Active SLED Opportunity · FLORIDA · VOLUSIA SOLID WASTE

    CDBG-DR East Taylor Road, DeLand, Pump Station and Water Retention Expansion Design and Engineering

    Issued by Volusia Solid Waste
    localSource SoughtVolusia Solid WasteSol. 242710
    Open · 28d remaining
    DAYS TO CLOSE
    28
    due May 21, 2026
    PUBLISHED
    Apr 23, 2026
    Posting date
    JURISDICTION
    Volusia Solid
    local
    NAICS CODE
    541330
    AI-classified industry

    AI Summary

    Volusia County seeks qualifications for design and engineering services for flood mitigation improvements on East Taylor Road, DeLand, FL. Funded by HUD CDBG-DR, the project includes stormwater pump station and water retention expansion to address flooding from recent hurricanes. Evaluation focuses on firm qualifications, experience, and project approach.

    Opportunity details

    Solicitation No.
    242710
    Type / RFx
    Source Sought
    Status
    open
    Level
    local
    Published Date
    April 23, 2026
    Due Date
    May 21, 2026
    NAICS Code
    541330AI guide
    State
    Florida
    Agency
    Volusia Solid Waste

    Description

    Volusia County’s Office of Recovery and Resiliency (ORR) is seeking statements of qualifications for this project to design Volusia County's proposed flood mitigation improvements on East Taylor Road located in DeLand. This project is intended to aid in the recovery of Volusia County from the damage suffered from Hurricane Ian in September 2022 and this project is funded by a U.S. Dept. of Housing and Urban Development (“HUD”) Community Development Block Grant for Disaster Recovery (“CDBG-DR”).

    Background

    The 1,080-acre Lake Towanda basin are urban drainage areas that encompass mainly residential and natural areas (including wetland) land uses, as well as two major road corridors (Talyor Road and West Volusia Beltway). The extension of Taylor Road from Blue Lake Avenue to the West Volusia Beltline, completed in the late 1990s, included a dry retention pond constructed to manage stormwater runoff from the new road segment. Designed to retain all runoff without discharge, the pond relied on percolation to recover its volume.

    The extreme rainfall events in recent years have caused an increased frequency of standing water and elevated water tables in the area. In September 2022, Hurricane Ian brought 11 inches of rainfall to the area, submerging portions of Taylor Road under nearly 8 inches of water. Most recently in October 2024, Hurricane Milton delivered an average of 16 inches of rainfall across Volusia County, with the City of Deland recording 18.32 inches at their Utilities Department weather station. This storm was compounded by already saturated ground, causing significant flooding, inundating many residential yards, and submerging Taylor Road with as much as 2 to 3 feet of water. This persistent flooding impacted the properties in the area, the pond, and Taylor Road. Alleviating frequent flooding for the area is crucial, especially given that there is a fire station near the Taylor Road Pond.

    To mitigate for future flood events, the following improvements are proposed for the 99-acre mitigation areas.

    1. Acquire additional property from willing sellers for additional stormwater storage capacity. Property acquisition to be performed by Volusia County.
    2. Install a new stormwater pump station and force main at Taylor Road Pond to discharge stormwater runoff into Lake Moore.

    Volusia County’s Public Works Department will be responsible for the required Operation and Maintenance (O&M) of the proposed stormwater pump stations, force mains, and generators.

    Project Details

    • Reference ID: 26-SQ-83KW
    • Department: Recovery and Resiliency
    • Department Head: Dona Butler (Director)

    Important Dates

    • Questions Due: 2026-05-08T03:59:00.000Z

    Meetings & Milestones

    EventDateLocation
    Solicitation Opening Information 2026-05-21T19:00:00.000ZMicrosoft Teams meeting 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#

    Evaluation Criteria

    • Qualifications of the firm and the employees that will be assigned to the County ; litigation (30 pts)

      Credentials, qualifications, and years' experience of the staff for both the prime and sub-consultants and key personnel as presented by resumes, education, and training, include number of years prime and subconsultants worked together and quality of performance or previous contracts/services;

      Affiliations, memberships, and officers of staff in the professional organization; and the number of professional staff, education, and years’ experience in stormwater design, floodplain management, and environmental engineering including support staff such as GIS specialists, surveyors, geotechnical engineers, stormwater modelers, construction inspectors (CEI), etc.

    • Experience (40 pts)

      Experience in providing similar services / references, including timeliness of performance; to evaluate past performance, all proposers are required to submit three (3) references illustrating a minimum of five (5) years’ relevant service that are the same or similar to the magnitude of this RSQ. For company name and/or ownership changes, appropriate documentation shall be required.

      Documented familiarity with stormwater management and flood mitigation projects;

      Documented experience with State (Water Management District, DEP) and Federal (EPA, Army Corps.) permitting/regulatory programs;

      Documented experience in managing and administering, State (Water Management District, DEP) and Federal (EPA, Army Corps.) grant funding as it relates to stormwater management and flood mitigation projects;

      Documented projects (with references) which demonstrate proficiency and experience in the design and permitting of stormwater pump stations and forcemains.

    • Project Approach (30 pts)

      Overall project methodology/approach to support the needs and objectives of the project;

      Quality of performance or previous contracts or services;

      Whether the firm can perform the contract or provide the service within budget requirements, promptly or within the time specified, without delay or interference;

      Quality, availability and adaptability of the contractual services to the particular use required.

    Submission Requirements

    • Acknowledgements
    • Acknowledgment (required)

      By checking yes, the Respondent acknowledges the following:

      • Information provided in the response is true and correct and that the submission of a response is final.
      • The Respondent agrees to all terms and conditions contained in this solicitation and related exhibits, including construction drawings, technical specifications, and permits, if applicable. (By checking yes, vendor agrees to the attached County of Volusia Purchase Order (PO) or Master Agreement (MA) Terms and Conditions, if included with this solicitation.)
      • Respondent further agrees and acknowledges that no proprietary or confidential information has been submitted. By submitting this proposal or entering into this contract, Consultant/Respondent 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.
      • Responses may be withdrawn by the Respondent prior to the closing/offer date. Following the closing date, Respondent understands that a response may not be withdrawn.
    • Scope of Services Acknowledgement (required)

      By checking yes, vendor acknowledges the above and/or included Scope of Services and will furnish said product and/or services according to the specifications or scope of services detailed within this Solicitation if awarded. 

    • Document Upload Format Acknowledgement (required)

      By checking yes, the Respondent acknowledges that all uploaded documents are in one of the following formats:

      • Microsoft Word
      • Microsoft Excel
      • Adobe PDF

      Any other format is not compatible with OpenGov and may render your response unreadable.

    • Sample Contract/Agreement Receipt. (required)

      By checking yes, the Respondent acknowledges that the Respondent has received and reviewed the sample contract/agreement attached in the Attachments/Exhibits Section. 

    • By checking yes, the Respondent agrees to comply with the Federal Transit Administration Regulations as described in this section. (required)

      Compliance with Federal Transit Administration Regulations

      COMPLIANCE WITH REGULATIONS: Consultant(s) must be in compliance with applicable Federal Transit Administration (FTA) regulations as indicated in the FTA Master Agreement and Best Practices Procurement.

      Consultant(s) shall provide all requested information for State and Federal Reporting requirements in a timely manner. These documents can be found on the Internet at:

    • By checking yes, the vendor agrees to comply with the E-Verify requirements as described in this section. (required)

      The Consultant 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 Consultant on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement, including Subconsultant. Any subcontract entered into by Consultant with any Subconsultant performing Work under this Contract shall include the following language: “The Subconsultant 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 Consultant on or after the effective date of this Agreement and thereafter during the remaining term of the Agreement.” The Consultant 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 Consultant 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.

    • Complete and upload the Federal Contract Provisions. (required)

      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 Consultant shall comply with the applicable sections of the Federal Contract Provisions attached.

      Please download the attached document, complete, and upload.

    • Registration on SAM.gov (required)

      For any federally funded project, Respondent agrees to register on SAM.gov if awarded a contract under this solicitation.

    • Insurance Acknowledgement (required)

      By checking yes, Respondent agrees to the insurance requirements as detailed in the Required Types and Limits of Insurance Chart and the Required Types of Insurance; Insurance Requirements; and Proof of Insurance sub-sections in "General Terms and Conditions".

    • Drug-Free Workplace (required)

      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.

    • Name and Title of Authorized Agent of the Respondent (required)

      Respondent 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 and the Respondent. 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.

      If the below-named individual is not an authorized agent of the firm, as listed with the Florida Division of Corporations (Sunbiz), a Memorandum of Authority shall be uploaded giving that individual authorization to commit the firm to a contract.

      Please provide the Complete Name and Title which shall indicate acknowledgment.

    • Conflict of Interest (required)

      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.

    • Enter explanation of the conflict of interest indicated above. (required)

      If the response to the above question is "Yes", enter an explanation of the conflict. If the response to the above question is "No", enter N/A.

    • Do you or any owner(s), principal(s), or officer(s) of your firm currently serve on any Volusia County board(s) or committee(s)? (required)
    • If you indicated YES to Volusia County board/committee question above.

      Please list the individual's full name(s) and the board(s) and/or committee(s) on which they serve.

    • Revisions, Addenda, Questions & Answers (required)

      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.

      By selecting YES below, participants are confirming that they have reviewed revisions and all answers to questions published and any addenda up until the bid closing date and have given consideration to all information in preparing the response to this solicitation. Selecting YES will serve as confirmation of acknowledgement.

    • Sales Tax Exemption Certificate Document

      Please acknowledge receipt of Sales Tax Exemption Certificate Document in the next section. 

    • Sales Tax Exemption Procedures (required)

      Proposer acknowledges and agrees with the Sales Tax Exemption Procedure document, included in the previous Section. 

    • Bid Bond

      A Bid Bond in the amount of five percent (5%) of the total bid price, payable to the County of Volusia, is required for this Solicitation. The Submittal bond can be in the form of a bond, cashier’s check or irrevocable letter of credit (ILOC). The bond shall be issued by an agency authorized to do business in the State of Florida and with a rating of "A" or higher as listed in the A.M. Best & Company latest published rating guide. The County provided form shall be used if the bond is issued. The bond, cashier’s check or ILOC shall not expire until the Agreement is awarded and shall guarantee that

      • (1) a Proposer shall not withdraw its Response after the closing time and date of this Solicitation, or
      • (2) the awarded Proposer shall promptly execute an Agreement and deliver any required specifications required by the County prior to start-up of the Agreement.

      The bond, cashier’s check or ILOC will be invoked by the County to ensure payment of the Proposer of damages incurred by withdrawal of a Response, or failure to enter into an Agreement after award. Bid bonds, without interest, will be returned upon receipt of appropriate insurance documents and/or a Performance Bond, if applicable.

    • Bid Bond Form (required)

      Please download the below documents, complete, and upload.

    • Payment and Performance Bonds

      Consultant shall furnish Payment and Performance Bonds, prior to performing any Work under the Agreement in an amount equal to the total value of the project including any amendments or Modification Orders made thereto pursuant to the Order or other documentation executed by the parties, in strict accordance with Fla. Stat. §255.05. Failing to do so, shall constitute a material breach of this Agreement. The Bonds shall be secured from or countersigned by an agency or Surety company recognized in good standing and authorized to do business in the State of Florida.

      Simultaneously with the delivery of the executed Agreement to the County, a Proposer to whom an Agreement has been awarded must deliver to the County, executed, separate Payment and Performance Bonds on the prescribed forms, each in an amount of one hundred percent (100%) of the Agreement price of the accepted Proposal as security for the faithful performance of this Agreement and for the payment of all persons performing labor or furnishing materials in connection therewith. The Payment and Performance Bonds shall have as the Surety thereon only such Surety company or companies as are authorized to write bonds of such character and amount under the laws of the State of Florida and with a resident agent in Florida. The Attorney-in-Fact or other officer who signs Payment and Performance Bonds for a Surety company must record with such bonds a certified copy of his Power-of Attorney authorizing him/her to do so.

      Samples of the required forms are attached in the "Attachments" section.

    • By checking yes, the vendor agrees to comply with the Payment and Performance bond requirements as described in this section. (required)
    • Payment and Performance Bond Form (ANALYST - SELECT AND UPDATE ONE OF ATTACHED FORMS FOR YOUR SOLICITATION)

      Please download the attached document for review. Upon award, Consultant shall be prepared to submit bond(s) as required in the Solicitation Terms and Conditions.

    • Liquidated Damages
    • Liquidated Damages (required)

      By checking yes, the vendor acknowledges and agrees to the amount of liquidated damages as stated in the Solicitation. 

    • Public Entity Crime
    • Public Entity Crime Acknowledgement (required)

      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', the Respondent represents and warrants that the submission of its response/proposal does not violate Section 287.133, Florida Statutes (2005), nor Section 287.134, Florida Statutes (2005) or their successor. In addition to the foregoing, the Respondent represents and warrants that Respondent, Respondent’s subcontractors and Respondent’s implementer, if any, is not under investigation for violation of such statutes.

    • Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion
    • Acknowledgment Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (required)

      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.
    • Enter explanation of the 'No' response to the Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion. (required)
    • Scrutinized Companies Certification

      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.

    • By selecting 'Yes', the respondent acknowledges and agrees to the 'Certification Regarding Prohibition Against Contracting with Scrutinized Companies.' (required)
    • Forms/Documentation
    • Submittal Form (required)

      Please download the below documents, complete, and upload.

    • Memorandum of Authority

      If the Authorized Signatory identified in the Section (Name and Title of Authorized Agent of the Respondent) above is not an authorized agent of the firm, as listed with the Florida Division of Corporations (Sunbiz), a memorandum of authority, signed by an authorized agent, shall be uploaded in this section giving that individual (Authorized Signatory) the authority to commit the firm to a contract. 

    • Acknowledgement of Pricing Submission. (required)

      Respondent acknowledges that pricing has been completed as requested and does not exceed the County's quotation cap of $50,000. 

    • W-9 (required)

      Please attach current W-9 Form.

    • Proof of Insurance (required)

      Please provide Proof of Insurance - evidence of required insurance coverage or proof of insurability in the amounts indicated. If available, a properly completed ACORD Form is preferable. 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.

    • Hold Harmless Agreement

      Please download the below document, complete, and upload.

      Only upload if applicable in accordance with Florida Law.

    • Professional Certification/Licenses (required)

      Respondent 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 Subconsultant 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.

    • Technology System Design and Installation Guidelines (required)

      By checking yes, vendor has reviewed and accepted the Division 27 - Technology Systems Design and Installation Guidelines.

    • Florida Department of State, Division of Corporations’ Detail by Entity Name Report (required)

      Florida Department of State, Division of Corporations’ Detail by Entity Name Report

      Provide a Florida Department of State, Division of Corporations’ detail by entity name report for your firm, available at www.sunbiz.org. The Respondent shall be required, upon notification of recommendation of award, to register with the Florida Department of State Division of Corporations at www.sunbiz.org in order to provide services under the resulting Contract.

    • Certification Affidavit by Prime Contractor as Local Business (required)

      Certification Affidavit by Prime Contractor as Local Business

      By selecting 'Yes', Respondent acknowledges the local preference requirements and understand these requirements shall remain for the entire term of the agreement. Respondent further understands that failure to notify the County of Volusia of any change in status as a result of an awarded agreement may result in breach. Vendor acknowledges that, as the Respondent:

      ● Vendor has been in business for a minimum of six (6) months prior to the date of this submission

      ● Vendor acknowledges the ability to provide proof of local business presence from a local jurisdiction if required per Volusia County local preference ordinance found at

      ARTICLE VI. - FINANCE | Code of Ordinances | Volusia County, FL | Municode Library

      By Selecting "No" Respondent acknowledges that the firm does not have a local presence as detailed in the ordinance and local preference does not apply. 

    • Certification Affidavit of Subcontractor as Local Business (required)

      By selecting 'Yes', the Respondent acknowledges the Subcontractor local preference requirements and understand these requirements shall remain for the entire term of the agreement. The Respondent further understands that failure to notify the County of Volusia of any change in status as a result of an awarded agreement may result in breach.

      The Respondent certifies to the best of its knowledge and belief, that any Subcontractor/supplier in accordance with a response to this solicitation:

      ● Subcontractor/supplier has been in business for a minimum of six (6) months prior to the date of this submission

      ● Subcontractor/supplier acknowledges the ability to provide proof of local business presence from a local jurisdiction if required per Volusia County local preference ordinance found at

      ARTICLE VI. - FINANCE | Code of Ordinances | Volusia County, FL | Municode Library

      By Selecting "No" the Respondent acknowledges that the firm does not have Subcontractors that have a local presence as detailed in the ordinance and local preference does not apply. 

       

    • Prohibition Against Contingent Fees (required)

      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.

    • Human Trafficking Attestation Pursuant to Section 787.06, Florida Statutes (required)

      A duly authorized officer or representative of the Respondent (non-governmental entity) shall complete the included Volusia Human Trafficking Attestation Form in compliance with Section 787.06(13), Florida Statutes, (2024).

      Download the attached form, complete, and upload completed form.

    • Truth-in-Negotiation Certification (required)

      Respondent shall download, properly complete, and upload the attached form.

    • Upload Excel Prime/Sub Contractor Form (required)

      Please download the below document, complete, and upload. Even if your Firm is not going to be using Subconsultant.

      Failure to complete and submit this form may deem your Firm non-responsive.

    • Additional Information
    • Delivery and/or availability (required)

      Please provide your delivery and/or availability timeframe:

    • Do you accept electronic funds transfer (EFT)? (required)
    • If YES to EFT question above, provide percentage: (required)

      If you indicated YES to accepting Electronic Funds Transfer, what percentage discount will you offer when accepting payment via EFT?

    • Payment Terms (required)

      Will you offer a discount for payment terms less than the County's NET45? If so, please provide the % and day requirement for the discount. (Example: 5% for payment within 30 days)

    • Please submit your total number of employees. (required)
    • Are you a sole proprietor? (required)

      A sole proprietorship is a type of business where there is no legal distinction between the owner and the business entity. It is owned, managed, and controlled by a single owner. 

    • Price Redetermination - Fuel (required)

      The following information is required in order to be considered for a future price redetermination for fuel.

      Assuming that the prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, insurances and other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of fuel?

      The total for all of the pricing redetermination percentages in these sections shall not exceed 100.

      Complete percentage amount below:

    • Which fuel type does your firm use primarily: (required)
    • Price Redetermination - Wages (required)

      The following information is required in order to be considered for a future price redetermination for wages.

      Assuming that the prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of wages?

      The total for all of the pricing redetermination percentages in these sections shall not exceed 100.

      Complete percentage amount below:

    • Price Redetermination - Materials (required)

      The following information is required in order to be considered for a future price redetermination for materials.

      Assuming that the prices quoted include costs for vehicles, maintenance, repair, insurance, fuel, wages, insurances and other employee benefits, materials, overhead, operating expenses, etc., what percentage of the rate is directly attributed to the cost of materials?

      The total for all of the pricing redetermination percentages in these sections shall not exceed 100.

      Complete percentage amount below:

    • References (required)

      Please download the below documents, complete, and upload.

      Please fill out the attached form completely. The County will only contact the references listed on this form. Additional project information may be provided on separate sheets, however, that information will not be used for the evaluation of any response. 

      The information provided in this section, must be current and the County must be able to contact references for verification as part of the evaluation process. It is the firm’s responsibility to ensure E-mail addresses provided are current and accurate. 

      Unless specifically asked by the County, the County of Volusia shall not be listed as a reference. The respondent shall provide examples of similar projects which best illustrates the Consultant’s qualification for the scope of services.

      The respondent shall provide examples of similar projects which best illustrates the proposed team’s qualification for the scope of services. Respondent shall state the project title; location; owner name, address, and telephone number; years completed; project cost; brief description of project and relevance to this Solicitation. 

    • Proposal Requirements
    • Submittal Letter / Firm Profile (required)

      Submittal Letter signed by an authorized agent of the firm.

      A brief profile of the firm, including: 

      1. A brief history of the business;
      2. Organizational structure of business;
      3. 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;
      4. A Florida Department of State, Division of Corporations’ Sunbiz report available at www.sunbiz.org; If firm is not currently registered to do business within the State of Florida (Sunbiz), proof of registration shall be submitted prior to award.
      5. Ownership interests;
      6. Active business venues - geographic location where you firm is currently conducting business (counties, states, etc.);
      7. Present status and projected direction of business;
      8. 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.
    • Firm/Employee Qualifications (required)

      Qualifications of the firm and the employees that will be assigned to the County.

      This upload should include all information as detailed in Evaluation Criteria #1.

    • Experience (required)

      This upload should include all information as detailed in Evaluation Criteria #2.

    • Project Approach (required)

      Overall project methodology/approach to support the needs and objectives of the project.

      This upload should include all information as detailed in Evaluation Criteria #3.

       

    • Specify procurement type: (required)
    • Contractor-or-Consultant (required)

      Specify whether this Solicitation and resulting Contract will be awarded to a Contractor or a Consultant:

    • Subcontractor-or-Subconsultant (required)

      Specify whether this Solicitation and resulting Contract should refer to a Subcontractor or a Subconsultant:

    • Does CCNA apply? (required)

      Only Include for CCNA] 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.

    • Pre-Solicitation meeting required? (required)
    • Would task assignments apply? (required)
    • Will this Solicitation require a pricing section? (required)
    • Do any price redeterminations apply to this solicitation? (required)
    • Wage redeterminations (required)

      If the county will consider wage redeterminations based on: "Trade, transportation, and utilities" skip this question.

      OR

      If the county will consider wage redeterminations based on something other than "Trade, transportation, and utilities" then enter the category(ies) here.

       

      Enter N/A if this does not apply. 

    • Specify materials (required)

      Specify which material(s) may be considered for price redetermination.

      EXAMPLE: Aluminum sheet and strip – PCU331315331315A

      Your response will populate the bold wording below:

      Materials price redetermination must be based solely upon changes as documented by the Producer Price Index (PPI) for the commodity “Aluminum sheet and strip – PCU331315331315A”, as published by the Bureau of Labor Statistics.

       

      Enter N/A if this does not apply. 

    • Valid through date (required)

      Your response will populate the blank field. Please complete your response date as in the following example:

      February 14, 2023

       

      Any response to this Solicitation shall be valid 
      through _____________, 20__.

    • Extension date (required)

      Enter a date to complete the blank below using thie following date format:

      February 14, 2023

       

      The County reserves the right to request an extension of the responses if a Contract has not been executed by _____________, 20__.

    • Will this Solicitation have a sample contract/agreement? (required)
    • Initial contract term (required)

      Fill in the blank with length of the initial contract term.

      Examples:

      one (1) year

      two (2) year

      three (3) year

      until project completion

    • Contract renewals (required)

      Fill in the blank with length of the appropriate renewals.

      Examples:

      one (1) subsequent one (1) year renewal

      two (2) subsequent one (1) year renewals

      three (3) subsequent one (1) year renewals

      four (4) subsequent one (1) year renewals

      No renewals

    • County termination days (required)

      Instructions: Adjust number of days according to the needs of your particular solicitation. Make sure the number of days are reasonable on both sides. Your answer will populate the bold text below: County may terminate this Agreement upon at least thirty (30) days prior written notice to Contractor.

      Please type in the following format :

      thirty (30) days sixty (60) days

    • Contractor termination days (required)

      Please enter the amount of written prior notice to County required for the Contractor to terminate the resulting agreement.

      EXAMPLE:

      ninety (90) days

      one hundred twenty (120) days

      one hundred eighty (180) days

      For Reference your answer will populate the bold items:

      Contractor may terminate this Agreement upon at least one hundred eighty (180) days prior written notice to County.

       

      *Insert number of days according to the needs of your particular solicitation. Make sure the number of days are reasonable on both sides.

    • Is "Commissions" section under Special Terms & Conditions applicable? (required)
    • Submittal Bond (required)

      Is a submittal bond required for this project?

    • Amount of submittal bond (required)

      What is the submittal bond dollar amount required for this project? Insert N/A if this does not apply. 

      EXAMPLE:

      $5,000

      $10,000

      $15,000

    • Do FTA regulations apply to this project? (required)

      Do Federal Transit Administration (FTA) regulations as indicated in the FTA Master Agreement and Best Practices Procurement applicable to this project?

    • Do Federal Contract Provisions apply to this project? (required)
    • Is SAM registration required for this project? (required)
    • Are Liquidated Damages applicable to this project? (required)
    • Amount of liquidated damages (if applicable) (required)

      Enter the amount of liquidated damages per day, using the following format: 

      EXAMPLE:

      - Five Thousand Dollars ($5,000) per day

      - One thousand Dollars ($1,000) per day

      For Reference your answer will populate the boldwording below:

      Enter N/A if this does not apply. 

      Time is of the essence for this project. Any delays from the dates contained in the Agreement issued to the Contractor shall

      inconvenience the Public and result in monetary losses and damages to the County. The losses and damages shall be difficult to

      determine. In the event that the deliverables are not provided by the date set in the resulting Agreement, there shall be deducted, as

      agreed, fixed liquidated damages from the Agreement price being paid by the County of Volusia. This computed sum shall be: Five Thousand Dollars ($5,000.00) per day, including Saturdays and Sundays.

    • Will Subcontractors and Independent Contractors Insurance apply? (required)

      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

      This would not apply if the Contractor will be liable for the acts/actions of its subcontractors/subconsultants. When in Figure 1, otherwise consult with Risk Manager to determine if this clause should remain in the solicitation/contract.

    • Does this project include Navigable Water activities? (required)
    • Will the project require disposal of any hazardous or non-hazardous materials off the job site? (required)

      If the services provided require the disposal of any hazardous or non-hazardous materials off the job site, the disposal site operator must furnish a certificate of insurance for Pollution Legal Liability with coverage for bodily injury and property damage for losses that arise from the facility that is accepting the waste under the Agreement.

    • Commercial General Liability Policy (required)

      Will the commercial general liability policy be provided on a project or location specific basis for the location or project site where the work or services are to be performed under the Agreement?

    • Is Garage Liability insurance required? (required)

      Only include this section if Garage Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Garage keepers Legal Liability insurance required? (required)

      Only include this section if Garage Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Motor Vehicle Liability required? (required)

      Only include this section if Automobile Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Professional Liability Insurance required for this project? (required)

      Only include this section if Professional Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Excess/Umbrella Liability Insurance required for this Project? (required)

      Select Yes if Excess/Umbrella Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Installation Floater Required for this project? (required)

      Only include this section if Installation Floater is required in the Required Types and Limits of Insurance Chart.

    • Is Builder's Risk Insurance required for this project? (required)

      Only include this section if Builder’s Risk is required in the Required Types and Limits of Insurance Chart.

    • Is Builders Risk Insurance subject to additional premium (required)
    • Is Contractor's Pollution Liability required for this project? (required)

      Only include this section if Contractor’s Pollution is required in the Required Types and Limits of Insurance Chart.

    • Is Transportation Pollution Liability required for this project? (required)

      Only include this section if Transportation Pollution Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Pollution Liability Insurance required for this Project? (required)

      Only include this section if Pollution Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Crime Insurance required for this project? (required)

      Only include this section if Crime Insurance Policy is required in the Required Types and Limits of Insurance Chart.

    • Is Cyber Insurance Required? (required)

      Only include this section if Cyber Insurance is required in the Required Types and Limits of Insurance Chart.

    • Is Computer Software and Services Errors and Omissions Liability required? (required)

      Only include this section if Computer Software and Services Errors and Omissions Liability is required in the Required Types and Limits of Insurance Chart.

    • Is Protection & Indemnity required for this project? (required)

      Only include this section if Protection & Indemnity is required in the Required Types and Limits of Insurance Chart.

    • Is Marine/Vessel Pollution required? (required)

      Only include this section if Marine/Vessel Pollution is required in the Required Types and Limits of Insurance Chart.

    • Is Aerial Applicator Aviation Insurance required? (required)

      Only include this section if Aerial Applicator Aviation is required in the Required Types and Limits of Insurance Chart.

    • Is "Copyright Clause" section under Special Terms & Conditions applicable? (required)
    • Will Respondents need to provide Licenses and/or Certifications for this project? (required)

      Licenses and/or Certifications

      Please attach copies of Licenses and/or Certifications as may be required per the specifications of this solicitation.

    Key dates

    1. April 23, 2026Published
    2. May 21, 2026Responses Due

    AI classification tags

    Frequently asked questions

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

    SamSearch Platform

    Stop searching. Start winning.

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