope of service and size to Volusia County. Infrastructure Specialist should have prior experience authoring CDBG-DR infrastructure policies and/or implementing CDBG-DR infrastructure programs.
The Infrastructure Specialist shall review and provide recommendations on the improvement of DRR’s infrastructure programs and policies within one (1) month of Notice to Proceed and shall be expected to assist in the generation of program policies and recommendations for new Action Plans within the allowed time of expected CDBG-DR awards to Volusia County, as defined by the expected Federal Register.
As-Needed Project Managers
The Project Manager(s) may be responsible for assisting DRR staff with project management to support the development, coordination, and operation of DRR’s programs. The Project Manager(s) will be used to provide staff augmentation in areas where internal resources are limited, on an as-needed basis. The Project Manager(s) should have a minimum of three (3) years of project management or equivalent. Prior experience in CDBG-DR housing programs is preferred.
As-Needed Project Coordinators
The project coordinators shall serve as application intake specialists and provide as-needed case management. They shall provide eligibility review analysis, duplication of benefits analysis, ancillary services referral, and basic case management. The project coordinators shall have experience in customer service and have strong communication skills. It is expected that project coordinators live in the community and work in the DRR office.
5. Evaluation Phases
Each Proposal submittal shall be evaluated for conformance as responsive and responsible using the following criteria:
1. That all proposal documentation was submitted timely and in conformance with all requirements of the RFP.
2. That the following elements of Contractor’s proposal meet or exceed the requirements of this RFP and cumulatively provide the service and benefits to the County deemed to be in the best interest of the public
3. Scoring (0-5) shall be assigned as follows. Each criteria will have a weight assigned to calculate total points awarded.
- 0- Did not submit
- 1 - Lowest score, did not meet any of the requirements
- 2 - Next lowest score, did not meet most of the requirements
- 3 - Average score, met most of the requirements but not all
- 4 - Above Average, met all requirements
- 5 - Exceeds Expectations, meets and exceeds the requirements.
1. Pricing
Respondents shall complete Pricing Proposal Section
- Scoring Method:
- 0-5 Points
- Weight (Points):
- 10 (10% of Total)
2. Qualifications of the firm
- The County seeks a full-service with a very high degree of professionalism and prior, demonstrable experience with management, implementation, monitoring/compliance, and reporting required for CDBG-DR funding. Provide a description of your firm, your firm’s experience, and underlying philosophy in providing the services as described and requested herein. Description should include details of specific experience with managing and implementing CDBG-DR funds, outcomes, and a list of the jurisdictions in which your firm worked on these projects.
- List your current CDBG-DR client engagements with similar scope and describe your firm's
capacity to take on the County's contract.
- Scoring Method:
- 0-5 Points
- Weight (Points):
- 10 (10% of Total)
3. Personnel - Qualifications of the employees that will be assigned to the County
- Provide a detailed description of the firm’s specific project management team, inclusive of Subcontractors anticipated to be utilized, that will be assigned to the Volusia County contract. Identify the roles and responsibilities of the primary team members as they pertain/apply to the Project Approach and include details that demonstrate individual’s knowledge and understanding of the types of services to be performed as well as previous experience in similar or related work.
- Firm must identify a staff member that will serve as the lead Project Manager that shall be authorized and responsible to act on behalf of the Vendor with respect to directing, coordinating and administering all aspects of the services to be provided and performed. The County prefers that the Project Manager has at least five (5) years of related, relevant experience.
- Identify your firm's proposed staff assigned to the County's contract. The County prefers that Vendor staff assigned under this contract at a supervisory level or above have at least three (3) years of experience successfully performing project management services for a range of disaster recovery programs, such as infrastructure, mitigation and general administration of CDBG-DR funds. Further qualifications and experience required of specific staff members are described in the Scope of Work. Such experience shall be demonstrated by the resumes provided in this section.
- Provide a brief narrative regarding which staff members will be ready for mobilization upon contract approval.
- The County seeks a firm with a very high degree of professionalism and prior,
demonstrable experience with management, implementation, monitoring/compliance, and reporting required for CDBG-DR funding. To this end, Proposers should meet the following desired qualifications:
- Experience in and ability to demonstrate a working knowledge of the regulations, statutes, policies, and procedures related to grants funded by HUD Community Development Block Grant Disaster Recovery Programs, including but not limited to application preparation and amendments, record keeping systems, financial management, citizen participation, applicant outreach, procurement, residential anti-displacement, Section 504, fair housing, Equal Employment Opportunity requirements, Section 3, labor compliance (including Davis-Bacon Act), property acquisition, compliance monitoring, and project closeout. Such knowledge and
experience shall be demonstrated by providing the County with the following documentation as part of the proposal package under: a detailed, narrative statement listing the three most recent, comparable contracts (including contact information) which have been performed. - Prior work history with federal, state, or local government, as evidenced by a complete list of government agencies for which the Vendor has performed work in the last five (5) years as the primary contractor.
- Experience in and ability to demonstrate a working knowledge of the regulations, statutes, policies, and procedures related to grants funded by HUD Community Development Block Grant Disaster Recovery Programs, including but not limited to application preparation and amendments, record keeping systems, financial management, citizen participation, applicant outreach, procurement, residential anti-displacement, Section 504, fair housing, Equal Employment Opportunity requirements, Section 3, labor compliance (including Davis-Bacon Act), property acquisition, compliance monitoring, and project closeout. Such knowledge and
- Provide a statement acknowledging your firm’s understanding that the project management
team/key team members assigned to the Volusia County contract, as described above, shall not be substituted without the expressed permission of Volusia County.
- Provide resumes, licensure, and certifications of proposed specific project management team, inclusive of subcontractors anticipated to be utilized.
- Scoring Method:
- 0-5 Points
- Weight (Points):
- 25 (25% of Total)
4. Project Approach
Provide a detailed Project Approach that explains how your firm intends to comply with and meet the anticipated deliverables as detailed within this solicitation.
Highlight how your firm controls costs, and any specific assets that your firm intends to use.
- Scoring Method:
- 0-5 Points
- Weight (Points):
- 30 (30% of Total)
5. Experience/References
Demonstrate your firm’s experience in, and knowledge of, the regulations, statutes, policies, and procedures related to grants funded by HUD Community Development Block Grant Disaster Recovery Programs, including, but not limited to, financial management, applicant outreach, residential anti-displacement, Section 504, fair housing, Equal Employment Opportunity requirements, Section 3, labor compliance (including Davis-Bacon Act), property acquisition, compliance monitoring, and project closeout. Such knowledge and experience shall be demonstrated by providing the details of a maximum of five (5) projects similar in scope and size to that being requested through this solicitation that your firm has completed recently. Details for each project example provided should include:
- Project Name
- Project Address
- Customer Name
- Customer Contact Information
- Point of contact Name, Phone, and Email o Brief description of work provided.
- Initial costs of work
- Final costs of work
- Number of change orders
- Total completion time (From Notice to Proceed to Final Invoice payment) o Name of the disaster for which CDBG-DR/MIT funding was awarded
- Total CDBG-DR/MIT allocation, and percentage or amount managed by your firm
Provide a statement of understanding that your firm recognizes the County reserves the right to evaluate the proposing Firm on their past performance and prior dealings with Volusia County (i.e., failure to meet specifications, poor workmanship, late delivery, etc.) as part of their experience criteria.
Provide a complete list of government agencies for which you have performed work in the last five (5) years as the primary contractor, the name of the project(s), and total contract amount.
Provide a complete list of any government agencies with whom your firm has had a contract that had been terminated.
Respondent shall also list any lawsuits in which their team (firm and sub-consultants) has been involved in relative to company contracts or other company business over the last five (5) years. The Respondent shall also list any work their team failed to complete in accordance with any contract in the last five (5) years and describe details regarding the non-performance, including listing any officer or partner of their team who in the last five (5) years failed to complete a contract handled in his/her name.
- Scoring Method:
- 0-5 Points
- Weight (Points):
- 25 (25% of Total)
6. Pricing Proposal
7. Vendor Questionnaire
By checking yes, the Contractor/Proposer acknowledges that information provided in the response is true and correct and agrees to all terms and conditions contained in this solicitation and related exhibits. Contractor/Proposer further agrees and acknowledges that no proprietary or confidential information has been submitted and that the submission of a response is final. Responses may be withdrawn by the Contractor/Proposer prior to the closing/offer date. Following the closing/offer date, Contractor/Proposer understands that a response may not be withdrawn.
By submitting this proposal or entering into this contract, Contractor/Proposer acknowledges that all documents submitted are public records and agrees that any records maintained, generated, received, or kept in connection with, or related to the performance of services or delivery of products provided under this proposal or contract are public records subject to the public records disclosure requirements of Florida Statutes sec. 119 et seq., and Article I, section 24 of the Florida Constitution.
Compliance with E-Verify Federal Requirements
The Contractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor / Consultant on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement, including Subcontractors. Any subcontract entered into by Contractor with any Subcontractor performing work under this contract shall include the following language: “The Subcontractor shall utilize the U.S. Department of Homeland Security’s E-Verify system to verify the employment eligibility of all new employees hired by the Contractor on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement.” The Contractor covenants and agrees that if it is found in violation of this section or the Executive Order, such violation shall be a material breach of this Agreement and Contractor shall indemnify, defend and hold harmless the County from any fines or penalties levied by a government agency, including the loss or repayment of grant funds by the County.
Compliance with FEMA 2 CFR 200.318-326 and Appendix II Contract Provisions
This Agreement and the products/services provided may be utilized in the event of declared State/Federal Emergency, and Contractors shall comply with the applicable sections of Exhibit A, Federal Contract Provisions.
Content of Invitation/Response is mentioned in "General Terms & Conditions" section
Submission of Offers is mentioned in General Terms & Conditions
Required Types and Limits of Insura..(499004).docx (see attachment)
By selecting "Yes", Respondent hereby acknowledges it has implemented the requirements of Florida statute 287.087 and is in compliance with the requirements of a drug-free workplace program.
Vendor acknowledges that the name and title of the signatory (the “Authorized Signatory”), as completed below, is authorized to execute contracts/agreements with the County of Volusia, and any affixed electronic or conformed signature of the Authorized Signatory shall be the act of and attributable to the Authorized Signatory. By signing this Agreement electronically, the Authorized Signatory does thereby adopt the electronic or conformed signature as his or her own and designates a copy of same for use as an official record by the County of Volusia.
Please sign in the following format to indicate acknowledgment: Full Name, Title
The award of this solicitation is subject to Chapter 112, Florida Statutes. All respondents must disclose with their response the name of any officer, director, or agent who is also an employee of the County of Volusia. Further, all respondents must disclose the name of any County of Volusia employee who owns, directly or indirectly, an interest of the Respondent's/Supplier's firm or any of its subsidiaries associated with this project. I certify that this proposal is made without prior understanding, agreement or connection with any corporation, firm or person submitting a proposal for the same services, and is in all respects fair and without collusion or fraud.
Respondent shall select 'No' if a conflict of interest as defined in this question does NOT exist. Please select 'Yes' if a conflict of interest as defined in this question DOES exist and shall be further described in the explanation below.
Only respond to this if you answered "Yes" to conflict of interest question above
Please indicate response.
If you indicated YES to the question above regarding owners, principals, or officers of the firm serving on any Volusia County board(s) or committee(s), please list the individual's full name(s) and the board(s) and/or committee(s) on which they serve.
All answers to questions of substance will be publicly published using the Question & Answer feature.
Participants are required to review all revisions and answers to questions published. Revisions within the Solicitation as well as responses posted through the 'Question & Answer' feature are authoritative and shall be considered an addendum to the Solicitation. All information in this Solicitation, including information provided through the 'Question & Answer' feature are incorporated into the Solicitation or any Contract resulting from this Solicitation.
Public Entity Crimes - Pursuant to Section 287.133(12)(a) of the Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a Submittal Package (Bid Response) on a contract to provide any goods or services to a public entity, may not submit a bond on a contract with a public entity for the construction or repair of a public building or public work, may not submit Submittal Package (Bid Response) on leases of real property to a public entity may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 for Category Two ($25,000) for a period of 36 months from the date of being placed on the convicted vendor list. Respondent should read carefully all provisions of 287.133 and 287.134, Florida Statutes (2005).
By selecting 'Yes' below, the Respondent certifies to the best of its knowledge and belief, that the firm and any subcontractor/supplier in accordance with a response to this solicitation:
- are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency
- have not within a three-year period preceding this bid proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property.
- are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in the previous paragraph of this certification.
- have not within a three (3) year period preceding this bid proposal had one or more public transactions (Federal, State, or local) terminated for cause or default.
Per State of Florida Statute s. 287.135(5) Suppliers (companies) must acknowledge and agree to the 'Certification Regarding Prohibition Against Contracting with Scrutinized Companies' paragraph listed below. Respondents shall agree by marking the option below. Respondents neglecting to respond may be disqualified from consideration of award and deemed non-responsive.
I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority-owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit have been placed on the Scrutinized Companies That Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are engaged in a boycott of Israel.
In addition, if this solicitation is for a contract for goods or services where the total contract value is one million dollars ($1,000,000) or more, I hereby certify that neither the responding entity, nor any of its wholly owned subsidiaries, majority- owned subsidiaries, parent companies, or affiliates of such entities or business associations, that exists for the purpose of making profit are on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business operations in Cuba or Syria as defined in said statute.
I understand and agree that the County may immediately terminate any contract resulting from this Solicitation upon written notice if the responding entity (or any of those related entities of respondent as defined above by Florida law) are found to have submitted a false certification or any of the following occur with respect to the company or a related entity: (i) 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.
For any federally funded project, respondent agrees to register on SAM.gov if awarded a contract under this solicitation.
Please download the below documents, complete, and upload.
Respondents submitting letter of interest from an authorized representative shall provide additional documentation from the corporate officer or principal authorizing the representative to bind the firm to a contract. Joint ventures shall submit a statement of participation by a principal of each member of the joint venture with their proposal.
Please attach current W-9 Form
There are two exceptions to this ITB submission requirement:
1. If Respondent's business does not have a physical location in Lake, Orange, Osceola, Seminole, or Volusia County, no submission is required,
OR
2. If Respondent’s business type is exempt, submit with proposal a Proof of Exemption Form, approved by the Volusia County Treasury and Billing Director, located at https://www.volusia.org/core/fileparse.php/6090/urlt/Proof-of-Exemption.pdf
To be responsive to this solicitation, each Respondent who is currently required to have a Business Tax Receipt (BTR) at the time of submittal shall provide a copy of their current BTR.
here are two exceptions to this ITB submission requirement:
1. If Respondent's business does not have a physical location in Lake, Orange, Osceola, Seminole, or Volusia County, no submission is required,
OR
2. If Respondent’s business type is exempt, submit with proposal a Proof of Exemption Form, approved by the Volusia County Treasury and Billing Director, located at https://www.volusia.org/core/fileparse.php/6090/urlt/Proof-of-Exemption.pdf
For more information and to access Ch. 114, Article I, Sect. 114-1 of the Volusia County Code of Ordinances, go to: http://www.volusia.org/services/financial-and-administrative-services/revenue-services/local-business-tax/business-tax-frequently-asked questions.stml
Upon award, final forms must contain the correct solicitation and/or project number and Volusia County contact person.
Firms that have owner/operators that have filed a "Notice of Election to be Exempt" shall submit a copy with the response.
Respondent and their sub-consultants/Subcontractors shall have a current professional license from the appropriate governing board to practice in the State of Florida at the time of its submittal. Respondent and their sub-consultants/Subcontractors shall submit with their submittal, copies of their professional license.
Licenses shall remain current for the entire term of the Contract resulting from this solicitation.
Respondent shall properly complete, notarize and upload the attached disclosure statement certifying that he or she has not employed or retained any company or person, other than a bona fide employee working solely for the respondent to solicit or secure this contract and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the respondent any fee, commission, percentage, gift, or other consideration contingent upon or resulting from award or making of this contract.
Please download the below documents, complete, and upload.
The information provided in this secion, must be current and the County must be able to contact references for verification as part of the evaluation process.
Provide three (3) references of the same or similar magnitude to this solicitation request where the proposed product has been used within the past five (5) years, including company name, contact person, phone number and e-mail address. Unless specifically asked by the County, the County of Volusia shall not be listed as a reference. (Use the attached Reference Form). Please download the below documents, complete, and upload.
All Respondents shall be prepared to supply a financial statement upon request, preferably a certified audit of the last available fiscal year.
Proposals shall be clear, concise, indexed by subject and propertly submitted per the requirements. Documents shall be uploaded by the Respondent to the appropriate section.
Failure to provide the required information may result in the proposal not being considered.
A submittal letter signed by an authorized agent of the firm, as listed on the Florida Department of State, Division of Corporations’ Sunbiz report available at www.sunbiz.org (Sunbiz), shall be required. If anyone other than the officers listed on the Sunbiz website will be signing this RFP, a memorandum of authority signed by an officer of the firm allocating authorization shall be required. If firm is not currently registered as a vendor in the State of Florida (Sunbiz), include documentation designation of contracting authority. The memorandum of authority shall be on the firm’s letterhead and shall clearly state the name, title and contact information for the individual designated by the firm.
- A brief history of the business;
- Organization structure of the business;
- Designation of the legal entity by which the business operates (i.e., sole proprietorship, partnership, limited liability partnership, corporation, limited liability corporation, etc.) including documentation from the appropriate state’s agency confirming firm’s legal entity type. For non-Florida businesses, submit documentation from the state in which the business was formed and documentation from the State of Florida providing authorization to perform business in the state of Florida;
- A Florida Department of State, Division of Corporations’ Sunbiz report available at www.sunbiz.org;
- Ownership interests;
- Active business venues (counties, states, etc.);
- Present status and projected direction of business;
- The overall qualifications of the business to provide the services requested;
- The qualifications of the firm’s employees who will work on the Contract;
- Respondent shall also list any lawsuits in which their team (firm & sub consultants) has been involved in relative to company contracts or other company business over the last five (5) years. The respondent shall also list any work their team failed to complete in accordance with any contract in the last five (5) years and describe details regarding the non-performance, including listing any officer or partner of their team who in the last five (5) years failed to complete a contract handled in his/her name.
Respondent shall upload documents that detail the firms qualifications as requeseted in the Evaluation Phases Section of this solicitation.
Respondent shall upload documents that provide information about the Qualifications of the employees that will be assigned to the County as requested in the Evaluation Phases Section of this solicitation.
Respondent shall upload document(s) that provide all information about their project approach as requested in the Evaluation Phases Section of this solicitation.
Respondent shall upload document(s) that detail their experience/references as requested in the Evaluation Phases Section of this solicitation.
The following information is required in order to be considered for a future price redetermination for fuel.
The total for allof the pricing redetermination percentages in these sections shall not exceed 100.
Complete percentage amount below:
The following information is required in order to be considered for a future price redetermination for wages.
The total for allof the pricing redetermination percentages in these sections shall not exceed 100.
Complete percentage amount below:
The following information is required in order to be considered for a future price redetermination for materials.
The total for allof the pricing redetermination percentages in these sections shall not exceed 100.
Complete percentage amount below:
8. Definitions
As used in this Solicitation, the following terms shall have the meanings set forth below:
- Construction Services: Means all labor, services, and materials provided in connection with the construction, alteration, repair, demolition, reconstruction, or any other improvements to real property. The term "construction services" does not include Contracts or work performed for the Department of Transportation.
- Consultant: The person with education and/or experience which uniquely qualifies him or her to perform a specialized service for the County.
- Consultant's Services: Those services within the scope of work of this solicitation that are in an advisory nature to support policy development, decision-making, administration, or management of the government; normally provided by persons and/or organizations considered to have prerequisite knowledge or special abilities not generally available in the government.
- Contract: The document resulting from this solicitation between the County and the awarded Respondent, including this RFP, and the awarded Respondent’s response along with any written addenda and other written documents, which are expressly incorporated by reference.
- Contractor: That person or entity, including employees, servants, partners, principals, agents and assignees of the person or entity that has submitted a Bid or proposal for the purpose of obtaining business with the County to provide the product and/or services set forth herein.
- Contract Administrator: The Director of Purchasing and Contracts or designee shall serve as Contract Administrator. The Contract Administrator shall be responsible for addressing any concerns within the scope of the Contract. Any changes to the resulting Contract shall be done in writing and authorized by the Director of Purchasing and Contracts.
- County: Shall mean the County of Volusia (a body corporate and politic and a subdivision of the State of Florida) including its districts, authorities, separate units of government established by law, ordinance or resolution, partners, elected and non-elected officials, employees, agents, volunteers, and any party with whom the County has agreed by contract to provide additional insured status.
- County’s Project Manager(s): The Project Manager(s) have responsibility for the day-to-day administration of the resulting Agreement for the County and will be designated prior to award of the resulting Master Agreement or Purchase Order.
- Day: The word “day” means each calendar day or accumulation of calendar days.
- Deputy Project Manager: professional staff person permanently assigned to the project full-time from the Implementation Contractor. This person will be the deputy reporting to the Project Manager and will also be responsible for all work performed by the implementation vendor team
- Director: The Director of Purchasing and Contracts for the County of Volusia, Florida.
- Housing Quality Standards (HQS): housing rehabilitation and reconstruction standards that establish the minimum critieria necessary for the health and safety of the home.
- HUD CDBG-DR Subject Matter Expert. Professional staff who are qualified by years of experience as subject matter experts on a variety of topics under the program of CDBG-DR.
- Implementation Contractor – The Contractor awarded a contract as a result of this solicitation. Used interchangeably with Contractor.
- Manufactured Housing Units (MHUs); A structure, transportable in one or more sections which, in the traveling mode is eight body-feet or more in width, or forty body-feet or more in length or when erected on site, is at least 320 square feet, and which is built on a permanent chasis and designed to be used as a dwelling with or without a permanent foundation when connected to the required utilities and includes the plumbing, heating, air-conditioning, and electrical systems contained therein.
- Person or Persons: An individual, firm, partnership, corporation, association, executor, administrator, trustee, or other legal entity, whether singular or plural, masculine or feminine, as the context may require.
- Project manager: professional staff person permanently assigned to the project full-time from the Implementation vendor. This person will be responsible for all work performed by the implementation vendor team. This person will have office space in the local office.
- Project Specialists. Professional staff who are qualified by years of experience as subject matter experts on a variety of topics under the program of CDBG-DR or other speciality as needed.
- Proposal: The document submitted by the Consultant in response to a formal solicitation used to determine if the Consultant is highly qualified.
- Proposer: See Respondent.
- Protest: See process at www.volusia.org/purchasing.
- Respondent: That person or entity, including employees, servants, partners, principals, agents and assignees of the person or entity that submits a proposal for the purpose of obtaining a Contract with the County for the provision of the services requested in the RSQ.
- Respondent’s Project Manager: The Project Manager has responsibility for administering this Contract for the Respondent and will be designated prior to execution of the Contract.
- Special Case Panel (SCP): The Special Case Panel consists of five senior recovery officials who will convene to address unique applicant issues/circumstances as they arise. The panel will issue decision memorandums or their equivalent for each matter it considers and will be chaired by the DRR Operations Manager. DRR may, at its discretion, refer any matter relating an applicant or contractor’s project to its Special Case Panel for a decision. SCP decisions may be appealed to the Director of DRR.
- Task Assignment: Specific, detailed services or work placed against an awarded and established continuing services Contract memorialized as an Amendment to this Contract by the parties prior to the commencement of such Work or Services by the Consultant.
- Working Days: Monday through Friday except for County recobnized holidays Holiday observances (county offices closed) (volusia.org)